Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2018-R0135 - Infastructure Rehabilitation USA - 04_26_2018 (2)
Resolution No. 2018-RO135 Item No. 6.9 April 26, 2018 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Contract No. 13927 for Manhole Rehabilitation Phase 3 as per RFP 18-13927-TF, by and between the City of Lubbock and Infrastructure Rehabilitation USA, Inc., of Shreveport, Louisiana, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of. the City Council. Passed by the City Council on April 26, 2018 k=; � DANIEL M. POPE, MAYOR ATTEST: Reb cca Garza, City ecre ary APPROVED AS TO CONTENT: Michael G. Keenum, P.E., CFM, Division Director of Engineering/City Engineer APPROVED AS TO FORM: K-Ili Leisure, Assistant City Attorney ccdocs/RES.Contract 13927.Manhole Rehabilitation Phase 3 04.09.2018 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. 2018-337686 Infrastructure Rehabilitation USA, Inc. Shreveport, LA United States Date Filed: 04/11/2018 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, Texas Date Acknowledged: 04/12/2018 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. 13927 Manhole Rehabilitation Phase 3 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary Edmiston, Tina Shreveport, LA United States X Casten, Theodore J Shreveport, LA United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is and my date of birth is My address is (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of on the day of , 20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.5523 CERTIFICATE OF INTERESTED PARTIES FORM 1295 loll 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. 2018-337686 Infrastructure Rehabilitation USA, Inc. Shreveport, LA United States Date Filed: 04/11/2018 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, Texas 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. 13927 Manhole Rehabilitation Phase 3 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling I Intermediary Edmiston, Tina Shreveport, LA United States X Casten, Theodore 3 Shreveport, LA United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION, /My name Is �liG (� %�( it ' 1 and my date of birth is My address is �'^'� ( `���w"`�`se ftoeoMo. (street) (city (slate) (zip code) ce� I declare under penalty of por;ui- that the foregoing is true and correct ` 6 -. ^— Executed in _i.�K�W t Q _�ty, State of Q on the < < day of �. 20. (m th) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www,ethics.state.tx.us Version V1.0.5523 City of Lubbock Bid RFP 18-13927-TF 1. J 2. 3. ✓ 4. ✓ 5. J 6. 7. ✓ 8. 9. 10. 11. V 12. City of Lubbock, TX Purchasing and Contract Management Contractor Checklist for "1 1 I y RFP 18-13927-TF .41 Manhole Rehabilitation Phase 3 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. 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. Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. Contractor's signature must be original. Clearly mark the bid number, title, due date and time and your company name and address on the outside of the envelope or container. Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management Office prior to the deadline. Late bids will not be accepted. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Inclrule firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. Complete and submit the CONFLICT OF INTEREST QUESTIONNAIRE. Chapter 2270 Prohibition on Contracts with Companies Boycotting Israel Complete and submit the LIST OF SUB -CONTRACTORS. DOCUMENTS REOUIRED_WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: Complete and submit the FINAL LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED BEFORE CONTRACT IS FINALIZED: Please acknowledge and submit the ONLINE DISCLOSURE OF INTERESTED PARTIES FORM 1295 within the specified time according to Texas Government Code 2252.908 using the Texas Ethics Commission website. 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. (Type or Print Company Name) _ 3/9/2018 3 51 PM P. 5 1 INDEX NOTICE TO OFFERORS GENERAL INSTRUCTIONS TO OFFERORS TEXAS GOVERNMENT CODE § 2269-151 THRU 2269-058 PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time) 4-1. UNIT PRICE PROPOSAL SUBMITTAL FORM 4-2. CONTRACTOR'S STATEMENT OF QUALIFICATIONS 4-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 4-4. SAFETY RECORD QUESTIONNAIRE 4-5. SUSPENSION AND DEBARMENT CERTIFICATION 4-6. PROHIBITION ON CONTRACTS WITH COMPANIES BOYCOTTING ISRAEL VERIFICATION 4-7. 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 NOTICE TO OFFERORS 1� Notice to Offerors RFP 18-13927-TF Sealed proposals addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, Texas, will be received in the office of the Director of Purchasing and Contract Management City Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 2:00 PM on March 29, 2018, 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: Manhole Rehabilitation Phase 3 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 March 29, 2018, and the City of Lubbock City Council will consider the proposals on April 26, 2018, at the City Hall, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all proposals and waive any formalities. The successful proposer will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful proposer will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds shall be issued by a company carrying a current Best Rating of "A" or better. THE BONDS MUST BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY. NO WORK ON THE CONTRACT SHOULD COMMENCE BEFORE THE BONDS ARE PROVIDED AND APPROVED. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the proposal submitted as a guarantee that proposer will enter into a contract and execute all necessary bonds within ten (10) business days after notice of award of the contract to the Offerror. FAILURE OF THE PROPOSER TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. Copies of plans and specifications may be obtained at bidder's expense from the City of Lubbock Purchasing and Contract Management office. Plans and specifications can be viewed online and downloaded from http://www.bidsync.com at no cost. In the event of a large file size, please be patient when downloading or viewing. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. It shall be each proposer's sole responsibility to inspect the site of the work and to inform Offerror regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the proposal submitted. There will be a t non -mandatory pre -proposal conference on March 21, 2018, at 10:00AM, in the City Council Conference Room, Suite 201, 1625 13th Street, Lubbock, TX 79401. i 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 1 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) 775-2572 write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK, Marta .Alvarez Marta Alvarez DIRECTOR OF PURCHASING & CONTRACT MANAGEMENT 9 GENERAL INSTRUCTIONS TO OFFERORS {1 1 GENERAL INSTRUCTIONS TO OFFERORS 1 PROPOSAL DELIVERY TIME & DATE The Cityof Lubbock is seeking written and sealed competitive proposals to furnish Manhole g P P P Rehabilitation Phase 3 per the attached specifications and contract documents. Sealed proposals will be received no later than 2:00 PM, March 29, 2018, 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 18-13927-TF, Manhole Rehabilitation Phase 3" 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 21, 2018 in the City Council Conference Room, Suite 201, 1625 13" 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.bidsync.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 3.2 Any proposer in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Director of Purchasing and Contract Management. At the request of the proposer, or in the event the Director of Purchasing and Contract 4 5 Management deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract Management. Such addenda issued by the Purchasing and Contract Management Office will be available over the Internet at b=://www.bidsygc.com and will become part of the proposal package having the same binding effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the proposal closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any explanation or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing and Contract Management Office in writing or in this RFP should be used in preparing proposal responses. All contacts that a proposer may have had before or after receipt of this RFP with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this proposal should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each proposer shall carefully examine all RFP documents and thoroughly familiarize itself with all requirements before submitting a proposal to ensure that their proposal meets the intent of these specifications. 4.2 Before submitting a proposal, each proposer shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Request for Proposals. Failure to make such investigations and examinations shall not relieve the proposer from obligation to comply, in every detail, with all provisions and requirements of the Request for Proposals. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Director of Purchasing and Contract Management and a clarification obtained before the proposals are received, and if no such notice is received by the Director of Purchasing and Contract Management prior to the opening of proposals, then it shall be deemed that the proposer fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If proposer does not notify the Director of Purchasing and Contract Management before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. PROPOSAL PREPARATION COSTS 5.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a proposal. 5.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or equipment. ? - 5.3 All costs related to the preparation and submission of a proposal shall be paid by the proposer. 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) 1- 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. L BUSINESS 8 UTILIZATION OF LOCAL BUS SS 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 noted in the Notice to Offerors. 12 PROPOSER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offerors responsibility to advise the Director of Purchasing and 3 Contract Management if any language, requirements, etc., or any combinations thereof, ry inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the City Purchasing and Contract Management Office no later than five (5) calendar days before the proposal closing date. A review of such notifications will be made. 12.2 NO PROPOSER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE ! „ PROPOSAL CLOSING DATE AND ADDRESSED TO: 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: TKFlore a,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 90 Consecutive Calendar Days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful proposer. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 16 MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of aYj 4 j -, 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 5 provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory- project. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within TWO years from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub -contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this t. Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to a maximum of five sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper 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 5 1 ?. reserves the right, after the proposals have been opened and before the contract has been awarded, to require of a proposer the following information: (a) The experience record of the proposer showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the proposer. (c) Equipment schedule. 20 TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures, both known and unknown, cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, and/or the owning utility at the Contractor's expense. 22 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23 EXPLOSIVES 23.1 The use of explosives will not be permitted 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 24 CONTRACTOR'S REPRESENTATIVE The successful proposer shall be required to have a responsible local representative available at all times r ' while the work is in progress under this contract. The successful proposer shall be required to fumish I 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. 6 IJ t_j .41 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in 'connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 26 LABOR AND WORKING HOURS 26.1 Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The proposer' attention is further directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates, providing for the payment of the wage schedules above mentioned and the proposer's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on Sundays or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on Sundays or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on Sundays or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors _ 7 u; i shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and agents of the City. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28 PROVISIONS CONCERNING ESCALATION CLAUSES Proposals submitted containing any conditions which provide for changes in the stated proposal price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the proposer without being considered. 29 PREPARATION FOR PROPOSAL 29.1 The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a 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. 29.2 If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. 29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Offerors, and endorsed on the outside of the envelope in the following manner: 29.3.1 Proposer's name 29.3.2 Proposal "RFP 18-13927-TF MANHOLE REHABILITATION PHASE 3" 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. t. 30 31 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. (0 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 i, r Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past five (5) - years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. Y 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, 30% for Contractor Qualifications, 5% for Safety Record Questionnaire, and 5% for Construction Time. The selection criteria used to evaluate each proposal includes the following: 32.1 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 30% CONTRACTOR QUALIFICATIONS: When evaluating a contractor's qualifications, the City uses the "Contractor's Statement of Qualifications" attached within and past experience with the contractor. The City may also interview the job superintendent at a time to be named after receipt of proposals. This criterion is subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses the contractor provides in the "Contractor's Statement of Qualifications" And any past experience with the contractor. The "Contractor's Statement of Qualifications" is a minimum, and you may provide additional pertinent information relevant to the project for which you are submitting this proposal. 32.3 5% SAFETY RECORD QUESTIONNAIRE: This criterion is also more subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses you provide in your i "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 f 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. 10 i� i 33 32.4 5% CONSTRUCTION TIME: This criterion is, as with price, objective and evaluators use the following formula when determining construction time as a factor for construction contract proposals. The lowest construction time proposal of all the proposals becomes the standard by which all the construction time proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest construction time and dividing it by the construction time of the proposal being evaluated. That fraction is then multiplied by the maximum point value multiplied by the weight of the construction time factor for the construction time score. For example: (Lowest construction time/Current Proposal construction time) x Maximum Point Value x Weight Factor = Construction Time Score 32.5 EVALUATION PROCESS: Evaluators independently review and score each proposal. The Committee meets, during which time the Committee Chairperson totals the individual scores. If the individual scores are similar, the Chairperson averages the scores then ranks offerors accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates discussion to determine the reasons for the differences and ensures that all evaluators are fully knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee based on committee discussion. Please note that offerors with higher qualifications scores could be ranked higher than offerors with slightly better price scores. 32.6 The estimated budget for the construction phase of this project is $225,000 32.7 Proposals shall be made using the enclosed Proposal Submittal Form. SELECTION 33.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most advantageous to the City of Lubbock considering the relative importance of evaluation factors included in this RFP. 33.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER UTILITIES OR OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS REQUEST FOR PROPOSAL. 33.3 The City shall select the offeror that offers the best value for the City based on the published selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 33.4 In determining best value for the City, the City is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 11 r.: . _` 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. " 1 34. ANTI -LOBBYING PROVISION 34.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE CONTRACT AWARD, PROPOSERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR PROPOSAL WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT UPON THE REQUEST OF THE CITY OF LUBBOCK PURCHASING DEPARTMENT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS. 34.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. 35 PREVAILING WAGE RATES 35.1 Offerors are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or improvement, paid for in whole or in part from public funds, without regard to whether the work is done under public supervision or direction. A worker is employed on a public work if the worker is employed by the contractor or any subcontractor in the execution of the contract for the project. 35.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than the general prevailing rate of per diem wages for the work of a similar character in the locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. 35.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to and in accordance with the Texas Government Code, Section 2258.022. Bidders may access the U. S. Department of Labor web site at the following web address to obtain the rates to be used in Lubbock County: - httl2://www.wdol.gov/dba.gWx 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 tothe 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. 12 i 4 TEXAS GOVERNMENT CODE 4 2269 SUBCHAPTER D. SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS F Sec. 2269.151. CONTRACTS FOR FACILITIES: COMPETITIVE SEALED PROPOSALS. (a) In this chapter, "competitive sealed proposals" is a procurement method by which a governmental entity requests proposals, ranks the offerors, negotiates as prescribed, and then contracts with a general contractor for the .. construction, rehabilitation, alteration, or repair of a facility. (b) In selecting a contractor through competitive sealed proposals, a governmental entity shall follow ( the procedures provided by this subchapter. Sec. 2269.152. USE OF ARCHITECT OR ENGINEER. The governmental entity shall select or designate an architect or engineer to prepare construction documents for the project. The selected or designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code. Sec. 2269.153. PREPARATION OF REQUEST. The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria and the weighted value for each criterion, estimated budget, project scope, estimated project completion date, and other information that a contractor may require to respond to the request. The governmental entity shall state in the request for proposals the selection criteria that will be used in selecting the successful offeror. Sec. 2269.154. EVALUATION OF OFFERORS. (a) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and any monetary proposals made by the offerors. (b) Not later than the 45th day after the date on which the proposals are opened, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. Sec. 2269.155. SELECTION OF OFFEROR. (a) The governmental entity shall select the offeror that submits the proposal that offers the best value for the governmental entity based on: (1) the selection criteria in the request for proposal and the weighted value for those criteria in the request for proposal; and (2) its ranking evaluation. (b) The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its architect or engineer may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. (c) If the governmental entity is unable to negotiate a satisfactory contract with the selected offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. In determining best value for the governmental entity, the governmental entity is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. PROPOSAL SUBMITTAL FORM City of Lubbadc Bid RFP 15-13927-TF PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: PROJECT NUMBER: RFP 18-13927-TF Manhole Rehabilitation Phase 3 Proposal of ��+`�� t / t d� nt , (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the construction of Manhole Rehabilitation Phase 3 having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended wont, 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. r, Sanitary Sewer Manhole Rehabilitation ITEM IPTI DESCRON QTY (+/-) L'/M UNIT COST Mobilization - Contractor mobilization including t I insurance, payment bond, performance bond, 1 LS move -in and move -out cost. - Provide and maintain a Traffic Control Plan - 2 Preparation, approval from COL Traffic 1 Engineering, and all other work considered LS f ({ / incidental to this item. Furnish and install Poly -Triplex or approved equivalent Cured -in -Place Fiberglass Reinforced Resin Liner System. Including all materials, 24 EA f 99 680 r equipment and labor to perform installation per the specifications including all other work considered 9 3IW2018 3.51 Phil Extended Total (Items 1 IM $2155180 l City of Lubbock B1d RFP 18-13927-TF Alternate No.1 Sanitary Sewer Manhole Rehabilitation ITEM DESCRIPTION QTY (+/-) U/M UNIT COST EXTENDED COST Mobilization - Contractor mobilization including 4 insurance, payment bond, performance bond, i LS 4 y move4n and move -out cost. Provide and maintain a Traffic Control Plan - 5 Preparation, approval from COL Traffic I LS Engineering, and all other work considered AAP 6 i t7 incidental to this Item. Provide and maintain a SWPPP - Including 6 preparation, NOL NOT, and all other work I LS Iw h / P considered incidental to this item. Demolition and removal of existing sanitary sewer manhole - Including all material, equipment and 24 EA labor to perform removal, disposal and all other Nt? 6 r p work considered incidental to this item. Furnish and install new 48" standard concrete manhole (4' Deep) with 30" lid and cover - Including all materials, equipment and labor to 8 perform excavations, plugging of incoming lines, 12 EA connections including tie-in to existing pipe, grade D adjustment, placement of ring and cover, backfi ll, NO density testing, all other work considered incidental to this item. Extra Vertical Feet (EV F) of 480 diameter concrete 9 sanitary sewer manhole (depths greater than four 72 VLF No feet deep). Furnish and install new 60" standard concrete manhole with protective coating system (4' Deep) with 30" lid and cover- Including all materials, 10 equipment and labor to perform excavations, 12 EA N�' r A plugging of incoming lines, connections including tie-in to existing pipe, grade adjustment, placement of ring and cover, backfill, density testing, all other work considered incidental to this item. Extra Vertical Feet (EVF) of 60" diameter concrete I I sanitary sewer manhole with protective coating 114 VLF system (depths greater than four feet deep). Saw cut and remove existing paving (Ift10) around existing manhole to be replaced. Including 12 all material, equipment and labor to perform 200 SY /Vd / f� removal, disposal and all other work considered incidental to this item. Repair asphalt paving - Including materials, equipment, and labor to perform sub -grad / r 7 13 compaction and testing, HMAC installation per 100 SY /t/t) COL Specifications and all other work considered incidental to this item. Offcmr's Initials: Xi `C/ 6 34l is 3:51 PM p. 32 City of Lubboa tstd RFP 16-13927-T F Repair concrete paving • Including materials, equipment and labor to perform sub -grade ` 14 compaction and testing, concrete installation per 100 SY + 1 t9 COL Specifications and all other work considered incidental to this item. Fumish and install variable size sanitary sever pipe as needed, to tie existing sanitary sewer lines to 15 manhole- Including all material, equipment and 200 Ll 1 19 labor to perform connection to manhole on existing pipe and all other work incidental to this item, Emergency bypass pumping as needed and 16 approved - Including materials, equipment and 8 HR t labor to perform work. Cut and Plug 6 inch VCT sanitary sewer pipe - 17 Including materials, equipment and labor to 4 EA 1 t7 dorm this item 18 Flowable backfill as approved, complete and in 80 _ CY r'�J t� place per COL Specifications. Extended Total (I [tins 4-18)c S Bid Alternate for Polymer Concrete Manhole instead of concrete manhole with protective coating. system ITEM DESCRIPTION QTY (+I-) U/M UNIT COST EXTENDED COST Furnish and install new 60" standard polymer concrete manhole (4' Deep) with 30" lid and cover- �1� Including all materials, equipment and labor to 10a perform excavations, pluming of incoming lines, 12 EA connections including tie-in to existing pipe, grade adjustment, placement of ring and cover, backfill. density testing, all other work considered incidental to this item. Extra Vertical Feet (EVF) of60" diameter polymer 61 11 a concrete sanitary sewer manholes (depths greater 114 VLF hio i7 than four feet deep), Extended Total (Items 4-18 omit 10 and 11, add10a&IIe: S , G C �/�"��')6--V e 3IW2018 3:51 PM 0freme Initiats R. 33 City of Lubbock Bid RFP [6-13927•TF Bid Alternate for Fiberglass Manhole instead of lined concrete manhole with protective coating; system ITEM DESCRIPTION QTV (+/-) U/M UNIT COST EXTENDED COST Furnish and install new 60" standard fiber glass manhole (4' Deep) with 30" lid and cover- �! 7 Including all materials, equipment and labor to Jw 10b perform excavations, plugging, of incoming lines, 12 EA connections including; tie-in to existing pipe, grade adjustment, placement of ring and cover, backfill, density testing, all other work considered incidental to this item. Extra Vertical Feet (EVF) of 60" diameter fiber I i b glass sanitary sewer manholes (depths greater than 114 VLF four feet deep). Extended Total (Items 4-18 omit 10 and 11, add 10b & I Ib): PROPOSED CONCSTitUCTION TIME: 1. Contractors proposed CONTRUCTION TIME for completion: TOTAL CALENDAR DAYS: (to Substantial Completion) TOTAL CALENDAR DAYS: (to Final Completion) not to exceed 90 d. vs to Substantial Corn letion / 120 da •s to Final Cotn letion . 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 90 Consecutive Calendar Days with final completion within 120 Consecutive Calendar Days as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $1,000 for each consecutive calendar day after substantial completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of sixty m 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 notic of award of the contract to him. 7Y, Offeror's Initials 319/2018 3 51 PM P 34 Sl, 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 (S _,1 or a Proposal Bond in the sum o[ i >�r 'ttt r tV_ Dollars (5, which it is agreed shall be collected and retained by thW Owner as liquidated damages n 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 or any) with the Owner within ten (10) business days after the date of receipt o[written notification o[acceptance o[said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error In the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOITO PROPOSAL OPENING. weal if Offeror is a Corporation) ATTEST: 1 1 i > ,¢. Secretary Offleror acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date Date: Authorized Signature -"IAJC,. U-PM c 5 i 0 fj (Printed or Typed Name) f . t l�, c r� f aiItb�-PZt1 u�7 �yA Com ` y 5 toC) A dress city, LP01, - 0 State Zip Code Telephone Fax: 15 CAD _ 4 U Email: t&ha. � FEDERAL TAX IA�or4CIAL SECURITY No. ;lfAVUE Firm Woman Black American Nati,c American Hispanic American Asian Pacific American I I other (Specify) L- , �µ; Document A31 o TM - 2010 Conforms with The American Institute of Architects AIA Document 310 Bid Bond CONTRACTOR: SURETY: (Name. legal slalus and address) (Name, legal status and lrrincllnd place r f bavlom v) SureTec Insurance Company Infrastructure Rehabilitation USA, Inc. 1330 Post Oak Boulevard, Suite 1100 This document has Important 401 Edwards Street, Suite 2100 Houston , TX 77056 legal consequences. constrllatlon Shreveport, LA 71101 Mailing Address for Notices with an attorney Is encouraged 1330 Post Oak Blvd., Ste 1100 with respect to Its completion or "todificatlon. OWNER: (Name, legal stoups and addhw) Houston, TX 77056 Arty singular reference to of Lubbock Contractor, erpy,helyconsCity har shall be conser idered 1625 13th Street plural where applicable. Lubbock,TX 79401 BOND AMOUNT: 5% Five Percent of Amount laid PROJECT: (Name, location or addnsx rutdProjeet namb,rr, (/'au)) RFP 18-13927-TF Manhole Rehabilitation Phase 3 Tito Contraclorand Surcty are bound to the Owner in tiro amount sot forth above, for tite payment of which the Contractor and Surety bind ilretnsch'os. their heirs, oxcculors, administrators, successors and assigns, jointly and severally, as provided herein. Tito conditions of this t Bond are such that if the Owner accepts the bid of Ike Contractor within the time specified in lite bid documents, or atithin such time period as may be agreed to by ilia Owner and Contractor, and the Contractor cither(I) entors htto a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Doeuutents, with a surety admitted in lire jurisdiction of the ltrojcet and othemiso acceptable to ilia Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in Cite prosecution thereof; or (2) pays to tite Owner the difference, not to exceed the amount of this Bond, behvoan the amount specified in said bid and such larger amount for which ilia Owner may in good faith contract with another .. party In perform the work covered by said bid, than this obligutinn shall he null and vuid, utherwitie to remain in full lbrce and a0'ccl. Tltc Surety hereby waives any nuGca ol'un agrecnteul between the Owner and Cunlruclor In extend Cite time it which the Owner muy accept llte hid. Waiver of rudice by the Surety shall not appty to any extension exceeding sixty (60) davit in the aggregate hey nrd Cite time for acneplance ol'b ids specified in tiro hid documents, and the Owner alai Conlruclor shult obluin tho Surct3av cotsenl lbr un extension beyond sixty (60) days. If this Bond is issued in connection %vith a subcontractor's bid to a Contractor, the term Contractor in this Bond shall bo deemed to be Subcontractor and the term Owncr shalt be deemed to be Contractor. When this Bond hits been furnished to comply with a stultdory uruther legal rcquirctncut in file lacution orthe Project, any provision in this Rond conflicting with :mid dulutory or legal requirtsment Shull be deemed deleted Iterafrom rand provisions ronl'urming to such stululuty or other legui requiremenl shall he deemed incorporated herein. When so burnished, Ott: intent is that lhiN Band Nhall be ctnwrtted us u stutulory bond and not us u common law bond. Signal and scaled this 29th day of March, 2018. Infrastructure Rehabilitation USA, Inc. (Prfliclpnl) (Seal) rl!'ll�ress) $ JJ4411, n (Title) (/1(-Rl Pf,005i %y j1 SureTec Insurance Company (IPlpresx) 1 By° (Title) rpm ietona ttorney-in-Fact l S'00541AS 8110 Countersigned: TX Resident Agent Baldwin -Cox Agency } By: — Blaine Allen 9 2-64 -2688 c.Se. inn n..n... 'rV 7"An POA N: 1810058 SureTec Insurance Company MUTED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint i Patricia Byerley, Sharon Hobby, Myriam Victoria 40 its true and lawful Attorney -in -fact, with fill] power and authority hereby conferred in its name, place and stead, to execute, acknowledge -- and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for, providing the bond penalty does not exceed Three Million and 00/100 Dollars ($3,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney -in -Fact may do in the premises. Said appointment shall continue in force until 1213112C18 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Rerolvec4 that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is _,. hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 2e of April, 1999.) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this 41h day of May , A.D. 2017 . �..--ti ,/ �SUPAN E bUHE7'M; lljt57 7AIN T w w a John ICnoz ., resi nt State of Texas ss: cc� 1 y Y County of Harris On this 4th day of May , A.D. 2017 before me personally came John Knox Jr., to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company, and that he signed his name thereto by like order. XENIA CHAVEZ _Notary Public, State of Texas Comm. Expires 09-10-2020 Notary ID 129117659 X ra aver, Notary Public y commission expires September 10, 2020 I, M Brent Beaty, Assistant Secretary of SURETEC INSURANCE COWANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston, Texas this day of rc4W IAQ I A A.D. . B nt Be , Assistant Se etary Any Instrument issued in excess of the penalty stated above is totally void and without any validity. For verification of the authority of this power you may call (713) B12-0800 any business day between B:00 am and 6:00 pm CST. 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 teclmical experience on similar projects? C. SAFETY: Does the organization stress and support safety as an important function of the work process? D. OUALITY OF WORK: (1) Does the organization have a commitment to quality in every facet of their work - the process as well as the product? (2) Does the organization have a written quality philosophy and/or principles that exemplifies their work? If so, submit as Attachment "A". (3) Has this organization ever received an award or been recognized for doing "quality" work on a project? If so, give details under Attachment "A". E. CONFORMANCE TO CONTRACT DOCUMENTS: (1) Does the organization have a commitment and philosophy to construct projects as designed and as defined in the Contract Documents? The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to require the submission of additional information. The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non- responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances and developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm. Material misstatements on the qualifications forms may be grounds for rejection of the firm's bid on this project. Any such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Complete the following information for your organization: _t 10 City of Lubbock Bid RFP 18-13927-TF << ' Contractor's General Information L. Organization Doing Business As W 1 6 o;twar i s Sf. 0 sat" f 1oD Business Address of Principle Office Y ioi Telephone Numbers �jl��(oalq��j 7381�'=oZ77-'S�l'jrj Main Number Fax Number 100 - 3:/0 Web Site Address WWW. E r'$h4j2U5a-C,0 Form of Business (Check One) A Corporation A Partnership An Individual Date of Incorporation O hpr— 1q, 1 State of IncorporationtS► r%cft Chief Executive Officer's Name '1}yoLrQ y#��1 President's Name h oh,$nep. 'si'p n � Vice President's Namc(s) Average Number of Current Full Time I 3 Employees Average Estimate of Revenue for the Current Year 1l f(719.CVjp 3/9/2018 3:51 PM m p. 37 Oty of Lubbock Bid RFP 18-13927--TF 1.1 Contractor's Organizational Experience Organization Doing Business As o S,+ _{.MG - V 1 k2lU4 f0(fe A Ito Business Address of Regional Office .Shay e ",)cgtu Kx, ! tQ1 Name of Regional Office Manager 'r/4A i✓ gdm t List of companies, firms or organizations that own any part of the organization. Name of companies, firms or organization Percent Ownership Years experience in projects similar to the proposed project: -' As a General Contractor $t 34b 1 7 As a Joint Venture Partner Has this or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? 070 If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization been released from a bid or proposal in the past ten ems? / 0 If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever been disqualification as a bidder or proposer by any local, state, or federal agency within the last five ears? /?G If yes provide full details in a separate attachment. See attachment No. -� Is this organization or your proposed surety currently in any litigation or contemplating litigation? Ito If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever refused to construct or refused to provide materials defined in the contract documents? n O If yes provide full details in a separate attachment. See attachment No. 12 3/9/2018 151 PM City of Lubbock Bid RFP I &I 3927-TF Contractor's Proposed Key Personnel Organization Doing Business As 177A 13 3t9/2018 3:51 PM p. 39 City of Lubbock Bid RFP 18-13927-TF Proposed Project Managers Organization Doing Business As Name of Individual ( `> Years of Experience as Project Manager 15 Years of Experience with this organization Number of similar projects as Project Manager L- Number of similar projects in other positions ytcYt,� Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date `U5f t C !dN 5 S t C t r 1 Reference dontaci Information (listing names indicates approval to contacting the names individuals as a reference) Name Name Title/ Position 4W1 I Title/ Position lL4i"t'fi Proect ifnvfa?; v f'ro ect Candidate role on f Candidates role ' Proiect on Project Ai4t Name of Individual MIN Years of Experience as Project Manager Years of Experience with this organization Number of similar projects as Project Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for Estimated Project this Proiect Completion Date Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Pro ect Project Candidate role on Project Candidate role on Project 14 319=18 151 PM C` CRy of Lubbock Bid RFP 18-13927.TF - Proposed Project Superintendent Organization Doing Business As u5fk Name of Individual Years of Experience as Project Superintendent Zd Years of Experience with this organization jp Number of similar projects as Superintendent Number of similar projects in other positions .� Current Project Assignments Name of Assignment Percent of Time Used for Estimated Project this Project Completion Date �a- lei r Reference Contact Information Iisting names indicates a roval to contactingthe names individuals as a reference) Name rc 5 Name 5 - ;,� --� Title/ Position Title/ Position W W Organization "0C L K0 1V Organization { Tele hone a i — Telephone 17j E-mail ' rr5 he, oV E-mail a Project Project ell'J Candidate role on Q,t ��tf BtGf^ Candidate role , L Jj�p� {� t q Project 5q on Project ` Name of individual Years of Experience as Project Superintendent tll Years of Experience with this organization Number of similar projects as Superintendent Number of similar projects in other positions Current Project Assignments -�- � Name of Assignment Percent of Time Used for Estimated Project this Project Completion Date pill Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project _. Candidate role on Candidate role Project on PCU ecl Is 3l9/2018 3 51 PM p, 41 City of Lubbock Proposed Project Safety Officer Bid RFP 18-13927-TF l Reference Contact Information (listing names indicates ap oval to contacting the names individuals as a reference) Name Name Title/ Position Title/ Position Or anization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Candidate role Project on Project Name of Individual! ,�? Years of Experience as Project Safety Officer Years of Experience with this organization Number of similar projects as Safety Officer t Number of similar projects in other positions r t Current Project Assignments Name of Assignment Percent of Time Used for Estimated Project I this Project Comnletion Date Name Name Title/ Position` I Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Pro`ect Candidate role on Project Candidate role on Project 16 3/9/2018151 PM City of Lubbock Bld RFP 18-13927-TF Proposed Project Quality Control Manager Reference Contact Information (listing names indicates a roval to contactingthe names individuals as a reference) Name Name 1p?40i Title/ Position ui Title/ Position Or ani7ation Organization Telephone '7?. - — J-411A Telc hone ai - Goal E-mail i ' bp. E-maile Project Pro`ect Jt+Jv `ev Candidate role on f`%?S j Candidate role Project P►� �� Project on Name of Individual Years of Experience as Quality Control Manager Years of Experience %with this organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for Estimated Project Name hors -Al twm Name Title/ Position Title/ Position k, — _ Or anization Or anixation`IT- Telephone W5 5 — J 7. Telephone 29 S- E-mail E-mail AD c Project '" Project 7 M l Candidate role on Q Candidate role ' Project { ion Project 61, M *A 3f9f2018 3:51 PM p. 43 Oty of Lubbock ,i Bid RFP 18-13927-TF Contractor's Project Experience and Resources �A j Organization Doing Business As 51;V �( 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 live ears which specifically illustrate the organizations capability to provide best value to the Owner for this project. Include a completed Project Information form (Attachment B) for projects which illustrate the experience of the proposed key personnel. Provide a description of your organizations approach to completing this project to provide best value for the Owner. Including a description ofyour approach in the following areas: 1. Contract administration 2. Management of subcontractor and suppliers 3. Time management 4. Cost control 5. Quality management 6. Project site safety 7. Managing changes to the project 8. Managing equipment 9. Meetine HUB 1 MWBE Particination Goal Equipment Item FIN r use on this project. Attach Primary Use on Project t� What work will the organization complete using its own resources? -ram14- Z7iX,�, What work does the anization propose to subcontract on thisproject? t CA I$ 31M018 3 51 PM _1 Information if necessary 1 Own will Lease ( l FJI Contractor's Subcontractors and Vendors Organization Doing Business As'"YJt�itre 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 Contract HUB/MWBEof Finn di1 ! F ft 'fD IMP 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 ui ment ra sed for use on this project Attach Additional Information if necess Furnish Fumish HUBIM Vendor Name Equipment ! Material Provided and WBE Only Install Firm 19 Uy of tunoouc Current Projects and Project Completed within the Iasi 10 Years Project Owner a tL1 w Project Name General Description of Proje : Mi Y dta 0 " 1's ( Project Cost lfta Date Project Completed a rl W 1 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name yttt A` 1�Q Reference Contact Information (listing names indicates approval to contacting the no es individuals as a reference) Name Title' Position oNner L 'i� C `7 u?a•l�l Designer Construction Manager l�tj Project Ottincr Organization Telephone E-mail alb t#Rtb 7i Project Na �p d� t'E `7 eU General Description of Project: Project Cost j QU v Date Project Completed Key Project Personnel , Project Manager Project Superintendent Safety Officer Quali er Control Nome T 3.7 v? Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title,' Position Organization Telephone E-mail ± Owner IY`LL47 7c P DesignerQ50W AL Construction Manager ProjectOsrncr O %ni Project General DcscriptionofProject Project Cost 301. 7 5V Date Project Completed ✓, 201 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name S 4 M"Alf Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title Position Organization Telephone -mail Owner (.r O btlij5eri-5 1Alt� Designer Construction Wow 3192018 3 51 PM P46 F __ i- i { ai_ s i QJ Infrastructure Rehabilitation s s ■ j NOVEMBER 2016 - CITY OF PLANO, TEXAS WHITE ROCK AND PRAIRIE CREEK SEWER MAIN PROJECT NO.6432, 500 VF-Manhole Rehab $399,500. Subcontractor for Insituform Project Manager- Josh Await, Blane Eddleman 817-516-0411, jawalt@insituform.com OCTOBER 2016 - CITY OF PLANO, TEXAS GERALD COSGROVE - Public Works Director CHRIS BEST - Construction Superintendent Phase II, Project no. 6743, 170 MHS 4120 W. Plano Parkway, Plano, Texas 75093 T 972.769.4128 # q2 g, 550. °0 JULY 2016 - CITY OF LIVINGSTON, TEXAS HEC LONG, PUBLIC WORKS DIRECTOR 200 WEST CHURCH ST. LIVINGSTON, TX 77351-3281 15 MH PROJECT $ 71,450 PH: 936-327-4311 FEBRUARY 2016 - CITY OF PLANO, TEXAS ROWLETT CREEK CURED IN PLACE PIPE PROJECT #6508-CIP# 8909 SUBCONTRACTOR FOR INSITUFORM Project Manager - Ben Hawkins Phone - 817-516-0441 $ 644,765 55 Manhole Project- complete FEBRUARY 2016 -CITY OF PLANO, TEXAS Pju�#& SANITARY SEWER MANHOLE LINING CONTRACT PROJECT NO. 6463, 147 MHS, 1 LIFT STATION GERALD COSGROVE - PROJECT MANAGER CHRIS BEST - PUBLIC WORKS DEPT Phone 972-769-4128 - Lift Station - COMPLETE City of Lubbock Bid RFP 18-13927 TF `' 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. T Contractor (Original Signature) I / Contractor (Print) CONTRACTOR'S BUSINESS NAME: u t i, _ 054_, ill' . (Print or Type) CONTRACTOR'S FIRM ADDRESS: 70 _ m�5 J t f t� .. wJin NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management for the City of Lubbock at (806) 775-2572. RFP 18-13927-TF - Manhole Rehabilitation Phase 3 3/9/2018 3 51 PM p. 48 III City of Lubbock Bid RFP 18-13927•TF Safety Record Questionnaire The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section 252.,0435 of the Local Government Code, City of Lubbock has adopted the 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 environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the 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. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following four (4) questions and submit them with their proposals: QUESTION ONE Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such citation: li, Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty 1- assessed. �Offeror's initials 3/9/2018 3:51 PM P, 58 i I L _ _ City of Lubbock Bid RFP 18-13927-TF I'� T• i, QUESTION TWO Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice 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. YES NO 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 penalty assessed. QUESTION THREE Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (ld) years, of a criminal offense which resulted in serious bodily injury or death? 00'- YES NO V If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. QUESTION FOUR Provide your company's Experience Modification Rate and supporting information: ta� ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my 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. 0, y�u Signature Vt-Q P94j0b-411) Title f{ 3/9/2018 3 51 PM p. 61 City of Lubbock t Bid RFP 18-13927-TF 0 City of Lubbock, TX RFP 18-13927-TF Suspension and Debarment Certification Federal Law (A-102 Common Rule and OMB Circular A -I 10) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $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 its principals are suspended or debarred by a Federal agency. COMPANY NAME: �-ni7"Lt t%(iA&re' KeQ, �l 0n C.c5}�� f 17C . FEDERAL TAX ID or SOCIAL, SECLTI Y Igo,-, . Signature of Company Official:! Printed name of company official signing above: _01 VA t� • e7om / Date Signed:ffi�t' e F 319/201 B 3.51 PM P. 32 City of Lubbock Bid RFP 18-13927•TF t City of Lubbock, TX Chapter 2270 Prohibition on Contracts with Companies Boycotting Israel RFP 18-13927-TF House Bill 89, adopted by the 85" Legislature, created §2270.001, Texas Government Code, Section Subtitle F, Y' Title 10, requires a company entering to a contract with a governmental entity or state agency to verify that the N company: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. (Effective September 1, 2017) 1, the undersigned agent for the company named below, certify that the Company does not boycott Israel and will not boycott Israel during the term of the contract. COMPANY NAME: , � -` 74 i Z tQ� Le"-t 7 J), Signature of Company Official: C'� Date Signed: 1 1 u `t i eq 6. r)-o f Printed name of company official signing above: rf AI C_.,. f� r 5�� 3/9/2018 151 PM p, 53 City of Lubbock Bid RFP 18-13927-TF L i .f. PROPOSED LIST OF SUB -CONTRACTORS Company Name Location Services Provided 1. n 3-nG� J:: _ r4T1 f. m5wkhim 1"6 2. 3. 4. 5. 6. 7. a. 9. 10. 11. 12. 13. 14. 15. 16. Minority Owned Yes No Q � ❑ Q ❑ c ❑ 0 Q E:l L] G O Q ❑ a Q ❑ ❑ o ❑ ❑ ❑ Q ❑ ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO tfd"I�SU� BMITTED BY:-lifr' p/ d( f7-GC�-tu.0 , d-4 fit fI�, C . (P C}MPANY RFP 18-13927-TF - Manhole Rehabilitation Phase 3 _ 319/2018 3Z1 PM P. 55 L 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 t.. FINAL LIST OF SUB -CONTRACTORS Minority Owned Company Name _ Location Services Provided Yes No 2. �T ll%�5 ❑ ❑ 3. ❑ ° 4. ❑ ❑ 5. ❑ ❑ 6. ° ❑ 7. ° ❑ 8. ❑ ❑ 9. ❑ ❑ 10. ° ❑ 11. ❑ ❑ 12. ° ❑ 13. ❑ ❑ 14. ❑ ❑ 15. ❑ ❑ 16. ❑ ❑ SUBMITTED BY: (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 18-13927-TF - Manhole Rehabilitation Phase 3 PAYMENT BOND CERTIFICATE OF INTERESTED PARTIES FORM 1295 1of1 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. 2018-337686 Infrastructure Rehabilitation USA, Inc. Shreveport, LA United States Date Filed: 04/11/2018 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, Texas Date Acknowledged: 04/12/2018 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. 13927 Manhole Rehabilitation Phase 3 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary Edmiston, Tina Shreveport, LA United States X Casten, Theodore J Shreveport, LA United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION c My name is -'I N% A C E 47 m � 5 T-o t-j and my date birth is f My address is rea—V-9 (�Iw �� r ��� tof L� ((o% �. (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. C7 I Q. � Executed in 1�A IEonT 7,' State of L t \ on the day of 20 (month (year) C::(v Signature of authorized agent of contracting business entity (Declarant) Forms Drovided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.5523 Bond No. 4411039 STATUTORY PAYMENT BOND PURSUANTTO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) 1.`NOW ALL, MEN BY THESE PRESENTS, that Infrastructure Rehabilitation USA, file. (hereinafter gilled the Principal(s), as Principal(s), and SureTec 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 Two Hundred Fifteen Thousand One hundred '+igh y Whirs ($215,180) 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 2611' -dray of At)ril, 2018, to RI+P 18-13927= rF Manhole Rehabilitation Phase 3 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 it part hereol' as frilly 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 Shull pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the 4vork provided foa- 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 deternailted in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHERL,OF, the said Principal (s) and Surety (s) have signed and seined this instrument this _ 26th __ day of April , 2018. SureTec Insurance Company _ Infrastructure Rehabilitation USA, Inc. Surety (Company Name) 1 W r BY. 113.�— t ('fits Y4yriam Victoria, Attorney -in -Fact (Prated N• as ) r Y-- City of Lubbock [aid RFP 18-13927-TF "fhe undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Blaine Allen an agent resident in Lubbock County to whom any requisite notices may be delivered and on w110111 service 017process may be had in matters arising out orsuch suretyship. Baldwin -Cox Agency SureTec Insurance Company Blaine Allen 972-644-2688 SLtI,ety --- __ 5930 Preston View Blvd., Suite 200 (t Dallas, TX 75240 (4Ie Myriam Victoria, Attornay-in-Fact Approved as to form: City f L, t bock 13y: ---- — - _ C ty Attorney Note: 11'signed by in officer ol'the Surety Company there must be on file a certified e ii-act from the by-laws showing that this person has authority to sign such obligation. 11'signed by an Attorney in Fact, we must have copy of power of Attorney for our f i les. 2 3/0/2018 3:51 PM P. 63 p0A it: 1810058 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Hams County, Texas, does by these presents make, constitute and appoint Patricia Byerley, Myriam Victoria its true and lawful Attorney -in -fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for, providing the bond penalty does not exceed Three Million and 001100 Dollars ($3,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the CEO, sealed with the corporate sea) of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney -in -Fact may do in the premises. Said appointment is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20* of April, 1999.) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its CEO, and its corporate seal to be hereto affixed this 25th day of April , A.D. 2018 . MYAIN X SVRANp� By wUt?w 9y �oD John Jr r State of Texas ss: ?�; 6.' Y •� County of Hams �'�1 ••- On this 25th day of April , A.D. 2018 before me personally came John Knox Jr., to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that he is CEO of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order. XENIA CHAVEZ ti={�PY pVei _Notary Public, State of Texas •," Comm. Expires 09-10-2020 Notary ID 129117659 Xe ' avez, Notary Public ti commission expires September 1 , 2020 I, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston, Texas this 26th day of AP it 2018 , A.D. /&IX/�-.171t- A BrAt43eaty, Assi tent Secreta Any instrument issued in excess of the penalty stated above is totally void and without any validity. For verification of the authority of this power you may call (713) 812-0800 any business day between 8:30 am and 5:00 pm CST. PERFORMANCE BOND Bond No. 4411039 STATU'FORY PERFORMANCE BOND PURSUANT TO SECTION 2253,021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY TI4ESE PRESENTS, that Infrastructure Rehabilitation USA, Ine. (hereinafter called the Principal(s), as Principal(s), and SureTec Insurance Company (hereinafter called the Stn-ety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Two Hundred Fifteen Thousand Oxie Hundred Eiahh> Dollars ($215,180) lawful money of the United States for the payment whereof, the said Principal and Surely 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 201" day of Agri( ZM, to RFP 18-13927-'1'F Manhole Rehabilitation Phase 3 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 TH'IS OBLIGATION IS SUCH, that if the said Principal shall faiihfiilly 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 rile 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 _26th day of April 2018, SureTec Insurance Company Surety w n *By' V, (`rup 4yriam Victoria, Attorney -in -Fact Infrastructure Rehabilitation USA, Inc. (Company Name)�y By: T—lly EtLM1Q!v (I'riuted Nano) (Signature) V (Title) I CERTIFICATE OF INSURANCE ACOR T 0 CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 15/3/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must 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 endorsements . PRODUCER Arthur J. Gallagher Risk Management Services, Inc. 470 Ashley Ridge Blvd Shreveport LA 71106 CONT NAMEACT Amy Strange PHONE . 318-629-8124 FAX . 318-798-5507 E-MAIL .Amy_Strange@ajg.com INSURERS AFFORDING COVERAGE NAIC it INSURERA:Arch Specialty Insurance Company 21199 INSURED INFRREH-02 INSURER B: Louisiana Workers' Compensation Corp22350 Infrastructure Rehabilitation USA, Inc. INSURER C:Nautilus Insurance Company 17370 401 Edwards St Suite 2100 Shreveport LA 71101 INSURER D INSURER E : INSURER F : r`fIVPRArAPC CPPTIPIltATP MI IMRPR• 21741R77831 DP1ACil1A1 Kit IIIACIPt?- THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER POLICY EFF MMIDD/YYYY POLICY EXP MMIDD/YYYY LIMITS A X COMMERCIAL GENERAL LIABILITY Y Y AGL0044598-01 1/25/2018 1/25/2019 EACH OCCURRENCE $_1,000,000 CLAIMS -MADE �X OCCUR DAMAGE S(RENTED PREMISES (Ea occurrence) $100,000 MED EXP (Any one person) $10,000 PERSONAL & ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 X POLICY ❑PRO LOC JECT PRODUCTS - COMP/OP AGG $2,000,000 $ OTHER: AUTOMOBILE LIABILITY COMBINED SIN=MIT Ea accident $ BODILY INJURY (Per person) $ ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ HIRED NON -OWNED AUTOS ONLY AUTOS ONLY PROPERT DAMAGE Per acc dent $ C UMBRELLA LIAB X OCCUR Y Y AN051685 5/2/2018 1/25/2019 EACH OCCURRENCE $5,000,000 X AGGREGATE $5,000,000 EXCESS LIAB CLAIMS -MADE DED RETENTION $ $ g WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE � OFFICERIMEMBER EXCLUDED? N / A y 154764 1/25/2018 1/25/2019 X PER OTH- STATUTE ER E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE '"— $1,000,000 (Mandatory lnNH) If es, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $1,000.000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required) Certificate holder is included as Additional Insured on the General Liability policy, as per endorsement # 00 AGL0100 00, edition 07 15. The insurance provided in the General Liability is primary and any other insurance shall be excess only, and not contributing. A Waiver of Subrogation applies with respect to all Policies as required by written contract. The Umbrella policy follow form. Project or Job #: Contract 13927 Project: RFP 18-13927-TF Manhole Rehabilitation Phase 3 CFRTIFICOTF Wnl nFR CONCFI I ATH)N SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Lubbock THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN PO BOX 2000, Room 204 ACCORDANCE WITH THE POLICY PROVISIONS. Lubbock TX 79457 AUUTJHryO,RIj/Z/jElD: REPRESENTATIVE ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD ACORL7® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 05/01/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must 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 endorsements . PRODUCER CONTACT ROBIN MCCOLE NAME: StateFar'm CASSIUS BURRELL INSURANCE AGENCY INC IA N 318-687-3822 F� No : 318-688-5330 680 BERT KOUNS IND LOOP AIL ADDRESS: robin.mccole.udgp@statefarm.com INSURERS AFFORDING COVERAGE NAIC # SHREVEPORT LA 71118 INSURER A: State Farm Mutual Automobile Insurance Company 25178 INSURED INSURER B INFRASTRUCTURE REHABILITATION USA INC INSURERC: 401 EDWARDS STSUITE 2100 INSURERD: INSURER E: SHREVEPORT LA 71101 INSURER F : nnVFRAnFA CERTIFICATE NI IMRFR- RFl/ICIAN Nf IMRPR. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADOL SUBR POLICY NUMBER POLICY EFF MMIDDfYYYY POLICY EXP MM/DD LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS -MADE OCCUR DAM MA E APREMISES Ea occurrence $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ GEN'L POLICY ❑ PRO ❑ JECT LOC PRODUCTS - COMP/OP AGG $ $ OTHER: AUTOMOBILE LIABILITY Y Y COMBINED SINGLE LIMIT Ea accident $ 1,000,000 BODILY INJURY (Per person) $ A ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS 219-5962-A31-18 01l31/2018 07l31l2018 BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per sect tlant $ HIRED NON -OWNED AUTOS ONLY AUTOS ONLY E UMBRELLA W1B OCCUR EACH OCCURRENCE $ Ld AGGREGATE $ EXCESS LIAR CLAIMS -MADE CEO I I RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N PER OTH- STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ OFFICERIMEMBER EXCLUDED9 ❑ N / A E.L. DISEASE - FA EMPLOYE $ (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS f VEHICLES (ACORD 101, Addltlonal Remarks Schedule, may be attached If more apace Is required) The City of Lubbock is named as Additional Insured Waiver of Subrogation in Favor of The City of Lubbock Contract 13927 / RFP 18-13927-TF Manhole Rehabilitation Phase 3 CITY OF LUBBOCK PO BOX 2000, ROOM 204 LUBBOCK TX 79457 ACORD 25 (2016/03) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE TION DATE THEREOF, NOTICE WILL BE DELIVERED IN AC RDAN E WITH THE POLICY PROVISIONS. ITHOFUO P SENTATIVE ` w lv i it3t3-6U"I O AL.umu L uKrunA I wN. Ali rlgnis reserveu. The ACORD name and logo are registered marks of ACORD 1001486 132849.12 03-16-2016 ACOR" CERTIFICATE OF LIABILITY INSURANCE fir... DATE/2/ DDIY2018 /2/ THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER All Risk Insurance, Inc. 79 Baybridge Drive Gulf Breeze FL 32561 CONTACT Walton Ft NAME: PHOIAICNE (850) 932-3141 FAX No: 1850y934-3399 AIORIEss:lgibson@allriskins.com INSURERS AFFORDING COVERAGE NAIC # INSURERAtAIX Specialty Insurance INSURED McNeil Technologies, Inc. 320 Harbor Boulevard, Suite 1201 Destin FL 32541 INSURER B :Allied Insurance Co. of America INSURERC: INSURER 0: INSURER E : INSURERF: COVERAGES CERTIFICATE NUMBER.-CL1782203235 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILR TYPEOFINSURANCE DDL BR J POLICY NUMBER POLICY YPOLICY IDONYY DYT ME LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A CLAIMS -MADE X❑ OCCUR DAMAGE TO RENED PREMISES Ea occurrence) $ 100,000 MED EXP (Any one person) $ 10,000 X Y IPZCL00206372 7/16/2017 7/16/2018 PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY ❑ J❑ LOC ECT EC PRODUCTS - COMPIOPAGG $ 2,000,000 $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Mat acraden0 $ 1,000,000 BODILY INJURY (Per person) $ B ANY AUTO X BODILY INJURY (Per accident) $ ALL OWNED X SCHEDULED AUTOS AUTOS ACP BAL 3008335369 7/6/2017 7/6/2018 PROPERTY DAMAGE $ NON -OWNED HIRED AUTOS AUTOS Per accident Personal Injury Protection $ 10,000 UMBRELLA LIAB OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAR CLAIMS -MADE DED RETENTION $ $ WORKERS COMPENSATION STATUTE ERH AND EMPLOYERS' LIABILITY y I N ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? ❑ N / A (Mandatory in NH) E.L. DISEASE - EA EMPLOYE $ If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Project: Contract 13927 / RFP 18-13927-TF Manhole Rehabilitation Phase 3 Infrastructure Rehabilitation USA, Inc., its affiliates & City of Lubbock, its officers, agents and employees are named as primary additional insured's on the General Liability Policy, with respect to RFP 18-13927-TF". Waiver of Subrogation in favor of the City of Lubbock on General Liability and Automobile Liability policies. Infrastructure Rehabilitation USA, Inc. 401 Edwards Street, Suite 2100 Shreveport, LA 71101 I ACORD 25 (2014/01) INS025 (201401) J SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE t _+L j �,,, ai4A1M.1Ji &"`i`v.'� ©1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD •+ d' CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DDIYYYY) 05/04/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy (lee) 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 endorsement(s). PRODUCER FrankCrum Insurance Agency, Inc. 100 South Missouri Avenue Clearwater FL 33758 CONTACT NAME: PHONE A/C No Ext : 800 277.1620 X 48M FAX A/C No): 727 797-0704 E-MAILADDRESS: INSURERS AFFORDING COVERAGE NAICH INSURER A: Frank Winston Crum Insurance Company 118o0 INSURED FrankCrum L/C/F McNeil Technologies, Inc. 100 South Missouri Avenue Clearwater FL 33758 INSURER B: INSURER C: INSURER D: INSURER E: INSURER F: r.r1VFFHa(:FS (:FHI I FI(:LL IF NI IMHFH- 6K6Knn W3 VJNIIIN Id" WR• THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, INSR TYPE OF INSURANCE ADDL INSRDW1D(MMIDDfYYYY) SUBR POLICY NUMBER POLICY EFF POLICY EXP (MWODIYYYY) LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S CLAIMS -MADE OCCUR DAMAGETO RENTED PREMISES Ea oo Bence $ MED EXP (Any one Person) $ PERSONAL B ADV INJURY $ GENL AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE 6 PRODUCTS-COMPIOP AGG $ POLICY a PROJECT aLOC $ OTHER; AUTOMOBILE LIABILITY COMBINED SINGLE OMIT $ BODILYINJURY Per arson $ ANY AUTO OWNED AUT08 SCHEDULED ONLY AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE rald $ HIRED AUTOS NON -OWNED ONLY AUTOS ONLY $ UMBRELLA LIAR OCCUR EACH OCURRENCE AGGREGATE $ EXCESS LIAR CLAIMB-MADE DED RETENTIONS $ A WORKERS COMPENSATION AND EMPLOYERS• LIABILITY YIN ANY PROPRIETORfPARTNEREXECUTIVE OFFICERIMEMBER EXCLUDED? 0 N/A X WG201800000 01/01/2016 01/01/2019 X PER STATUTE OTH- ER E.L. EACH ACCIDENT Si.000.000 (Mandatory In NH) If yes, deealbe under E.L. DISEASE -EA EMPLOYEE $i,000,000 DESCRIPTION OF OPERATIONS below E.L. DISEASE-P C LIMIT $1 k00.000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 10% Additional Remarks Schedule, may be attached If more space Is required) Effective 10/05/2016, coverage Is for 100% of the employees of FrankCrum leased to McNeil Technologies, Inc. (Client) for whom the client Is reporting hours to FrankCrum. For work performed In TX. Coverage Is not extended to statutory employees. Project: Contract 13927/RFP 18-13927 TF Manhole Rehabilitation Phase 3. Infrastructure Rehabilitation USA, Inc 401 Edwards Streetm Suite 2100 Shreveport, LA 71101 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE ?XPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REP ESENTATIVE ©1988-2016 ACORD CORPORATION. All rights reserved. ACORD 26 (2016103) The ACORD name and logo are registered marks of ACORD WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 B (Ed. 6-14) TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( X ) Specific Waiver Name of person or organization: Infrastructure Rehabilitation USA, Inc., 401 Edwards Street, Suite 2100, Shreveport, La 71101 ( ) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: Project: Contract 13927/18-13927-TF Manhole Rehabilitation Phase 3 3. Premium: The premium charge for this endorsement shall be N/A percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: N/A 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 01/01/2018 - 01/01/2019 Policy No. WC201800000 Insured: FrankCrum L/C/F McNeil Technologies, Inc. Insurance Company: Frank Winston Crum Insurance Countersigned by Company WC420304B (Ed. 6-14) t' _ ©Copyright 2014 National Council on Compensation Insurance, Inc. All Rights Reserved. Endorsement No. NIA Premium N/A CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DDlYYYY) 05/04/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy (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 endorsement(a). PRODUCER FrankCrum Insurance Agency, Inc. 100 South Missouri Avenue Clearwater FL 33756 CONTACT NAME: PHONE AIC No Ext : 800 277-1620 X 4800 FAX A/C No : 727 797-0704 E-MAIL ADDRESS: INSURER 8 AFFORDING COVERAGE NAICN INSURER A: Frank Winston Crum Insurance Company 11600 INSURED FrankCrum L/C/F McNeil Technologies, Inc. 100 South Missouri Avenue Clearwater FL 33756 INSURER B: INSURER C: INSURER D: INSURER E: INSURER F !`fl\lF1�Af:FC (:I�H-IIF1[:A-IM NIIMHi W- 4ri M;i "YVIN1()N NIIMfiFH! THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSRD SUBR WVD POLICY NUMBER POLICY EFF (MMIDDMI'YY) POLICY EXP (MMIDOIYYYY) LIMITS COMMERCIAL GENERAL LIABILITY EACHOCClR2RENCE S __ CLAIMS -MADE FIOOCUR RENTED Oa once i MED EXP(Any one person) i PERSONAL B ADV INJURY i GEWL AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE i PRODUCTS-COMPIOP AGO S POLICY = PROJECT =LOG $ OTHER: AUTOMOBILE LIABILITY CO MSINED 81NaLE LIMIT i BODILY INJURY Perperson) $ ANY AUTO OWNED AUTOS SCHEDULED ONLY AUTOS BODILY INJURY (Per ecddent) $ PROPERTY DAMAGE Pee da i HIRED AUTOS NON -OWNED ONLY AUTOSONLY i UMBRELLA LIAR OCCUR EACH OCURRENCE AGGREGATE i EXCESS LIAR CLAIMS -MADE LIED I RETEWON$ i A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y/N ANY PROPRIETORIPARTNERIEXECUTIVE OFFICERIMEMBER EXCLUDED? Q N/A X WC201800000 01/01/2018 01/01/2019 X PER STATUTE DER E.L. EACH ACCIDENT $1.000,000 E.L. DISEASE -EA EMPLOYEE $1.000.000 (Mandatory In NH) Ifyee. desodbe under DESCRIPTION OF -OPERATIONS below E.L. DISEASE -POLICY LIMIT 0 0 0 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) EffectIve 10/05/2015, coverage Is for 100% of the employees of FrankCrum leased to McNeil Technologies, Inc. (Client) for whom the client Is reporting hours to FrankCrum. Coverage Is not extended to statutory employees. Project: Contract 13927/RFP 18-13927-TF Manhole Rehabilitation Phase 3 City of Lubbock C/O City of Lubbock Purchasing Department 1625 13th Street, Suite 204 Lubbock, TX 79401 OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE )ATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE AUTHORIZED REP SENTATIVE 01988-2016 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 B (Ed. 6-14) TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( X ) Specific Waiver Name of person or organization: City of Lubock C/O City of Lubbock Purchasing Department, 1625 13th Street, Suite 204 Lubbock, Texas 79401 ( ) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: Project: Contract 13927/RFP 18-13927-TF Manhole Rehabilitation Phase 3 3. Premium: The premium charge for this endorsement shall be N/A percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: N/A 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 01/01/2018 - 01/01/2019 Policy No. WC201800000 Insured: FrankCrum L/C/F McNeil Technologies, Inc. Insurance Company: Frank Winston Crum Insurance Countersigned by Company WC 42 03 04 B (Ed. 6-14) ©Copyright 2014 National Council on Compensation Insurance, Inc. All Rights Reserved. Endorsement No. N/A Premium N/A REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (D) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (F) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (G) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. CONTRACT Contract 13927 pt.., i STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 26`h day of Ate, 2018 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 Infrastructure Rehabilitation USA, Inc. of the City of Shreveport, Parish of Caddo and the State of Louisiana 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 18-13927-TF Manhole Rehabilitation Phase 3 , 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. Infrastructure Rehabilitation USA, Inc.'s proposal dated March 26, 2018 is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. CONTRACTOR: CITY OF LUBBOM TEXAS (OWNER): Infrastructure ehabilita 'on USA, Inc. By: _ 4� ® ,:yes, Daniel M. Pope, ayor � ate•, t&t By: ATTEST: PRINTED NAME: 1 TITLE: v t-00 &0,0 e e ca Garza, City Secretary COMPLETE ADDRESS: f Infrastructure Rehabilitation USA, Inc. 401 Edwards St, Suite 2100 Shreveport, LA 71101 ATTEST: ( Corporate Secretary add TO P.E.,/EngineerAg CIP and Design Services Michael G. Keenum, P.E., CFM, Division Director of Engineering/City Engineer P OVED AS TO ORM: elli Leisure, Assistant City Attorney 1 CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 FOR VENDOR DOING BUSINESS WITH LOCAL GOVERNMENTAL ENTITY 1 This questionnaire reflects changes made to law by H.B. 23, 84t1' Leg., Regular Session Businesses and individuals doing business with the City need to file conflict of interest questionnaires with the Office of the City Secretary's Office. Local government officers are also required to file when a conflict exists. The questionnaire is to be filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001 (1-a) with a local governmental entity and the vendor meets the requirements under Section 176.006(a). By law this questionnaire must be filed with the City Secretary's Office of the local governmental entity no later than the 70` business day after the date the vendor becomes aware of the facts that require the statement to be 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). �t 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-information CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code, Date Received 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 requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. jj Name of vendor who has a business relationship with local governmental entity. �C)azc"o 2 Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) 3 Name of local government officer about whom the information in this section is being disclosed. Name of Officer This section (item 3 including subparts A, B, C, & D) must be completed for each officer with whom the vendor has an employment or other business relationship as defined by Section 176.001 (1 -a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the vendor? Yes F-1 No B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? Yes a No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership interest of one percent or more? Yes F-1 No D. Describe each employment or business and family relationship with the local government officer named in this section. 4j Wu LU-41� Signature of vendor doing business with the governmental entity Date Adopted 8/7/2015 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 parries 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 parry 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 "1 registration, generation of Form 1295 with a unique Certificate Number & filing date, printing the form, signing the form, 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 t 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: hLtps://www,ethics.state.tx.us/whatsnew/elf info form 1295.htm CERTIFICATE OF INTERESTED PARTIES FORM 3.295 1 of 1 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: 2018-337686 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Infrastructure Rehabilitation USA, Inc. Shreveport, LA United States Date Filed: 04/11/2018 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, Texas Date Acknowledged: 04/12/2018 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. 13927 Manhole Rehabilitation Phase 3 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling I Intermediary Edmiston, Tina Shreveport, LA United States X Casten, Theodore J Shreveport, LA United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION Ai My name is �l G L0and my date of birth is My address is rg zQ� Z ci—t Z 'Po4 6H4-a fiY"6 R,(,, I—tk, "71 1 06 u 5 � (street) (city) (stale) (zip code) (country) I declare under penalty o perjury that the foregoing is true and or f 1 - A0 / Executed in V Ceanty, State of on the day of 20 l . G (month) (year) ' Signature of authorized agent of contracting business entity (Declarant) Forms provided by I exas Ethics Commission www.ethlcs.state.tx.us Version V1.0.55Z3 t__= GENERAL CONDITIONS OF THE AGREEMENT GENERAL CONDITIONS OF THE AGREEMENT 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 Infrastructure Rehabilitation USA Inc who has agreed to perform the work embraced in this contract, or their legal representative. 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 Manager, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors 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. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 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. 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). WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. i..,, ,-I _ 8. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall -, accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at ` Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. (- 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished ten copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's i 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 P P P 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 15 16. 1 OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative (as distinguished from Resident Project Representative(s))has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 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 they 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. CONTRACTOR'S DUTY AND SUPERINTENDENCE L The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or ] Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all r1 1 modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. y Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any person or persons on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such person or persons shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of workers or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Contractor is responsible for construction quality control testing, cost, and reporting of the type and extent required by the contract documents. The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access 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. r 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 Owners Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish' any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered., by Contractor's proposal, except as provided under Changes and Alterations in Paragraph 23. It is agreed that the Contractor shall perform all extra work under the observation of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or { Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent to the firm actually performing the work, and additional higher -tier markups limited to 5% to cover additional overhead and insurance costs; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work, as estimated by the Engineer and approved by the Owner.. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workers, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work' after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. '- ' 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the proposals are received, and if no such notice is received by the Owner's Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. In the absence of a requested clarification for a conflict in the documents prior to proposals E being reviewed, it will be assumed that the Contractor proposes the higher cost alternative on conflicts identified after proposals are reviewed. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable , precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and Engineer and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of (' Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self- , insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. ii PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. 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 $1,000,000 per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury B. Owner's and Contractor's Protective Liability Insurance — NOT REQUIRED C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,000,000 Combined Single Limit per occurrence, to include all owned (: and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. D. Builder's Risk Insurance/Installation Floater Insurance — NOT REQUIRED E. Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The Contractor shall have Umbrella Liability Insurance in the amount of $4,000,000 per occurrence on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. 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 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 t 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 j vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 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 a 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 µ coverage ends during the duration of the project. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. F. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. .- (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. 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. A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. 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. If policy limits are paid, new policy must be secured for new coverage to complete project. 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: I., REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804- ' 4000 (www tdi.state.tx.us) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage, " and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; - (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the = Contractor: (1) a certificate of coverage, prior to the other person beginning work on the i - project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as rl required by paragraphs (i)-(viii), with the certificate of coverage to be provided [y 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. t� 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 l� _, 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 r.." waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, { rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIOUIDATED 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 $1,000.00 (One Thousand Dollars) ' PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. If the Contractor should neglect, fail, or refuse to Finally 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 $1,00.00 (One Thousand Dollars) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall fail to meet the time requirements 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 s 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, r schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than within twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workers, 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 k event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the 1 specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and 0 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, r payment shall be for the actual amount of work done and materials furnished on the project, provided that the l over run or under run of estimated quantities32 note exceed 15% of the estimated quantity. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner and Engineer, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Payment for materials on hand and delivered to the project site will be limited to 100 percent less the 5 percent standard retainage until actually incorporated into the project. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. 44 45 46. 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. 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. 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. 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. 1-4 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. ZI 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: L_ : (a) The Owner may employ such force of persons 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 v_ 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 s 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 ,1 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 r,_I than that which would have been the cost to complete the work under this contract, the Contractor or his J Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided ►J in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in 1..� 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 1' "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. . ' 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, _ Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as 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. E 1 S In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 57. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 58. NON -ARBITRATION The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 59. CONTRACTOR ACKNOWLEDGES Contractor acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. 60. 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 perforining work under a governmental contract will be penalized $200 for each individual A that has been misclassified (Texas Government Code Section 2155.001). 61. 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-information 62. SB 252 SB 252 prohibits the City from entering into a contract with a vendor that is identified by The Comptroller as a company known to have contracts with or provide supplies or service with Iran, Sudan or a foreign terrorist organization. 63. HB 89 The Contractor warrants that it complies with Chapter 2270, Subtitle F, Title 10 of the Texas Government Code by verifying that: (1) The Contractor does not boycott Israel; and (2) The Contractor will not boycott Israel during the term of the Agreement. DAVIS-BACON WAGE DETERMINATIONS EXHIBIT A 17 General Decision Number: TX180007 01/05/2018 TX7 Superseded General Decision Number: TX20170007 State: Texas Construction Types: Heavy and Highway Counties: Armstrong, Carson, Crosby, Ector, Irion, Lubbock, Midland, Potter, Randall, Taylor and Tom Green Counties in Texas. HEAVY & HIGHWAY CONSTRUCTION PROJECTS Note: Under Executive Order (EO)13658, an hourly minimum wage of $10.35 for calendar year 2018 applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any 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 $10.35 per hour (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 2018. The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above - mentioned types of contracts entered into by the federal government that are subject to the Davis - Bacon Act itself, but it does not apply to contracts subject only to the Davis -Bacon Related Acts, including those set forth at 29 CFR 5. 1 (a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/05/2018 * 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 ::•' ' 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 LoaderBackhoe..............$ 14.18 Mechanic .................... $ 20.14 Milling Machine .............$ 15.54 Motor Grader, Rough ........ $ 16.15 Motor Grader, Fine .......... $ 17.49 Pavement Marking Machine .... $ 16.42 Reclaimer/Pulverizer........ $ 12.85 Roller, Asphalt .............$ 10.95 Roller, Other ............... $ 10.36 Scraper ..................... $ 10.61 Spreader Box ................ $ 12.60 Servicer .........................$ 13.98 Steel Worker (Reinforcing) ....... $ 13.50 TRUCK DRIVER 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. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health - related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health - related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. 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 theF!", union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier L.) indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling 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 parry (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 parry's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION r EXHIBIT B Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT C Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. SPECIFICATIONS CITY OF LUBBOCK SANITARY SEWER MANHOLE REHABILITATION PHASE 3 —� - - (`.itv of Lubbock TEXAS TECHNICAL SPECIFICATIONS OCTOBER 2017 o- r TREVOR OVERMAN 100234 =� �7a.. 4 10/6/2017 TABLE OF CONTENTS CITY OF LUBBOCK MANHOLE REHABILITATION PHASE 3 DIVISION 1— GENERAL REQUIREMENTS 01010 Summary of Work--------------------------------------------------------4 01019 Contract Considerations -------------------------------------------------- 1 01028 Change Order Procedures------------------------------------------------3 01039 Coordination and Meetings----------------------------------------------2 01140 Work Restrictions---------------------------------------------------------3 01300 Submittal Procedures-----------------------------------------------------4 01310 Progress Schedules -------------------------------------------------------- 2 01356 Storm Water Pollution Prevention Plan -------------------------------- 4 01380 Project Photographs -------- ---------------------------------------------- 2 01400 Quality Requirements ----------------------------------------------------- 4 01410 Testing Laboratory Services---------------------------------------------3 01555 Barricades, Signs, and Traffic Handling-------------------------------1 01576 Waste Material Disposal-------------------------------------------------2 01700 Contract Closeout---------------------------------------------------------2 DIVISION 2 — SITE WORK 02200 Demolition, Removal, and Salvaging of Existing Materials--------2 02221 Removing Existing Pavements------------------------------------------2 02260 Excavation Support and Protection ------------------------------------- 3 02317 Excavation and Backfill for Utilities-----------------------------------10 02320 Utility Backfill Materials ------------------------------------------------- 4 02530 Sanitary Sewer Piping----------------------------------------------------6 02533 Acceptance Testing for Sewers ------------------------------------------ 4 02734 Cured in Place Fiberglass Epoxy Resin Liner------------------------4 02750 Bypass Pumping of Existing Sanitary Sewers------------------------4 DIVISION 3 — CONCRETE 03300 Cast -in -Place Concrete---------------------------------------------------9 Sanitary Sewer Manhole Rehabilitation Phase 3 Table of Contents October 2017 1- 1.8 PROJECT SCHEDULE A. The Work summarized above shall be substantially completed within 90 calendar days from the date of the Notice to Proceed. B. There will be a $300.00 per day liquidated damages for each day that exceeds the 90 day limit. C. Within five (5) business days after the date of the Substantial Completion Certificate, the Engineer shall issue a Final Punch List of items to be corrected prior to Final Completion. D. Punch list items shall be complete within 30 calendar days from the date of the Final Punch List. There shall be $300 per day liquidated damages assessed for each day that exceeds the 30 day limit. PART 2 PRODUCTS Not used. PART 3 EXECUTION 3.1 SECURITY PROCEDURES A. Contractor shall limit access to the site to persons involved in the work. B. Contractor shall provide secure storage for materials for which the owner has made payments and which are stored on site. C. Contractor shall secure completed work as required to prevent loss or damage. D. Contractor shall secure sites by means of fencing, security guards, or other means to prevent damage, theft, safety hazards, or other problems on the site. E. The use of security personnel shall be cleared with the Owner. 3.2 COORDINATION REQUIREMENTS A. Contractor shall inform the Owner when coordination of the work is required. B. If necessary, inform each party involved, in writing, of procedures required for coordination; include requirements for giving notice, submitting reports, and attending meetings. C. Coordinate shop drawings prepared by separate entities. D. Show installation sequence when necessary for proper installation. 3.3 PRE -CONSTRUCTION MEETING A. A pre -construction meeting will be held at City Hall within ten (10) days of the date of Notice to Proceed and prior to any construction taking place. 3.4 WARRANTY t A. Contractor shall warrant 100% of the project for one (1) year after the date of substantial acceptance of the work. B. On the eleventh (11) month from the date of final acceptance, an Owner's representative will schedule an inspection with the presence of the Contractor to inspect for defects and assessment of the work performed. ( C. Any work that is considered defective by the Owner's representative will be repaired. 1. Sanitary Sewer Manhole Rehabilitation Phase 3 01010-3 October 2017 D. The Contractor shall remedy any defects in workmanship, and pay for any and all damages of any nature whatsoever resulting in defects at no cost to the Owner. END OF SECTION Sanitary Sewer Manbole Rehabilitation Phase 3 010104 October 2017 SECTION 01019 CONTRACT CONSIDERATIONS PART1 GENERAL 1.1 SUMMARY A. This section covers the method for the Contractor to request payment for completed work. B. Section includes: (1) Schedule of Values (2) Application for Payment (3) Payment Retainage 1.2 SCHEDULE OF VALUES A. Contractor shall submit a Schedule of Values on Engineer approved Contractor's form within five (5) days after receiving the bid tabulation. B. Revise schedule to include approved Change Orders, with each Application for Payment. 1.3 APPLICATIONS FOR PAYMENT A. Submit two (2) copies of each application on Engineer approved Contractor's form. B. Utilize Schedule of Values for listing items in Application for Payment. C. Monthly, submit application for payment on or about the 10th day of each month. D. Include an updated construction progress schedule, materials received, and manifest with each Application for Payment E. Submit the following along with the application for final payment: (1) The documentation for the completed project. (2) Signed affidavit from a Notary Public that all claims on this job have been settled and that all bills owed by the Contractor for the project including materials and labor have been paid. (3) One (1) year Contractor Warranty for work performed, signed and sealed by a Notary Public. 1.4 PAYMENT RETAINAGE A. The Owner will retain five (5) percent of each payment. B. Retainage will be released as final payment, upon completion of the Final Punch List. PART 2 PRODUCTS Not used. PART 3 EXECUTION Not used END OF SECTION Sanitary Sewer Manhole Rehabilitation Phase 3 01019-1 October 2017 SECTION 01028 CHANGE ORDER PROCEDURES PART1 GENERAL 1.1 SUMMARY A. This section covers the procedures to be followed for a change in Contract price or time. B. Section Includes: (1) Submittals (2) Documentation Of Change In Contract Stun/Price And Contract Time (3) Change Procedures (4) Construction Change Authorization (5) Stipulated Price Change Order (6) Unit Price Change Order (7) Time And Material Change Order (8) Execution Of Change Orders (9) Correlation Of Contractor Submittals 1.2 SUBMITTALS A. Submit the name of the individual authorized to receive change documents, and be responsible for informing others in Contractor's employ or Subcontractors of changes to the Work. B. Change Order Forms. 1.3 DOCUMENTATION OF CHANGE IN CONTRACT SUM/PRICE AND CONTRACT TIME A. Contractor shall maintain detailed records of work done on a time and material basis. B. Provide full information required for evaluation of proposed changes and to substantiate costs of changes in the Work. C. Document each quotation for a change in a cost or time with sufficient data to allow evaluation of the quotation. D. On request, provide additional data to support computations, including but not limited to: (1) Quantities of products, labor, and equipment. (2) Taxes, insurance, and bonds. (3) Overhead and profit. (4) Justification for any change in Contract Time. (5) Credit for deletions from Contract, similarly documented. E. Support each claim for additional costs, and for work done on a time and material basis, with additional information: (1) Origin and date of claim. (2) Dates and times work was performed, and by whom. (3) Time records and wage rates paid. (4) Invoices and receipts for products, equipment, and subcontracts, similarly documented. 1.4 CHANGE PROCEDURES 1 Sanitary Sewer Manhole Rehabilitation Phase 3 01028-1 October 2017 A. Changes to Contract Sum/Price or Contract Time can only be made by issuance of an official Construction Change Authorization or Contract Change Order. Discussions in the field or by phone or email, without proper documentation, do not authorize Contractor to perform tasks outside the scope of Work. Changes must be authorized as described in this Section. �. J B. The Engineer will advise of minor changes in the Work not involving an adjustment to Contract Sum/Price or Contract Time as authorized by the Contract by issuing supplemental instructions by letter. .i C. The Engineer may issue a Proposal Request which includes a detailed description of a proposed change with supplementary or revised Drawings and Specifications. The Contractor shall prepare and submit an estimate within seven (7) days, or as specified in the Proposal Request. Estimate shall include the proposed change's full effect on the Work and the effect on the Contract Sum/Price and Contract Time, with full documentation and a statement describing the effect on Work by separate or other contractors. D. The Contractor may request clarification of Drawings, Specifications, or Contract documents or other information by submitting a Request for Information to the Engineer. Engineer may request a Proposal Request in response to a Request for Information. 1.5 CONSTRUCTION CHANGE AUTHORIZATION A. The Engineer may issue a document, signed by the Owner, instructing the Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. B. The document will describe changes in the Work, and will designate the method of determining any change in Contract Sum/Price or Contract Time. C. The Contractor shall promptly execute the change in the Work. 1.6 STIPULATED PRICE CHANGE ORDER A. Based on accepted Proposal Request. 1.7 UNIT PRICE CHANGE ORDER A. For pre -determined unit prices and quantities, the Change Order will be executed on a fixed unit price basis. B. For unit costs or quantities of units of work which are not pre -determined, execute Work under a Construction Change Authorization. C. Changes in Contract Sum/Price or Contract Time will be computed as specified for Time and Material Change Order. 1.8 TIME AND MATERIAL CHANGE ORDER A. Submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the Contract. B. The Engineer will determine the change allowable in Contract Sum/Price and Contract Time as provided in the Contract Documents. C. Maintain detailed records of work done on Time and Material basis. D. Provide full information required for evaluation of proposed changes, and to substantiate costs for changes in the Work. 1 1.9 EXECUTION OF CHANGE ORDERS A. The Engineer will issue Change Orders for signatures of parties as provided in the Conditions of the Contract. - 1.10 CORRELATION OF CONTRACTOR SUBMITTALS Sanitary Sewer Manhole Rehabilitation Phase 3 01028-2 October 2017 I A. Promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as a separate line item and adjust the Contract SUM/Price. B. Promptly revise progress schedules to reflect any change in Contract Time, revise sub - schedules to adjust time for other items of work affected by the change, and resubmit. C. Promptly enter changes in Project Record Documents. PART PRODUCTS Not used PART 3 EXECUTION Not used END OF SECTION Sanitary Sewer Manhole Rehabilitation Phase 3 01028-3 October 2017 SECTION 01039 COORDINATION AND MEETINGS PART 1 GENERAL 1.1 SUMMARY A. Section Includes: (1) Coordination (2) Field Engineering (3) Pre -Construction Meeting (4) Progress Meetings 1.4 COORDINATION A. Coordinate scheduling, submittals, and Work of the various Sections of the Project to assure efficient and orderly sequence of installation of interdependent construction elements, with provisions for accommodating items installed later. B. Coordinate completion and cleanup of Work of separate Sections in preparation for Substantial Completion. C. After Owner occupancy of premises, coordinate access to site for correction of defective r Work and Work not in accordance with Contract Documents, to minimize disruption of Owner's activities. 1.5 FIELD ENGINEERING A. Locate and protect survey control and reference points. B. Verify set -backs and easements; confirm drawing dimensions, and elevations. C. Provide field engineering services. D. Establish elevations, lines, and levels, utilizing recognized engineering survey practices. E. Submit a copy of registered site drawing and certificate signed by Land Surveyor that the elevations and locations of the Work are in conformance with the Contract Documents. 1.6 PRE -CONSTRUCTION MEETING A. Schedule meeting within ten (10) days of date of Notice to Proceed. B. Procedures and processing of field decisions, submittals, and substitutions, applications for payments, RFIs, proposal request, Change Orders and Contract closeout procedures. C. Tentative agenda: (1) Use of premises by Owner and Contractor. (2) Distribution of executed Contract Documents. (3) Submission of list of Subcontractors, list of products and progress schedule. (4) Designation of personnel representing the parties in Contract and the Engineer. (5) Owner's requirements. (6) Construction facilities and controls provided by Owner. (7) Survey and layout. . (8) Security and housekeeping procedures. (9) Schedules. (10) Procedures for testing. (11) Procedures for maintaining record documents. (12) Inspection and acceptance of products put into service during construction period. 1, Sanitary Sewer Manhole Rehabilitation Phase 3 01039-1 October 2017 t D. Record minutes and distribute copies within five (5) days after meeting to Engineer, participants, and those affected by decisions made. 1.7 PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the Work at minimum monthly intervals. B. Make arrangements for meetings, prepare agenda with copies for participants, and preside at meetings. C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Engineer, as appropriate to agenda topics for each meeting. D. Tentative agenda: (1) Review minutes of previous meetings. (2) Review of Work progress. (3) Field observations, problems, and decisions. (4) Identification of problems which impede planned progress. (5) Review of submittals schedule and status of submittals. (6) Review of off -site fabrication and delivery schedules. (7) Maintenance of progress schedule. (8) Corrective measures to regain projected schedules. (9) Planned progress during succeeding work period. (10) Coordination of projected progress. (11) Maintenance of quality and work standards. (12) Effect of proposed changes on progress schedule and coordination. (13) Other business related to Work. E. Record minutes and distribute copies within five (5) days after meeting to Engineer, participants, and those affected by decisions made. PART PRODUCTS Not used PART 3 EXECUTION Note used END OF SECTION I� Sanitary Sewer Manhole Rehabilitation Phase 3 01039-2 October 2017 1 j SECTION 01140 WORK RESTRICTIONS PART1 GENERAL 1.1 SUMMARY A. Section Includes: (1) Use Of Premises .: (2) Special Scheduling Requirements (3) Working Period y (4) Utility Cutovers And Interruptions S Noise Restrictions (6) Advance Notice (7) Water For Construction (8) Work Area Limits 1.2 USE OF PREMISES A. Limit use of premises to work in areas indicated. Do not disturb portions of site beyond areas in which the Work is indicated. B. Confine construction operations to within the limits of Right of Way, Alley Easements and Manhole locations, as shown on plans. C. Keep driveways and entrances serving premises clear and available to tenants, residents and emergency vehicles at all times, except when construction is immediately at that vicinity. Do not use these areas for parking or storage of materials. D. Schedule construction to minimize obstruction of driveways and entrances. 1.3 SPECIAL SCHEDULING REQUIREMENTS A. Have materials, equipment, and personnel required to perform the work at the site prior to the commencement of the Work. B. Permission to interrupt utility service shall be requested in writing a minimum of fourteen (14) calendar days prior to the desired date of interruption. 1.4 WORKING PERIOD A. Regular working hours shall be within an eleven (11) hour period between 7:00 a.m. and 6:00 p.m., Monday through Friday, and an eight (8) hour period between 9:00 a.m. and 5:00 p.m. on Saturday. (1) Saturday work shall be restricted to those activities that do not require observation by the Owner. (2) The Owner reserves the right, at the Owner's discretion, to disallow work when it interferes with holiday times and traffic. B. No work shall be performed on the following holiday periods or days: (1) New Year's Day (2) Good Friday Holiday (3) Memorial Day Holiday (4) Independence Day Holiday Sanitary Sewer Manhole Rehabilitation Phase 3 01140-1 October 2017 (5) Labor Day Holiday (6) Thanksgiving Day Holiday plus the day before and the three days following Thanksgiving Day. (7) Christmas Week. If Christmas Day falls on Saturday, this will be defined as the week leading to Christmas Day. If Christmas Day falls on Sunday, this will be defined as the week following Christmas Day plus the Friday and Saturday prior to Christmas Day. C. Work outside regular working hours requires Owner's approval. (1) Make application twenty-one (21) calendar days prior to such work to allow arrangements to be made by the Owner for inspecting the work in progress, giving the specific dates, hours, location, type of work to be performed, contract number and project title. (2) Based on the justification provided, the Owner may approve work outside regular hours. (3) During periods of darkness, the different parts of the Work shall be lighted in a manner approved by the Owner. Lighting shall be such that it does not cause nuisance conditions. D. The Drawings contain specific requirements that affect certain areas of the Work. 1.5 UTILITY CUTOVERS AND INTERRUPTIONS A. Sanitary sewer flow shall not be interrupted upstream of the Work. Bypass pumping of sanitary sewer flow upstream of the Work shall be the responsibility of the Contractor. B. Sanitary sewer service connections shall be re -connected in a timely manner following installation of the new sanitary sewer pipe. 1.6 NOISE RESTRICTIONS A. 75 dB limit at face of nearest structure during normal daylight hours. B. 65 dB limit at face of nearest structure during evening and nighttime hours in or near residential areas and for 24-hour working conditions that have received Owner approval. Evening and nighttime hours shall be defined as 6:00 p.m. to 7:00 a.m. C. The Contractor shall keep on -site a hand portable sound measurement device for both the { Owner's and the Contractor's use for measuring noise levels. 1.7 ADVANCE NOTICE A. The Contractor shall provide a minimum of five (5) days advance written notice of construction to businesses and residences along the construction route. B. The advance written notice shall be in the form of a single page flyer to be placed by hand by the Contractor's forces in mailboxes, door handles, or handed to applicable individuals at ' each route building. C. The The text for the advance written notice will be approved by the Owner. _ D. Reproduction shall be at the Contractor's expense. E. Distribution shall be at the Contractor's expense. F. Single page flyers shall be of a paper or post card color other than white to direct the recipient's attention to the information. �.. G. The text shall contain the anticipated beginning date of inconvenience to the recipient and the anticipated duration of that inconvenience. H. The dates shall encompass the duration of driveway inconveniences and potential noise to the recipients on a single city block (i.e., the dates and durations shall reflect the time that the city block of interest will be affected by non-trafficability). Sanitary Sewer Manhole Rehabilitation Phase 3 01140-2 October 2017 1.8 WATER FOR CONSTRUCTION A. Obtaining water for construction is the Contractor's sole responsibility. B. Water is available from the potable water system of the City of Lubbock for construction purposes. (1) The Contractor is responsible for all charges and arrangements for water consumption from the potable water system. (2) The Contractor shall make such arrangements directly with the City of Lubbock Water Utilities Department. (3) The City will not furnish potable water free of charge for the construction work. (4) The Contractor is responsible for any required metering and hauling. C. Water from park area lakes shall not be used for construction. D. This section does not preclude the Contractor from seeking other water sources for use in construction. Such water resources shall meet the purity requirements for the intended use. Such arrangements for water from other sources are the responsibility of the Contractor. PART 2 PRODUCTS Not used PART 3 EXECUTION 3.1 WORK AREA LIMITS A. Prior to any construction, the Contractor shall mark the areas that need not be disturbed under this contract. B. Isolated areas within the general work area which are to be saved and protected shall also be marked or fenced. C. Monuments and markers shall be protected before construction operations commence. D. Where construction operations are to be conducted during darkness, the markers shall be visible at all times. E. The Contractor's personnel shall be knowledgeable of the purpose for marking and/or protecting particular objects. END OF SECTION Sanitary Sewer Manhole Rehabilitation Phase 3 01140-3 October 2017 SECTION 01300 SUBMITTAL PROCEDURES PART GENERAL 1.1 SUMMARY A. Section includes: (1) Submittal Procedures (2) Re -Submittal Requirements (3) Action Submittals (4) Proposed Products List " (5) Shop Drawings g 8 (6) Information Submittals (7) Contractor's Review (8) Owner And Engineer Action 1.2 SUBMITTAL PROCEDURES A. Transmit each submittal with Contractor's standard transmittal letter including Contractor's name, address, and phone number. B. Identify Project, Contractor, Subcontractors or Suppliers, pertinent Drawings sheet and detail number(s), and specification Section number, as appropriate. C. Schedule submittals to expedite the Project and coordinate submission of related items. D. The Owner and Engineer reserve the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. E. Submittals may be delivered to the Engineer at the following address: Water Utilities Engineering 1625 13th Street Lubbock, Texas 79457 F. Allow enough time for submittal review, including time for re -submittals, as follows: (1) Time for review shall commence on the Owner or Engineer's receipt of submittal. (2) Allow fifteen (15) days for initial review of each submittal. (3) Allow additional time if processing must be delayed to permit coordination with subsequent submittals. (4) The Owner or Engineer will advise the Contractor when a submittal being processed must be delayed for coordination. (5) If more than five (5) submittals are transmitted for review within any five (5) day period, the time allowed for review will be increased to twenty-one (21) days. (6) Where concurrent review of submittals by the Engineer, Owner, or other parties is required, allow twenty-one (2 1) days for initial review of each submittal. (7) If intermediate submittal is necessary, process it in same manner as initial submittal. (8) Allow fifteen (15) days for processing each resubmittal. G. No extension of the Contract Time will be authorized because of failure to transmit submittals sufficiently in advance of the Work to permit processing. H. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. Sanitary Sewer Manhole Rehabilitation Phase 3 01300-1 October 2017 I. Provide space for Contractor and Engineer review stamps. J. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. K. Use only final submittals with mark indicating action taken by Owner or Engineer in connection with the construction. V' L. Submittals not requested will not be recognized or processed. 1.3 RE -SUBMITTAL REQUIREMENTS A. Revise initial submittal as required and re -submit to meet requirements as specified. B. Identify all changes made since previous submittal. C. Mark as RESUBMITTAL. D. Re -use original transmittal number and supplement with sequential alphabetical suffix for each re -submittal (ie. 0001-A). PART 2 PRODUCTS 2.1 ACTION SUBMITTALS A. Prepare and submit Action Submittals required by individual Specification Sections. B. Submit three (3) copies of each submittal, unless otherwise indicated. (1) The three (3) copies will be retained by the Owner's representative. (2) Any additional copies that the Contractor may need for his operations will be in addition to the three (3) copies required. 2.2 PROPOSED PRODUCTS LIST A. Within fifteen (15) days after date of Notice to Proceed, submit complete list of major products proposed for use, with name of manufacturer, trade name, and model or catalog designation, and reference standards. B. For products specified only by reference standards, give manufacturer, trade name, model or catalog designation, and reference standards. C. Collect information into a single submittal for each element of construction and type of product or equipment. D. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. E. Include recommendations for application and use, compliance with specified standards of trade associations and testing agencies. F. Include notation of special coordination requirements for interfacing with adjacent work. G. After review, distribute in accordance with Article on Procedures above and provide copies for Record Documents described in Section 01700 — Contract Closeout. 2.3 SHOP DRAWINGS A. Prepare Project specific information, drawn accurately to scale. B. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data. C. Include the following information, as applicable: ' (1) Dimensions _I Sanitary Sewer Manhole Rehabilitation Phase 3 01300-2 October 2017 f L I (2) Identification of products (3) Fabrication and installation drawings (4) Schedules (5) Design calculations (6) Compliance with specified standards (7) Notation of coordination requirements (8) Notation of dimensions established by field measurement D. For drawings larger than 11 x 17 inches, submit in the form of one reproducible transparency and one opaque reproduction. E. For drawings 11 x 17 inches and smaller, submit the number of opaque reproductions which Contractor requires, plus three (3) copies which will be retained by Engineer. F. Drawing size shall be minimum of 8 '/z x 11 inches and a maximum of 24 x 36 inches. G. Draw details to a minimum size of/2 inch equal to 1 foot. H. After review, produce copies and distribute in accordance with SUBMITTAL PROCEDURES article above and for record document purposed described in Section 01700 — Contract Closeout. 2.4 INFORMATION SUBMITTALS A. Manufacturer's Instructions: (1) When specified in individual specification Sections, submit manufacturers' printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, in quantities specified for Product Data. (2) Identify conflicts between manufacturers' instructions and Contract Documents. (3) Indicate special procedures, conditions requiring special attention and special environmental criteria required for application or installation. B. Manufacturer's Certificates (1) When specified in individual specification Sections, submit manufacturers' certificate to Engineer for review, in quantities specified for Product Data. (2) Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference date, affidavits, and certifications as appropriate. (3) Certificates may be recent or previous test results on material or Product, but must be acceptable to the Engineer. C. Insurance Certificates and Bonds: (1) Prepare written information indicating current status of insurance or bonding coverage. (2) Include name of entity covered by insurance or bond, limits of coverage, amounts of deductibles, if any, and term of the coverage. PART 3 EXECUTION 3.1 CONTRACTOR'S REVIEW A. Review each submittal and check for compliance with the Contract Documents. B. Note corrections and field dimensions. C. Mark with approval stamp before submitting to the Owner or Engineer. (1) Stamp each submittal with a uniform approval stamp. ' Sanitary Sewer Manhole Rehabilitation Phase 3 01300-3 October 2017 (2) Include Project name and location, submittal number, Specification Section title and number, name of reviewer, date of Contractor's approval, and statement certifying that the submittal has been reviewed, checked, and approved for compliance with the Contract Documents. 3.2 OWNER AND ENGINEER'S ACTION A. The Owner or Engineer will not review submittals that do not bear the Contractor's approval stamp and will return them without action. B. The Owner or Engineer will review each submittal, make marks to indicate corrections or modifications required, and return it. C. The Owner or Engineer will stamp each submittal with an action stamp and will mark stamp appropriately to indicate action taken, as follows: (1) No exception taken (2) Make correction noted (3) Revise and resubmit (4) Rejected D. The submittal stamp by the Owner or Engineer will also contain the following: (1) Checking is only for general conformance with the design concept of the project and general compliance with the information given in the Contract Documents. (2) Any action shown is subject to the requirements of the plans and specifications. (3) The Contractor is responsible for confirming and correlating all quantities and dimensions; selecting fabrication processes and techniques of construction; and performing the Work in a satisfactory manner. E. The Owner or Engineer will review each submittal and will not return it, or will reject and return it, if it does not comply with the requirements. END OF SECTION Sanitary Sewer Manhole Rehabilitation Phase 3 01300-4 October 2017 SECTION 01310 PROGRESS SCHEDULES PART1 GENERAL 1.1 SUMMARY A. Section Includes: (1) Format (2) Content (3) Revisions To Schedules (4) Submittals (5) Distribution 1.2 FORMAT A. Sequence of Listings: The chronological order of the start of each item of Work. B. Scale and Spacing: To provide space for notations and revisions. C. Sheet Size: Minimum 8 1/2 x 11 inches D. Submit only if requested by the Engineer or Owner at preconstruction or coordination meeting. E. Maintain monthly updates to schedule. 1.3 CONTENT A. Show complete sequence of construction by activity, with dates for beginning and completion of each element of construction. B. Identify each item by specification Section number. C. Provide sub -schedules to define critical portions of the entire Schedule. D. Show accumulated percentage of completion of each item, and total percentage of Work completed, as of the first day of each month. E. Provide separate schedule of submittal dates for shop drawings, product data, samples, and dates reviewed submittals will be required from the Engineer. Indicate decision date for selection of finishes. 1.4 REVISIONS TO SCHEDULES A. Indicate progress of each activity to date of submittal, and projected completion date of each activity. B. Identify activities modified since previous submittal, major changes in scope, and other identifiable changes. C. Provide narrative report to define problem areas, anticipated delays, and impact on Schedule. Report corrective action taken, or proposed, and its effect. 1.5 SUBMITTALS A. Submit initial Schedules within ten (10) days after date established in Notice to Proceed. After review, resubmit required revised data within ten (10) days. 6.x B. Submit revised Progress Schedules with each Application for Payment. C. Submit the number of opaque reproductions which the Contractor requires, plus two (2) copies which will be retained by the Engineer. t 1_ Sanitary Sewer Manhole Rehabilitation Phase 3 01310-1 October 2017 i_ 1.6 DISTRIBUTION A. Distribute copies of reviewed Schedules to project site file, Subcontractors, suppliers, and other concerned parties. B. Instruct recipients to promptly report, in writing, problems anticipated by projections indicated in Schedules. PART 2 PRODUCTS Not used PART 1 EXECUTION Not used END OF SECTION F), [l Sanitary Sewer Manhole Rehabilitation Phase 3 01310-2 October 2017 1. SECTION 01356 STORM WATER POLLUTION PREVENTION MEASURES PART1 GENERAL 1.1 SUMMARY A. Section Includes: (1) Contractor Responsibilities (2) Erosion and Sediment Controls (3) Components for Silt Fences (4) Components for Straw Bales (5) Storm Water Pollution Prevention Plan 1.2 CONTRACTOR RESPONSIBILITIES A. The Contractor shall implement, maintain, and update the Storm Water Pollution Prevention measures specified in the Storm Water Pollution Prevention Plan (SWP3) in a manner, which will meet the requirements of the Texas Pollution Discharge Elimination System (TPDES) _ = General Permit No.TXR150000. B. The Contractor shall be responsible for any fines or penalties assessed by the appropriate regulatory agency for failure to make required inspections, failure to properly document those inspections, failure to adequately implement and adjust the storm water pollution prevention measures specified in the SWP3 to adequately control pollutants, and/or any other fines or penalties assess by TCEQ or the EPA for failure to comply with any part of the permit requirements. C. The Contractor shall submit a Notice of Intent and a Notice of Termination independently of the Owner. D. Fines leveled against the Owner by the TCEQ or the EPA for the Contractor's failure to comply with and maintain the SWP3 shall be paid by the Contractor. 1.3 EROSION AND SEDIMENT CONTROLS t_ A. General (1) Structural measures shall be implemented to divert flows from exposed soils, temporarily store flows, or otherwise limit run-off and the discharge of pollutants from exposed areas of the site. (2) Structural practices shall be implemented as specified in the SWP3 and in a timely i_ manner during the construction process to minimize erosion and sediment run-off. B. Stabilized Ingress/Egress (1) Stabilized access to and from the construction site will be installed by the Contractor as t. soon as practical and in accordance with the SWP3. (2) In all cases, the Contractor shall ensure that any soil tracked off -site is cleaned from existing roads, alleys, and any adjacent properties as soon as possible. (3) The Contractor or other responsible party shall check for any pollutants (mud, silt, sand, cement, construction materials, etc.) tracked or washed off -site and perform necessary clean-up measures at the end of each work day. C. Silt Fences/Diversion Berms Sanitary Sewer Manhole Rehabilitation Phase 3 01356-1 October 2017 (1) The Contractor shall provide silt fences and/or diversion berms as a temporary structural practice to minimize erosion and sediment runoff. (2) Silt fences and/or diversion berms shall be properly installed to effectively retain , sediment immediately after completing each phase of work where erosion would occur in the form of sheet and rill erosion (e.g., clearing and grubbing, excavation, embankment, and grading.) (3) Silt Fences/Diversion Berms shall be kept in good and functional condition for as long as they are required and until they are removed from the site. D. Sand/Gravel Bags 1 The Contractor may provide sand/ avel bags as a temporary structural practice to () Y P � g p rY minimize erosion and sediment runoff. w (2) Bags shall be properly placed to effectively retain sediment immediately after completing each phase of work (e.g., after clearing and grubbing in an area between a ridge and drain, bags shall be placed as work progresses, bags shall be removed/replaced/relocated as needed for work to progress in the drainage area). (3) Sand/gravel bags must remain in good condition, or they shall be replaced. E. Site Stabilization (1) The Contractor shall disturb the least amount of site area as possible. (2) Stabilization measures to be implemented by the Contractor may include any of the following measures: (a) Temporary or permanent seeding or sodding (b) Mulching (c) Geotextiles (d) Vegetative buffer strips (e) Paving (f) Stabilization measures shall be implemented in accordance with the SWP3. PART 2 PRODUCTS 2.1 COMPONENTS FOR SILT FENCES A. Filter Fabric (1) The geotextile shall comply with the requirements of ASTM D 4439, and shall consist of polymeric filaments, which are formed into a stable network such that filaments retain R{ their relative positions. (2) The filament shall consist of a long -chain synthetic polymer composed of at least eight - five (85) percent by weight of ester, propylene, or amide, and shall contain stabilizers and/or inhibitors added to the base plastic to make the filaments resistant to deterioration. due to ultraviolet and heat exposure. (3) Synthetic filter fabric shall contain ultraviolet ray inhibitors and stabilizers to provide a minimum of six (6) months of expected usable construction life at a temperature range of 0 to 120 degrees Fahrenheit. Sanitary Sewer Manhole Rehabilitation Phase 3 01356-2 October 2017 1 l s t 1, (4) The filter fabric shall meet the following requirements: FILTER FABRIC FOR SILT FENCE PHYSICAL PROPERTY TEST PROCEDURE REQUIREMENT Grab Tensile ASTM D 4632 100 lbs. min. Elongation ASTM D 4632 30 % max. Trapezoid Tear ASTM D 4533 55 lbs. min. Permittivity ASTM D 4491 0.2 sec-1 AOS(U.S. Std. Sieve JASTM D 4751 20 —100 B. Silt Fence Stakes and Posts (1) The Contractor may use either wooden stakes or steel posts for fence construction. (2) Wooden stakes utilized for silt fence construction shall have a minimum cross section of two (2) inches by two (2) inches when hardwood is used and two (2) inches by four (4) inches when pine is used, and shall have a minimum length of four (4) feet. (3) Steel posts (standard "U" or "T" section) utilized for silt fence construction shall have a minimum weight of 1.33 pounds per linear foot and a minimum length of four (4) feet. C. Identification, Storage, and Handling\ (1) Filter fabric shall be identified, stored, and handled in accordance with ASTM D 4873. 2.2 COMPONENTS FOR STRAW BALES A. Straw Bales (1) The straw in the bales shall be stalks from oats, wheat, rye, barley, rice, or from grasses such as Byhalia, Bermuda, etc., furnished in air-dry condition. (2) The bales shall have a standard cross section of fourteen (14) inches by eighteen (18) inches. All bales shall be either wire -bound or string -tied. (3) The Contractor may use either wooden stakes or #3 rebars to secure the straw bales to the ground. (4) Wooden stakes utilized for this purpose shall have minimum dimensions of two (2) inches by two (2) inches in cross section and shall have a minimum length of three (3) feet. (5) Rebar utilized for securing straw bales shall have a minimum diameter of 3/8 of an inch and a minimum length of three (3) feet. PART 3 EXECUTION 3.1 STORM WATER POLLUTION PREVENTION PLAN A. Storm Water Pollution Prevention Plan will be provided by the Contractor. B. The Contractor must keep a copy of the SWP3 on site at all times. C. A completed Notice of Intent (NOI) form must be submitted a minimum of forty-eight (48) hours prior to start of construction. D. No work will be permitted until NOI is filed. E. The SWP3 shall be continually updated as necessary to reflect current and changing conditions on site. F. Additional measures not specifically shown in the SWP3 may be used to control erosion from leaving the site. f Sanitary Sewer Manhole Rehabilitation Phase 3 01356-3 October 2017 G. A completed Notice of Termination (NOT) form must be submitted prior to finalization of this contract. H. The Contractor shall furnish the Owner with a copy of the NOI and NOT. END OF SECTION r 1 Sanitary Sewer Manhole Rehabilitation Phase 3 01356-4 October 2017 1 J SECTION 01380 PROJECT PHOTOGRAPHS PART 1— GENERAL 1.1 WORK INCLUDED A. This section covers the description of the Work to be completed under these Specifications. B. All project photography shall follow the specifications listed herein. 1.2 DEFINITIONS -, A. CD — compact disk; electronic media for storing digital information such as photos; B. jpeg — a specific photographic file format utilizing file compression with minimal loss of image quality; C. Megapixels — defined as one million pixels; used for image density rating; D. Picture — synonymous with photograph; E. Pixel — the smallest indivisible color element of a raster image; F. USB — the Universal Serial Bus is a standard for cable connections and 1.3 QUALITY ASSURANCE A. The Contractor shall verify image quality through camera's on -screen display after taking photos. B. Photos shall not utilize digital zooms. 1.4 SUBMITTALS A. The following elements of construction shall have a minimum of 10 photos each from multiple angles: (1) Pre -construction conditions (2) Excavation & shoring (3) Concrete formwork & reinforcement placement (4) Precast vault installation (5) Meter setting (6) Backfilling & compaction (showing method of compaction at each change in material) ! B. Submittals are due in conjunction with each pay app cycle; photos may be used to corroborate materials or progress verification. C. Photos shall be submitted in digital format on any of the following hard media: (1) Photo CD (2) USB Drive D. Emailed photo submittals will not be accepted. Sanitary Sewer Manhole Rehabilitation Phase 3 01380-1 October 2017 E. External hard drives for file transfer will not be accepted. t PART 2 — PRODUCTS j 1.5 PHOTOGRAPHS ► , A. All photography shall be digital. B. File format for all pictures shall be jpeg. C. All photos shall be of a size of 2.0 megapixels or greater. D. Naming Convention (1) All digital photo files will be re -named according to the following standard: [ContractNumber]-[Description] Example: 011035-Precast Concrete Vault Installation of 3rd Section (a) Station numbering shall appear in the description when applicable. (b) Camera's date settings must be correct and automatic date information shall not be tampered with or altered after photos are taken. PART 3 — EXECUTION 1.6 RESTRICTIONS A. In secure areas, permission will be required prior to access. B. Pictures taken from outside secure areas (through or over fence) will not be allowed. 1.7 PROCEDURES A. Photos shall be taken during on -going work, unless requested by Engineer. B. Number of photos per construction element may change based on complexity of construction or due to unforeseen circumstances. 1.8 OTHER REQUIREMENTS A. The Engineer reserves the right to request additional pictures. B. The City's Senior Inspector may also request additional photos in special circumstances. END OF SECTIONV Sanitary Sewer Manhole Rehabilitation Phase 3 01380-2 October 2017 SECTION 01400 QUALITY REQUIREMENTS PART 1 GENERAL 1.1 SUMMARY A. Section Includes: (1) Definitions (2) Testing Requirements (3) Submittals (4) Quality Control (5) Repair and Protection 1.2 DEFINITIONS A. Quality Assurance Services: Activities, actions, and procedures performed before and during execution of the Work to guard against defects and deficiencies and ensure that proposed construction complies with requirements. B. Quality Control Services: Tests, inspections, procedures, and related actions during and after execution of the Work to evaluate that completed construction complies with requirements. 1.3 TESTING REQUIREMENTS A. Testing and inspecting services are required to verify compliance with requirements specified or indicated. These services do not relieve the Contractor of responsibility for compliance with the Contract Document requirements. B. Specific quality control requirements for individual construction activities are specified in the sections that specify those activities. Requirements in those Sections may also cover production of standard products. C. Specified tests, inspections, and related actions do no limit the Contractor's quality control procedures that facilitate compliance with the Contract Document requirements. 1.4 SUBMITTALS A. Qualification Data: (1) For individuals employed by the Contractor who will perform testing as required by the various specification Sections, submit at least fourteen (14) days prior to being used on the project the capabilities and experience of such individuals and the types of tests that the individual will perform. (2) For outside testing agency employed by the Contractor, submit at least fourteen (14) days prior to being used on the project the name, address, and manager of such testing i agency and the types of tests that the agency will perform. (a) Such testing agency shall be acceptable to the Owner prior to being used on the f project. B. Reports: (1) Prepare and submit written reports within fourteen (14) days following the date of the test that include the following: -1 (a) Date of issue r, (b) Project title and number. Sanitary Sewer Manhole Rehabilitation Phase 3 01400-1 October 2017 t (c) Name, address, and telephone number of testing agency. If the individual is employed by the Contractor, use Contractor's name, address, and telephone number. (d) Dates and locations of samples and test (e) Names of individuals making tests (f) Description of the work and test method i (g) Identification of material, product, and specification Section. (h) Complete test or inspection data (i) Test results and interpretation of test results 1.J (j) Ambient conditions at time of sample taking and testing. i (k) Comments and opinion on whether tested Work complied with the Contract Document requirements and the applicable specification Section. (1) Name and signature of individual performing the test if employee of the Contractor, or name and signature of testing agency responsible person. (m) For failing tests, recommendations on retesting unless specification Sections provide S' procedure for retesting. C. Professional Engineer Qualifications: (1) Where a Professional Engineer is required in the specification Sections, this means a Professional Engineer who is legally qualified to practice in the jurisdiction where the project is located and who is experienced in providing engineering services of the kind indicated. D. Test Agency Qualifications: (1) An agency with the experience and capability to conduct testing indicated, as documented by ASTM E 548, and that has the capability and experience in the types of tests to be performed. E. Preconstruction Testing: (1) Testing agency shall perform preconstruction testing with specified requirements for performance and test methods. (2) The Contractor shall not perform preconstruction testing except through a third party testing agency. F. Testing Agency Responsibilities: (1) Submit certified written report of each test and similar Quality Assurance service to the Contractor. (2) Interpret tests and state in each report whether tested work complies with or deviates from the Contract Document requirements. 1.5 QUALITY CONTROL A. Owner Responsibilities: (1) Where quality control services are indicated as Owner or Engineer's responsibility, such services may be performed by the Owner's forces or by a qualified testing agency to perform these services. (2) The Owner or Engineer will furnish the Contractor with names, addresses, and telephone numbers of testing agencies engaged by the Owner. B. Contractor Responsibilities: (1) Provide quality control services required in the various specification Sections. Sanitary Sewer Manhole Rehabilitation Phase 3 01400-2 October 2017 1 (2) Where third party testing is engaged by the Contractor, notify testing agency sufficiently in advance of the time and date when work that requires testing will be performed. (3) The Contractor shall not engage the same testing agencies as the Owner, unless Owner agrees in writing to such engagement. (4) Where testing is indicated as the Contractor's responsibility, submit certified written reports in duplicate of each testing service, whether performed by the Contractor's personnel or Contractor engaged testing agency. (5) Such reports shall include failing tests and retests. (6) Testing requested by the Contractor and not required by the Contract Documents are the Contractor's responsibility. (7) Where the Contractor's personnel are performing tests, provide individuals with j' appropriate equipment to perform the tests in accordance with the test method requirements. (8) Provide alternate equipment where the specified test method cannot be applied, and where alternative test methods and equipment must be employed to provide the necessary quality control. C C. Retesting: (1) Regardless of whether original tests were the Contractor's responsibility, provide quality control services, including retesting, for construction that revised or replaced work that failed to comply with requirements established by the Contract Documents. D. Testing Agency Responsibilities: (1) Cooperate with the Engineer and Contractor in performance of duties. (2) Provide qualified personnel and necessary equipment to perform required tests and inspections. (3) Notify the Engineer or Contractor promptly of irregularities or deficiencies observed in the work during performance of its services. (4) Interpret tests and inspections and state in each report whether tested and inspected work complies with or deviates from the requirements. (5) Submit a certified written report, in triplicate, of each test, inspection, and similar quality control service through the Contactor. (6) Do not release, revoke, alter, or increase requirements of the Contract Documents or approve or accept any portion of the Work. (7) Do not perform any duties of the Contractor. E. Associated Services: (1) Cooperate with agencies performing required tests, inspections, and similar quality control services, and provide reasonable auxiliary services as requested. (2) Notify agency sufficiently in advance of operations to permit assignment of personnel. (3) Provide the following: (a) Access to the Work. (b) Incidental labor and facilities necessary to facilitate tests and inspections. (c) Adequate quantities of representative samples of materials that require testing and inspecting. (d) Assist agency in obtaining samples. (e) Facilities for storage and field curing of test samples. Sanitary Sewer Manhole Rehabilitation Phase 3 01400-3 October 2017 �S (f) Additional associated services required of the Contractor for testing access are listed in the specification Sections. (g) Delivery of samples to testing agencies. (h) Preliminary design mix proposed for use for material mixes that require control by testing agency. (i) Security and protection for samples and for testing and inspecting equipment at Project site. F. Coordination: (1) Coordinate sequence of activities to accommodate required quality assurance and quality control services with a minimum of delay and to avoid necessity of removing and replacing construction to accommodate testing and inspecting. (2) Schedule times for tests, inspections, obtaining samples, and similar activities. PART 2 PRODUCTS Not used PART 1 EXECUTION 1.1 REPAIR AND PROTECTION A. On completion of testing, inspecting, sample taking, and similar services, repair damaged construction, and restore substrates and finishes. B. Provide materials and comply with installation requirements specified in other Sections of these Specifications. C. Restore patched areas and extend restoration into adjoining areas in a manner that eliminates evidence of patching. D. Protect construction exposed by or for quality control service activities. E. Repair and protection are the Contractor's responsibility, regardless of the assignment of responsibility for quality control services. END OF SECTION c. Sanitary Sewer Manhole Rehabilitation Phase 3 01400-4 October 2017 1 1 'Y SECTION 01410 TESTING LABORATORY SERVICES PART1 GENERAL 1.1 SUMMARY A. Section Includes: (1) Selection and Payment (2) Quality Assurance (3) Laboratory Responsibilities (4) Laboratory Reports (5) Limits on Testing Laboratory Authority (6) Contractor Responsibilities (7) Schedule of Inspections and Tests B. References: (1) ANSI/ASTM D3740 — Practice for Evaluation of Agencies Engaged in Testing and/or ` Inspection of Soil and Rock as Used in Engineering Design and Construction. (2) ANSI/ASTM E329 — Recommended Practice for Inspection and Testing Agencies for Concrete, Steel, and Bituminous Materials as Used in Construction. 1.2 SELECTION AND PAYMENT A. An independent firm, provided at the Contractor's expense, will perform inspection, tests, + and other services specified in individual specification Sections and as required by the Engineer. B. Reports will be submitted by the independent firm to the Engineer, in triplicate, indicating observations and results of tests and indicating compliance or non-compliance with Contract Documents. C. Cooperate with independent firm; furnish samples of materials, design mix, equipment, tools, storage, safe access, and assistance by incidental labor as requested. D. Notify the Engineer and independent firm forty-eight (48) hours prior to expected time for operations requiring services. E. Make arrangements with independent firm and pay for additional samples and tests required for Contractor's use. F. Testing or inspecting does not relieve Contractor from performing Work to contract requirements. G. The cost associated with compliance testing shall be paid by the Contractor. H. Re -testing required because of non-conformance to specified requirements shall be performed by the same independent firm on instructions by the Engineer. I. Payment for re -testing will be paid by the Contractor. 1.3 QUALITY ASSURANCE A. Comply with requirements of ANSI/ASTM D3740R and ANSI/ASTM E329. B. Testing laboratory shall maintain a full time registered Engineer on staff to review services. Sanitary Sewer Manhole Rehabilitation Phase 3 01410-1 October 2017 1 C. Testing equipment shall be calibrated at reasonable intervals with devices of an accuracy traceable to either National Bureau of Standards (NBS) standards or accepted values of natural physical constants. �? 1.4 LABORATORY RESPONSIBILITIES A. Test samples of mixes submitted by Contractor. B. Provide qualified personnel at site. C. Cooperate with the Engineer and Contractor in performance of services. D. Perform specified inspection, sampling, and testing of Products in accordance with specified standards. E. Ascertain compliance of materials and mixes with requirements of Contract Documents. F. Promptly notify Engineer and Contractor of observed irregularities or non-conformance of Work or Products. G. Perform additional inspections and tests required by the Engineer. E- 1.5 LABORATORY REPORTS A. After each inspection and test, promptly submit three (3) copies of laboratory report to the Engineer and to the Contractor. B. Laboratory test reports shall include: (1) Date issued (2) Project title and number (3) Name of inspector (4) Date and time of sampling or inspection (5) Identification of product and Specification Section (6) Location in the Project (7) Type of inspection or test (8) Date of test (9) Results of tests (10) Conformance with Contract Documents C. When requested by the Engineer, provide interpretation of test results. 1.6 LIMITS ON TESTING LABORATORY AUTHORITY A. Laboratory may not release, revoke, alter, or enlarge on requirements of Contract Documents. B. Laboratory may not approve or accept any portion of the Work. C. Laboratory may not assume any duties of the Contractor. D. Laboratory has no authority to stop the Work. 1.7 CONTRACTOR RESPONSIBILITIES A. Deliver to laboratory at designated location, adequate samples of materials proposed to be used which require testing, along with proposed mix designs. B. Cooperate with laboratory personnel, and provide access to the Work. C. Provide incidental labor and facilities to provide access to Work to be tested, to obtain and handle samples at the site or at source of products to be tested, to facilitate tests and inspections, storage and curing of test samples. Ll Sanitary Sewer Manhole Rehabilitation Phase 3 01410-2 October 2017 t D. Notify the Engineer and laboratory 24 hours prior to expected time for operations requiring inspection and testing services. 1.8 SCHEDULE OF INSPECTIONS AND TESTS A. As indicated in individual Specification Sections. PART PRODUCTS Not used PART 3 EXECUTION Not used END OF SECTION 1. " Sanitary Sewer Manhole Rehabilitation Phase 3 01410-3 October 2017 r a Sanitary Sewer Manhole Rehabilitation Phase 3 01410-4 October 2017 SECTION 01555 BARRICADES, SIGNS, AND TRAFFIC HANDLING PART 1 GENERAL 1.1 SUMMARY A. This item shall govern for providing, installing, moving, replacing, maintaining, cleaning, and removing upon completion of work, all barricades, portable barriers, signs, portable changeable message signs, cones, lights, and other such type devices and of handling traffic as indicated on the plans or as directed by the Engineer or Owner. B. Section Includes: (1) Description (2) Construction Methods (3) Traffic Control Plan (4) Maintenance PART 2 PRODUCTS - 2.1 CONSTRUCTION METHODS A. All barricades, signs, and other types of devices shall conform to details shown on the plans or those indicated in the latest version of the Texas Manual on Uniform Traffic Control Devices (TMUTCD). B. All traffic control devices shall be crashworthy according to the guidelines set forth in the National Cooperative Highway Research Program (NCHRP) Report 350. PART 3 EXECUTION 3.1 TRAFFIC CONTROL PLAN A. The Contractor shall propose his own Traffic Control Plan (TCP) as necessary for phased construction. B. This plan must be approved in writing by the Engineer or Owner in order to be used. C. Prior to beginning work, the Contractor shall designate, in writing, a competent person who will be responsible and available on this project site or in the immediate area to insure �- compliance with the TCP. 3.2 MAINTENANCE A. All retro-reflective traffic control devices such as barricades, vertical panels, signs, etc., shall be maintained by cleaning, replacing, or a combination thereof such that during darkness and rain the retro-reflective characteristics shall equal or exceed the retro-reflective characteristics of traffic industry standard reflective panels. END OF SECTION s Sanitary Sewer Manhole Rehabilitation Phase 3 01555-1 October 2017 l _.' SECTION 01576 WASTE MATERIAL DISPOSAL PART GENERAL 1.1 SUMMARY A. Section Includes: (1) Submittals (2) Salvageable Material (3) Excess Material 1.2 SUBMITTALS A. Obtain and submit disposal permits for proposed disposal sites if required by local ordinances. B. Submit a copy of written permission from property owner, along with a description of property, prior to disposal of excess material adjacent to the Project. C. Submit a written and signed release from property owner upon completion of disposal work. D. Both written permission and signed release shall include hold -harmless clauses naming the City of Lubbock, Texas as the entities to be held harmless in any subsequent legal proceeding. E. Both property permissions and signed releases shall be attested to by a notary public. PART 2 PRODUCTS Not used PART 3 EXECUTION 1.1 SALVAGEABLE MATERIAL A. Asphalt Pavement and Asphalt Stabilized Base shall conform to requirements of Section 02221 — Removing Existing Pavements. 1.2 EXCESS MATERIAL A. Vegetation, rubble, broken concrete, debris, asphaltic concrete pavement, excess soil, and other materials not designated for salvage, shall become the property of the Contractor and shall be removed from the job site and legally disposed of at a proper facility such as the West Texas Region Disposal Facility (WTRDF). B. Excess material may be disposed at the WTRDF at no additional cost to the Owner. (1) There will be a tipping fee per ton for construction debris and for excess uncontaminated soil. (2) There will also be a fee per load for every truck that is not covered properly when coming to the landfill. (3) For a complete list of fees associated with the WTRDF, please go to the City's website at http://solidwaste.ci.lubbock.tx.us/disposal/fees.aspx. f Sanitary Sewer Manhole Rehabilitation Phase 3 01576-1 October 2017 (4) All tipping fees shall be considered to be included in the Contractor's bid prices. C. Excess soil may be deposited on private property adjacent to the Project if approved by the Owner and when written permission is obtained from the property owner. D. Waste materials shall be removed from the site on a daily basis, such that the site is maintained in a neat and orderly condition. END OF SECTION IMM Sanitary Sewer Manhole Rehabilitation Phase 3 01576-2 October 2017 H SECTION 01700 CONTRACT CLOSEOUT PART1 GENERAL 1.1 SUMMARY A. Section Includes: (1) Closeout Procedures (2) Final Cleaning (3) Adjusting (4) Project Record Documents (5) Warranties (6) Spare Parts and Maintenance Materials. 1.2 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Engineer's inspection. B. Should the Engineer consider the work incomplete or defective: (1) The Engineer will promptly notify the Contractor in writing, listing the incomplete or defective work. (2) The Contractor shall take immediate steps to remedy the stated deficiencies and submit a second written certification that the work is complete. (3) The Engineer will re -inspect the Work. C. Provide submittals to the Engineer that are required by governing or other authorities. D. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. 1.3 FINAL CLEANING A. Execute final cleaning prior to final inspection. B. Clean site, sweep paved areas, rake clean landscaped surfaces. C. Remove waste and surplus materials, rubbish, and construction facilities from the site. D. Repair, patch, and touch-up marred surfaces to match adjacent finishes. 1.4 ADJUSTING A. Adjust operating Products and equipment to ensure smooth and unhindered operation. 1.5 PROJECT RECORD DOCUMENTS A. Maintain on site, one set of the following record documents; record actual revisions to the Work: (1) Contract Drawings (2) Specifications ` (3) Addenda (4) Change Orders and other Modifications to the Contract (5) Reviewed shop drawings, product data, and samples. I Sanitary Sewer Manhole Rehabilitation Phase 3 1700-1 October 2017 B. Store Record Documents separate from documents used for construction. C. Record information concurrent with construction progress. D. Specifications: (1) Legibly mark and record at each Product section description of actual Products installed, including the following: (a) Manufacturer's name and product model and number. (b) Product substitutions or alternates utilized. (c) Changes made by Addenda and Modifications. E. Record Documents and Shop Drawings: (1) Legibly mark each item to record actual construction including: (a) Measured horizontal and vertical locations of underground utilities and appurtenances referenced to permanent surface improvements. (b) Field changes of dimension and detail. (c) Details not on original Contract Drawings. (d) Changes made by Addenda and Modifications. 1.6 WARRANTIES A. Provide duplicate notarized copies. B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers. C. Provide Table of Contents and assemble with metal prong binder in durable plastic presentation cover. D. Submit prior to final Application for Payment. E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal within ten (10) days after acceptance, listing date of acceptance as start of warranty period. 1.7 SPARE PARTS AND MAINTENANCE MATERIALS A. Provide products, spare parts, maintenance and extra materials in quantities specified in individual specification Sections. B. Deliver to project site and place in location as directed; obtain receipt prior to final payment. PART 2 PRODUCTS Not used PART 3 EXECUTION Not used END OF SECTION Sanitary Sewer Manhole Rehabilitation Phase 3 1700-2 October 2017 1 1'. J SECTION 02084 FRAMES, GRATES, RINGS, AND COVERS PART 1 GENERAL 1.1 SUMMARY A. This section of the specification covers iron castings for use as manhole frames and lids, gratings, and rings. A. Section Includes: (1) References (2) Submittals (3) General Castings (4) Manholes Frames and Covers (5) Inflow Prevention Device (6) Installation 1.2 REFERENCES A. AASHTO — American Association of State Highway and Transportation Officials Standard Specification for Highway Bridges. B. ASTM A 48 — Specification for Gray Iron Castings C. ASTM A 615 — Standard Specification for Deformed Billet -Steel Bars for Concrete Reinforcement D. AWS D 12.1 — Welding Reinforcing Steel 1.3 SUBMITTALS A. Submit product data in accordance with Section 01300 — Submittal Procedures. B. Submit copies of manufacturer's specifications, load tables, dimension diagrams, anchor details, and installation instructions. C. Submit shop drawings for fabrication and installation of casting assemblies that are not included in Drawings. (1) Include plans, elevations, sections, and connection details. (2) Show anchorage and accessory items. (3) Include setting drawings for location and installation of castings and anchorage devices. PART PRODUCTS 1.4 GENERAL CASTINGS A. Castings for frames, grates, rings, and covers shall conform to ASTM A-48, Class 35. B. Casting shall be designed with a full bearing ring so as to provide a continuous seat between frame and cover. �.. C. Provide locking covers if indicated on Drawings. D. Castings shall be capable of withstanding the application of an AASHTO H-20 loading without permanent deformation. E. Fabricate castings to conform to the shapes, dimensions, and with wording or logos shown on the Drawings. }i} l_ Sanitary Sewer Manhole Rehabilitation Phase 3 02084-1 October 2017 F. Cast dimensions may vary by +/- 1/16 inch per foot. G. Weight shall not vary from published weight by more than +/- 5 percent. H. Castings shall be clean, free from blowholes and other surface imperfections. I. Cast holes in covers shall be clean and symmetrical, free of plugs. 1.5 MANHOLE FRAMES AND COVERS A. Manhole frames and covers shall be of good quality gray iron casting and conform to ASTM A-48, having a clear opening of not less than 30 inches. B. Frame and cover shall have a weight of not less than 275 pounds. C. Cover shall be furnished with lifting ring cast into the cover in such a manner as to prevent water leaking through. D. Cover shall include lettering: "City of Lubbock, Texas - Sanitary Sewer". 1.6 INFLOW PREVENTION DEVICE (IPD) A. Manholes shall be equipped with an Inflow Prevention Device to prevent unwanted inflow into the sanitary sewer system. B. IPDs shall be constructed of corrosion proof material and load tested to withstand 800 pounds. C. IPDs shall be equipped with a handle or lifting strap capable of supporting a minimum uniform load of 500 pounds. PART 3 EXECUTION 1.7 INSTALLATION A. Install castings according to approved shop drawings, instructions given in related specifications, and applicable directions from the manufacturer's printed materials. B. Set castings accurately at required locations to proper alignment and elevation. C. Keep castings plumb, level, true, and free of rack. D. Measure location accurately from established lines and grades. E. Brace or anchor frames temporarily in formwork until permanently set. END OF SECTION r N Sanitary Sewer Manhole Rehabilitation Phase 3 02084-2 October 2017 l l SECTION 02200 DEMOLITION, REMOVAL, AND SALVAGING OF EXISTING MATERIALS PART1 GENERAL 1.1 SUMMARY A. This item shall consist of demolition, removal, and salvage or disposal of certain portions of existing paving materials, including existing asphalt surfacing and base material and existing concrete surfaces, in accordance with these specifications and in conformity with the dimensions and typical cross sections shown on the plans and with the lines and grades established for the project. B. Section Includes: (1) Classification and Payment (2) Removal of Sanitary Sewer Piping and Manholes (3) Removal of Pavement (4) Removing Existing Asphalt Surfacing and Base Material 1.2 CLASSIFICATION AND PAYMENT A. Materials to be removed may consist of asphaltic concrete, caliche base, and concrete paving and shall be considered subsidiary to the pertinent bid items. B. No consideration shall be given to differences in thickness or volume of material for each material removed. C. All pavement of each type to be removed shall be considered as being the same and equal and no consideration shall be given to differences in thickness of material. PART PRODUCTS Not Used PART 3 EXECUTION 1.1 REMOVEL OF SANITARY SEWER PIPING AND MANHOLES A. Care shall be taken during removal of existing sanitary sewer system components not to damage portions that are to remain in place. B. At manholes with existing inflow or outflow lines that are to remain in place, the Contractor shall take care when removing the manhole as to minimize damage to portions to remain. C. Piping damaged adjacent to demolition of manholes shall be replaced at the time the manholes are reconnected and the labor, equipment and materials required to make such reconnections shall be included in the price of manhole replacement and reconnection. 1.2 REMOVAL OF PAVEMENT A. Where applicable, all lines separating pavement to be removed from that to remain in place ` shall be cut neatly and in a straight line, or shall be separated at an existing expansion or construction joint. B. Cuts shall be made by means of sawing or other methods approved by the Engineer which will produce a satisfactory edge. i, C. In no case shall the line be cut with a motor grader blade or other large piece of machinery. a f Sanitary Sewer Manhole Rehabilitation Phase 3 02200-1 October 2017 1.3 REMOVING EXISTING ASPHALT SURFACING AND BASE MATERIAL A. All existing materials to be removed and disposed of under this item shall be removed by the Contractor, and shall be disposed of in appropriate disposal areas off the Owner's property. B. Removal operations shall be accomplished in such a manner to minimize disturbance of existing underlying courses and adjacent pavement structures or improvements to remain in place. C. Any underlying courses disturbed during removal operations shall be reworked, re - compacted, and regarded to the satisfaction of the Engineer. D. Any damage to adjacent pavement structures or improvements to remain in place shall be repaired to the satisfaction of the Engineer. END OF SECTION Sanitary Sewer Manhole Rehabilitation Phase 3 02200-2 October 2017 11 CSECTION 02221 REMOVING EXISTING PAVEMENTS PART1 GENERAL 1.1 SUMMARY A. This section of the specifications covers the removal of existing pavements, including, but not limited to, concrete paving, brick paving, asphaltic paving, concrete curb and/or gutter, and concrete sidewalks. B. Section Includes: j(1) Regulatory Requirements (2) Preparation (3) Protection (4) Removals (5) Backfill (6) Disposal .. 1.2 REGULATORY REQUIREMENTS A. Conform to applicable codes for disposal of debris. Refer to Section 01576 — Waste Material lDisposal. B. Coordinate removal work with utility companies. ( PART 2 PRODUCTS Not used PART 3 EXECUTION 3.1 PREPARATION A. Obtain advance approval from the Engineer for dimensions and limits of removal work. B. Identify known utilities below grade. C. Paint, stake and flag locations. 3.2 PROTECTION A. Protect the following from damage or displacement: (1) Adjacent public and private property. (2) Trees, plants, and other landscape features designated to remain. (3) Utilities not designated to be removed. (4) Pavement and utility structures not designated to be removed. (5) Benchmarks, monuments, and existing structures not designated to be removed. 3.3 REMOVALS A. Remove pavements and structures by methods that will not damage underground utilities. B. Do not use a drop hammer near existing underground utilities. C. Minimize amount of earth loaded during removal operations. k Sanitary Sewer Manhole Rehabilitation Phase 3 02221-1 October 2017 D. Where existing pavement is to remain, make straight saw cuts in existing pavement to provide clean breaks prior to removal. E. Do not break concrete pavement or base with drop hammer. F. Where street and driveway saw cut locations coincide or fall within three (3) feet of existing construction or expansion joints, break out to existing joint. G. Remove sidewalks and curbs to nearest existing dummy, expansion, or construction joint. H. Any existing concrete, which is damaged or destroyed beyond the neat lines so established, shall be replaced at the Contractor's expense. I. Remaining concrete shall be mortared to protect the reinforcing steel and provide a neat, clean appearance. 3.4 BACKFILL A. Backfill of removal zones shall be in accordance with requirements of Section 02317 — Excavation and Backfill for Utilities as applicable to the specific portion of the Work. 3.5 DISPOSAL A. Remove from the site debris resulting from work under this section in accordance with requirements of Section 01576 — Waste Material Disposal. END OF SECTION Sanitary Sewer Manhole Rehabilitation Phase 3 02221-2 October 2017 SECTION 02260 EXCAVATION SUPPORT AND PROTECTION PART1 GENERAL 1.1 SUMMARY A. This Section includes temporary excavation support and protection systems. B. Section Includes: (1) Submittals (2) Performance Requirements (3) Project Conditions (4) Materials (5) Preparation (6) Sheet Piling (7) Trench Boxes (8) Trenching Procedures 1.2 SUBMITTALS A. Shop Drawings for Information: (1) Prepared by or under the supervision of a qualified Professional Engineer for excavation support and protection systems. (2) Include Shop Drawings signed and sealed by a Texas Licensed Professional Engineer responsible for their preparation. B. Qualification data for installer and Professional Engineer. C. Photographs or videotape, sufficiently detailed, of existing conditions of adjoining construction and site improvements that might be misconstrued as damage caused by the absence of, the installation of, or the performance of excavation support and protection systems. 1.3 PERFORMANCE REQUIREMENTS A. Design, furnish, install, monitor, and maintain excavation support and protection system capable of supporting excavation sidewalls and of resisting soil and hydrostatic pressure and superimposed and construction loads. B. Provide professional engineering services needed to assume engineering responsibility, including preparation of Shop Drawings and a comprehensive engineering analysis by a qualified Professional Engineer. C. Prevent surface water from entering excavations by grading, dikes, or other means approved by the Engineer. D. Install excavation support and protection systems without damaging existing buildings, pavements, and other improvements adjacent to excavation. 1.4 PROJECT CONDITIONS A. Existing Utilities: (1) Do not interrupt utilities serving facilities occupied by Owner or others unless permitted in writing by the Engineer and then only after arranging to provide temporary utility services according to requirements indicated. Sanitary Sewer Manhole Rehabilitation Phase 3 02260-1 October 2017 f� B. Project Site Information: (1) Survey adjacent structures and improvements, employing a qualified professional engineer or land surveyor, establishing exact elevations at fixed points to act as benchmarks. (2) Clearly identify benchmarks and record existing elevations. (3) During installation of excavation support and protection systems, regularly resurvey benchmarks, maintaining an accurate log of surveyed elevations and positions for comparison with original elevations and positions. (4) Promptly notify the Engineer if changes in elevations or positions occur, or if cracks, sags, or other damage is evident in adjacent construction. PART 2 PRODUCTS 2.1 MATERIALS A. Provide materials that are either new or in serviceable condition. B. Structural Steel: ASTM A36/A 36M, ASTM A690/A 690 M, ASTM A 992/ A 992M. C. Steel Sheet Piling: ASTM A 328/A 328M, ASTM A 572/ A 572M, or ASTM A690/ A 690M; with continuous interlocks. PART 3 EXECUTION 3.1 PREPARATION A. Project structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards that could develop during excavation support and protection systems operations. B. Shore, support, and protect utilities encountered. C. Install excavation support and protection systems to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities. D. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. (1) Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. E. Locate excavation support and protection systems clear of permanent construction so that forming and finishing of concrete surfaces is not impeded. F. Monitor excavation support and protection systems daily during excavation progress and for as long as excavation remains open. G. Promptly correct bulges, breakage, or other evidence of movement to ensure that excavation support and protection systems remain stable. - H. Promptly repair damages to adjacent facilities caused by installing excavation support and protection systems. 3.2 SHEET PILING A. Before starting excavation, install one-piece sheet piling lengths and tightly interlock to form ` J a continuous barrier. B. Limit vertical offset of adjacent sheet piling to sixty (60) inches. I C. Accurately align exposed faces of sheet piling to vary not more than two (2) inches from a horizontal line and not more than 1:120 out of vertical alignment. , i Sanitary Sewer Manhole Rehabilitation Phase 3 02260-2 October 2017 !_J D. Cut tops of sheet piling to uniform elevation at top of excavation. 3.3 TRENCH BOXES A. Provide Engineer approved trench boxes sufficient for depth and width of open -cut trench. B. All exposed trench shall be protected. 3.4 TRENCHING PROCEDURES A. Provide shoring systems in accordance with the Contractor's submitted design to adequately resist earth pressures. B. Proceed with work in an orderly fashion. C. Install trench bracing systems as soon as possible after opening trenches. D. Do not allow workers in trench prior to installing trench bracing systems. E. Backfill trenches as soon as possible after completion of work. F. Stockpile excavated materials at three (3) feet away from edge of trench. G. Maintain barricades and signage as required by State and Local codes to protect open excavations. H. Do not allow surface water to enter excavations. I. Properly grade areas adjacent to trench excavations to control surface drainage away from excavations. J. If cut back method is allowed by Owner and is employed, maintain a clear distance of three (3) feet from edge of cut to avoid allowing loose material to enter trench. K. Cut back method may not be used where there is insufficient work area to employ it. L. Do not operate heavy equipment except for trench digging or pipe laying equipment within twenty (20) feet of edge of excavation. M. Haul trucks, if needed, may operate closer than twenty (20) feet to trench edge provided the Contractor deems it safe to do so. 3.5 REMOVAL AND REPAIRS A. Remove excavation support and protection systems when construction has progressed sufficiently to support excavation and bear soil and hydrostatic pressures. B. Remove in stages to avoid disturbing underlying soils or damaging structures, pavements, facilities, and utilities. END OF SECTION Sanitary Sewer Manhole Rehabilitation Phase 3 02260-3 October 2017 Sanitary Sewer Manhole Rehabilitation Phase 3 022604 October 2017 11 SECTION 02317 EXCAVATION AND BACKFILL FOR UTILITIES PART 1 GENERAL 1.1 SUMMARY A. This section of the specifications includes information on excavation, trenching, foundation, embedment, and backfill for installation of utilities, including manholes and pipeline structures. B. Section Includes: (1) Definitions (2) References (3) Scheduling (4) Submittals (5) Tests (6) Equipment (7) Material Classifications (8) Accessories (9) Installation (10) Preparation (11) Protection (12) Excavation (13) Handling Excavation Materials (14) Trench Foundation (15) Ground Water Control (16) Pipe Embedment, Placement and Compaction (17) Trench Zone Backfill, Placement and Compaction (18) Field Quality Control (19) Disposal of Excess Material 1.2 DEFINITIONS A. Pipe Foundation — Suitable and stable native soils that are exposed at the trench subgrade after excavation to depth of bottom of the bedding as shown on the Drawings, or foundation backfill material placed and compacted in over -excavations. B. Pipe Bedding — The portion of trench backfill that extends vertically from top of foundation up to a level line at bottom of pipe, and horizontally under one-third of the pipe O.D. C. Haunching — The material placed on either side of the pipe from the foundation to the springline of the pipe for rigid wall pipe, and horizontally from one trench sidewall to opposite sidewall, excluding the bedding section as shown on the plans. D. Initial Backfill — The portion of trench backfill that extends vertically from the top of haunching or cement stabilized backfill up to a level line immediately below pavement e subgrade, and horizontally from on trench sidewall to opposite sidewall. E. Pipe Embedment — The portion of trench backfill that consists of bedding, haunching, and initial backfill. L ( Sanitary Sewer Manhole Rehabilitation Phase 3 02317-1 October 2017 f` F. Trench Zone — The portion of trench backfill that extends vertically from top of pipe embedment up to a line immediately below pavement subgrade or up to final grade when not beneath paving. G. Backfill — Suitable material meeting specified quality requirements, placed and compacted under controlled conditions. H. Ground Water Control Systems — Installations external to trench, such as well points, eductors, or deep wells. Ground water control includes dewatering to lower ground water, intercepting seepage which would otherwise emerge from side or bottom of trench excavation, and depressurization to prevent failure or heaving of excavation bottom. Refer to Section 02240 — Dewatering. I. Surface Water Control — Diversion and drainage of surface water runoff and rain water away from trench excavation. Rain water and surface water accidentally entering trench shall be controlled and removed as a part of excavation drainage. J. Excavation Drainage — Removal of surface and seepage water in trench by sump pumping or other approved means. K. Trench Conditions are defined with regard to the stability of trench bottom and trench walls of pipe embedment zone. Maintain trench conditions that provide for effective placement and compaction of embedment material directly on or against undisturbed soils or foundation backfill, except where structural trench support is necessary. L. Dry Stable Trench — Stable and substantially dry trench conditions exist in pipe embedment zone as a result of typically dry soils or achieved by ground water control (dewatering or depressurization) for trenches extending below ground water level. M. Stable Trench with Seepage — Stable trench in which ground water seepage is controlled by excavation drainage. N. Stable Trench with Seepage in Clayey Soils — Excavation drainage is provided in lieu of or to supplement ground water control systems to control seepage and provide stable trench subgrade in predominately clayey soils prior to bedding placement. O. Stable Wet Trench in Sandy Soils — Excavation drainage is provided in the embedment zone in combination with ground water control in predominately sandy or silty soils. P. Unstable Trench — Unstable trench conditions exist in the pipe embedment zone if ground water inflow or high water content causes soil disturbances, such as sloughing, sliding, boiling, heaving, or loss of density. Q. Subtrench — Subtrench is a special case of benched excavation. Subtrench excavation below trench shields or shoring installations may be used to allow placement and compaction of foundation or embedment materials directly against undisturbed soils. Depth of a subtrench depends upon trench stability and safety as determined by the Contractor. R. Over -Excavation and Backfill — Excavation of subgrade soils with unsatisfactory bearing capacity or composed of otherwise unsuitable materials below top of foundation as shown on Drawings, and backfilled with foundation backfill material. S. Foundation Backfill Materials — Natural soil or manufactured aggregate of controlled gradation, to control drainage and material separation. Foundation backfill material is placed and compacted as backfill to provide stable support for bedding. T. Trench Safety Systems include both protective systems and shoring systems as defined in Section 02260 — Excavation Support and Protection U. Trench Shield (Trench Box) — A portable worker safety structure moved along the trench as work proceeds, used as a protective system and designed to withstand forces imposed on it by Sanitary Sewer Manhole Rehabilitation Phase 3 02317-2 October 2017 { ) cave-in, thereby protecting persons within the trench. Trench shields may be stacked if so designed or placed in a series depending on depth and length of excavation to be protected. V. Shoring System — A structure that supports sides of an excavation to maintain stable soil conditions and prevent cave-ins, or to prevent movement of the ground affecting adjacent installations or improvements. 1.3 REFENCES A. ASTM D 558 —Test Methods for Moisture -Density Relations of Soil Cement Mixtures. B. ASTM D 698 — Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures Using 5.5-lb. Rammer and 12 inch Drop. C. ASTM D 1556 — Test Method for Density in Place by the Sand -Cone Method. D. ASTM D 2487 — Classification and Soils for Engineering Purposes. E. ASTM D 2922 — Test Method for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth). F. ASTM D 3017 — Test Method for Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth). G. ASTM D 4318 — Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. H. TxDOT Tex- 101-E — Preparation of Soil and Flexible Base Materials for Testing. I. TxDOT Tex-110-E — Determination of Particle Size Analysis of Soils. J. Federal Regulations, 29 CFR Part 1926, Standards -Excavation, Occupational Safety and Health Administration (OSHA). 1.4 SCHEDULING A. Schedule work so that pipe embedment can be completed on the same day that acceptable foundation has been achieved for each section of pipe installation, manhole, or other structures. 1.5 SUBMITTALS A. Conform to Section 01300 — Submittal Procedures B. Submit a written description for information only of the planned typical method of excavation, backfill placement, and compaction, including: (1) Sequence of work and coordination of activities. (2) Selected trench widths and dimensions of excavations. (3) Procedures for foundation and embedment placement, and compaction. (4) Procedure for use of trench boxes and other pre -manufactured systems while assuring specified compaction against undisturbed soils. C. Submit backfill material sources and product quality information in accordance with requirements of Section 02320 — Utility Backfill Materials. D. Submit record of location of pipe as installed, referenced to the TxDOT coordinate system. (1) Include locations of utilities encountered that are not shown on drawings or rerouted for the convenience of the Contractor. (2) Give stations, coordinates, elevations, inverts, and gradients of installed pipe, casing, etc. E. Submit field density tests of trench backfill. F. Submit laboratory density compaction curves for each material. 1.6 TESTS Sanitary Sewer Manhole Rehabilitation Phase 3 02317-3 October 2017 i 8 ^ A. The Contractor is to perform backfill material source qualification testing in accordance with requirements of Section 02320 — Utility Backfill Materials. B. The Contractor shall have a competent, separate agency perform field density tests of trench backfill representative of each 200 linear feet of trench and each compacted layer. PART 2 PRODUCTS 2.1 EQUIPMENT A. Perform excavation with hydraulic excavator or other equipment suitable for achieving the requirements of this Section. B. Use only hand -operated tamping equipment until a minimum cover of twelve (12) inches is obtained over pipes, conduits, and ducts. C. Do not use heavy compacting equipment until adequate cover is attained to prevent damage to pipes, conduits, or ducts. D. Do not use vibratory equipment until five (5) feet of cover over pipes, conduits, or ducts is obtained. E. Do not use vibratory equipment if adjacent structures could be affected. F. Use trench shields or other protective systems or shoring systems which are designed and operated to achieve placement and compaction of backfill directly against undisturbed native soil. 2.2 MATERIAL CLASSIFICATIONS A. Embedment and Trench Zone Backfill Materials: Conform to classifications and product descriptions of Section 02320 — Utility Backfill Materials. 2.3 ACCESSORIES A. Warning Tape: Install twelve (12) inches below finished grade acid and alkali resistant polyethylene film warning tape manufactured for marking and identifying underground utilities, six (6) inches wide and four (4) mils thick, continuously inscribed with a description of the utility; colored as follows: (1) Red — Electric (2) Yellow — Gas, oil, steam, and dangerous materials. (3) Orange — Telephone and other communications. (4) Blue — Water systems. (5) Green — Sewer systems. B. Locator Wire: Install continuously coated ten (10) gauge locating wire as indicated on Plans. PART 3 EXECUTION 3.1 INSTALLATION A. Install flexible pipe to conform to the trench details shown in the drawings. B. Install rigid pipe to conform to the trench details shown in the drawings. 3.2 PREPARATION Sanitary Sewer Manhole Rehabilitation Phase 3 02317-4 October 2017 1 _ A. Establish traffic control to conform to requirements of Section 01555 — Barricades, Signs, and Traffic Handling and the drawings. B. Perform work to conform to applicable safety standards and regulations. C. Employ a trench safety system as specified in Section 02260 — Excavation Support and Protection. D. Immediately notify the agency or company owning any existing utility line which is damaged, broken, or disturbed. E. Obtain approval from the Engineer and agency for any repairs or relocations, either temporary or permanent. F. Remove existing pavements and structures, including sidewalks and driveways, to conform to requirements of Section 02220 — Demolition, Removal, and Salvaging of Existing Material. G. Maintain permanent benchmarks, monumentation and other reference points, and unless otherwise directed in writing, replace those which are damaged or destroyed. 3.3 PROTECTION A. Protect trees, shrubs, lawns, existing structures, and other permanent objects outside of the construction limits. B. Protect and support above grade and below grade utilities, which are to remain. C. Restore damaged permanent facilities to pre -construction conditions unless replacement or abandonment of facilities are indicated on the Drawings. D. Take measures to minimize erosion of trenches and excavations. E. Do not allow water to pond in trenches or excavations. F. Where slides, washouts, settlements, or areas with loss of density or pavement failures or potholes occur, repair, recompact, and pave those areas at no additional cost to the Owner. G. The Contractor shall locate all existing underground lines, whether or not they are shown on the Drawings, sufficiently in advance of trenching operations to prevent any damage thereto. H. Verification of location, size, and burial depth of existing utilities shall be the complete responsibility of the Contractor. I. The Contractor is responsible for notifying pipeline and cable utility owners of the intention to cross said utility no less than seven (7) days prior to crossing the utility. J. Coordinate vertical separation requirements with utility owners and any other special construction considerations. K. Notify the Engineer if required changes in the vertical profile shown on the Drawings prior to constructing these changes. L. Trench digging machinery may be used to make the trench excavations except in places where operation of same would cause damages to pipelines, fences, or other existing structures either above or below ground; in such instances hand methods shall be employed. 3.4 EXCAVATION A. Perform excavation work so that pipe, conduit, or ducts can be installed to depths and alignments shown on the Drawings. B. Avoid disturbing surrounding ground and existing facilities and improvements. C. Determine trench excavation widths based on the requirements shown on the plans. D. Use sufficient trench width or benches above the embedment zone for installation of well point headers or manifolds and pumps where depth of trenches makes it uneconomical or �- impractical to pump from the surface elevation. Sanitary Sewer Manhole Rehabilitation Phase 3 02317-5 October 2017 ti E. Provide sufficient space between shoring cross braces to permit equipment operations and... handling of forms, pipe, embedment and backfill, and other materials. F. Upon discovery of unknown utilities, badly deteriorated utilities not designated for removal, or concealed conditions, discontinue work at that location. Notify the Engineer and obtain instructions before proceeding. G. Shoring of Trench Walls: (1) Install special shoring in advance of trench excavation or simultaneously with the trench excavation, so that the soils within the full height of the trench excavation walls will remain laterally supported at all times. (2) For all types of shoring, support trench walls in the pipe embedment zone throughout the installation. (3) Provide trench wall supports sufficiently tight to prevent washing the trench wall soil out behind the trench wall support. (4) Unless otherwise directed by the Engineer, leave sheeting driven into or below the pipe embedment zone in place to preclude loss of support of foundation and embedment materials. (5) Leave rangers, walers, and braces in place as long as required to support the sheeting, which has been cut off, and the trench wall in the vicinity of the pipe zone. (6) Employ special methods for maintaining the integrity of embedment or foundation material. (7) Before moving supports, place and compact embedment to sufficient depths to provide protection of pipe and stability of trench walls. (8) As supports are moved, finish placing and compacting embedment. (9) If sheeting or other shoring is used below top of the pipe embedment zone, do not disturb pipe foundation and embedment materials by subsequent removal. (10) Maximum thickness of removable sheeting extending into the embedment zone shall be the equivalent of a one (1) inch thick steel plate. - (11) Fill voids left on removal of supports with compacted backfill material. H. Wherever necessary to prevent caving, the trench shall be adequately supported as required by the Drawings and Specifications. - I. The Contractor is entirely responsible for assuring that trenches are adequately supported to protect both the workers and the public. J. Use of Trench Shields/Trench Boxes: (1) Make trench excavations of sufficient width to allow shield to be lifted or pulled feely, without damage to the trench sidewalls. (2) Move trench shields so that pipe, and backfill materials, after placement and compaction, are not damaged or disturbed, or the degree of compaction reduced. (3) When required, place, spread, and compact pipe foundation and bedding materials, beneath the shield. (4) For backfill above bedding, lift the shield as each layer of backfill is placed and spread. (5) Place and compact backfill materials against undisturbed walls and foundation. (6) Maintain trench shield in position to allow sampling and testing to be performed in a safe . manner. (7) Contractor shall provide trench shield for Owner's tests within the trench as required in z.._., paragraph 3.11.B r Ll Sanitary Sewer Manhole Rehabilitation Phase 3 02317-6 October 2017 1] 3.5 HANDLING EXCAVATION MATERIALS A. Use only excavated materials which are suitable as defined in this Section and conforming to Section 02320 — Utility Backfill Materials. B. Place material suitable for backfilling in stockpiles at a distance from the trench to prevent slides or cave-ins. C. Do not place stockpiles of excess excavated materials on streets and adjacent properties. D. Protect excess stockpiles for use on site. E. Maintain site conditions in accordance with Section 01500 — Temporary Facilities and Controls. 3.6 TRENCH FOUNDATION A. The trench shall be excavated to an even grade so that the bottom of the pipe will rest on the bottom of the trench over the entire length of the pipe. B. Any part of the trench excavated below grade shall be corrected by filling with approved material and compacting thoroughly. C. If ledge rock, rock fragments, or other unyielding material is encountered in the bottom of the trench, it shall be removed to a depth of six (6) inches below grade, refilled with selected material, and thoroughly compacted. D. Bell holes of ample dimensions shall be dug at each joint to permit the jointing of pipe to be made properly, and of sufficient depth to prevent the bell of the pipe from resting on undisturbed materials. 3.7 GROUNDWATER CONTROL A. Should ground water become an issue, refer to Section 02240 — Dewatering. B. Provide a stable trench to allow installation in accordance with the Specifications. 3.8 PIPE EMBEDMENT, PLACEMENT AND COMPACTION A. Immediately prior to placement of embedment materials, the bottoms and sidewalls of trenches shall be free of loose, sloughing, caving, or otherwise unsuitable soil. B. Place embedment including bedding, haunching, and initial backfill as shown on the Drawings. C. For pipe installation, manually spread embedment materials around the pipe to provide uniform bearing and side support when compacted. D. Do not allow materials to free -fall from heights greater than twenty-four (24) inches above top of pipe. E. Perform placement and compaction directly against the undisturbed soils in the trench sidewalls, or against sheeting which is to remain in place. F. Do not place trench shields or shoring within height of the embedment zone unless means to maintain the density of compacted embedment material are used. G. If moveable supports are used in embedment zone, lift the supports incrementally to allow placement and compaction of the material against undisturbed soil. } H. Do not damage coatings or wrappings of pipes during backfilling and compacting operations. I. When embedding coated or wrapped pipes, do not use crushed stone or other sharp, angular aggregates. J. Place haunching material manually around the pipe and compact it to provide uniform bearing and side support. a Sanitary Sewer Manhole Rehabilitation Phase 3 02317-7 October 2017 l K. If necessary, hold small -diameter or lightweight pipe in place with sand bags or other suitable... means during compaction of haunch areas and placement beside the pipe. L. Shovel in -place and compact embedment material using pneumatic tampers in restricted areas, and vibratory -plate compactors or engine -powered jumping jacks in unrestricted areas. M. Compact each lift before proceeding with placement of the next lift. N. Water tamping and water jetting are not allowed. i O. For flowable fill, such as cement stabilized backfill, vibrate flowable backfill with concrete vibrator to consolidate material under haunches. , P. Install specified location tape and wire as shown on the drawings and per paragraphs 2.3.A and 2.3.B. 3.9 TRENCH ZONE BACKFILL, PLACEMENT AND COMPACTION A. Place backfill for pipe or conduits and restore as soon as practicable. B. Leave only the minimum length of trench open as necessary for construction. C. Maximum allowed open trench is limited to 200 feet unless otherwise approved by the Owner. D. Where damage to completed pipe installation work is likely to result from withdrawal of sheeting, leave the sheeting in place. (1) Cut off sheeting two (2) feet or move above the crown of the pipe. (2) Remove trench supports within five (5) feet from the ground surface. E. Place trench zone backfill in lifts and compact by methods selected by the Contractor. F. Fully compact each lift before placement of the next lift. G. Cement Stabilized Backfill/Lean Concrete Backfill: (1) Place in depths as shown on plans. (2) Use vibratory equipment to ensure placement under the haunches of the pipe. (3) Backfilling of the remaining trench depth after cement stabilized backfill has been placed shall not commence until the in -place cement stabilized backfill has attained a penetration resistance reading of at least thirty (30) when measured with a soil penetrometer according to ASTM D 1558 and using a one -tenth square inch needle. (4) This equates to a penetration resistance of approximately 300 pounds per square inch. (5) This is not a strength requirement of the cement -stabilized backfill, but a measure of the degree of curing of the cement stabilized backfill. (6) After a penetrometer reading of 30 is obtained on the cement stabilized backfill, then compacted backfill operations may commence. (7) The Contractor shall furnish and have on site a calibrated ASTM D 1558 soil penetrometer with one -tenth square inch needle. (8) The Contractor shall take no less than four (4) penetrometer readings, equally spaced on both sides of the pipe (8 readings total) in accordance with ASTM D 1558, for each day's trench length that is planned for controlled density backfill operations. (9) Such readings shall be taken prior to commencing backfill operations. H. Bedding Material: (1) Sand bedding shall be loosely placed in trench as shown on the Drawings. I. Gravel Embedment: (1) Place in depths as shown on plans Sanitary Sewer Manhole Rehabilitation Phase 3 02317-8 October 2017 (2) Use vibratory equipment or shovel slicing to ensure placement under the haunches of the pipe. J. Native Material/Borrow Material (Pipe Installation): (1) Maximum lift thickness determined by Contractor to achieve uniform placement and required compaction, but not exceeding eight (8) inches. (2) Compaction by trench sheep's foot or by vibratory equipment to provide backfill densities at least equivalent to the surrounding undisturbed material or ninety-five (95) percent of the maximum dry density determined according to ASTM D 698. (3) Use of vibratory equipment limited as specified in paragraph 2.1. (4) Moisture content within two (2) percent of optimum determined according to ASTM D 698. K. Topsoil: (1) Maximum lift thickness determined by Contractor to achieve uniform placement and required compaction, but not exceeding eight (8) inches. (2) Compaction by trench sheep's foot or by vibratory equipment to provide backfill densities at least equivalent to the surrounding undisturbed material or ninety-five (95) percent of the maximum dry density determined according to ASTM D 698. (3) Use of vibratory equipment limited as specified in paragraph 2.1. (4) Moisture content within two (2) percent of optimum determined according to ASTM D 698. 3.10 MANHOLES, JUNCTION BOXES, AND OTHER PIPELINE STRUCTURES A. Meet the requirements of adjoining utility installations for backfill of pipeline structures, as shown on the Drawings. 3.11 FIELD QUALITY CONTROL A. Test for material source qualifications as defined in Section 02320 — Utility Backfill Materials. B. Provide excavation and trench safety systems at locations and to depths required for testing and retesting during construction at no additional cost to the Owner. C. Tests will be performed by the Contractor on a minimum of three (3) different samples of each material type for plasticity characteristics, in accordance with ASTM D 4318, and for gradation characteristics, in accordance with Tex- 101-E and Tex- 110-E. Additional classification tests will be performed whenever there is a noticeable change in material gradation or plasticity. D. At least three (3) tests for moisture -density relationships will be performed initially for backfill materials in accordance with ASTM D 698. Additional moisture -density relationship tests will be performed whenever there is a noticeable change in material gradation or plasticity. E. The Contractor shall perform in -place density tests of compacted pipe foundation, embedment, and trench zone backfill soil materials will be performed according to ASTM D 1556, or ASTM D 2922 and ASTM D 3017, and at the following frequencies and conditions. F. A minimum of one test for every 200 linear feet of compacted trench zone backfill material for each compacted layer. G. Density tests will be distributed around the placement areas. Placement areas are foundation, bedding, haunching, initial backfill, and trench zone. Sanitary Sewer Manhole Rehabilitation Phase 3 02317-9 October 2017 H. The number of tests will be increased if compacting effort is variable and not considered ? sufficient to attain uniform density, as specified. I. Density tests may be performed at various depths below the fill surface by pit excavation. Material in previously placed lifts may therefore be subject to acceptance/rejection. J. Two (2) verification tests will be performed adjacent to in -place tests showing density less than the acceptance criteria. Placement will be rejected unless both verification tests show acceptable results. K. Recompacted placement will be retested at the same frequency as the first test series, including verification tests. L. Recondition, recompact, and retest at Contractor's expense if tests indicate Work does not meet specified compaction requirements. For hardened cement stabilized backfill with nonconforming density, core and test for compressive strength at Contractor's expense. M. Acceptability of crushed rock compaction will be determined by inspection. 3.12 DISPOSAL OF EXCESS MATERIAL A. Dispose of excess materials in accordance with requirements of Section 01576 —Waste Material Disposal. END OF SECTION 11 Sanitary Sewer Manhole Rehabilitation Phase 3 02317-10 October 2017 �i SECTION 02320 UTILITY BACKFILL MATERIALS WvAt l CIA X' ., 1J 1AIMUT &IF_\ i1 A. This Section of the specification covers materials related to the backfill of utilities. B. Section Includes: (1) "Concrete" sand (for use as pipe bedding). (2) Native soil materials. (3) Topsoil. (4) Crushed stone. (5) Cement stabilized backfill. C. Related Sections: (1) Drawings and General Provisions of the Contract, including General and Supplementary Conditions and other Division 1 specification sections apply to this section. (2) Section 01300 — Submittal Procedures (3) Section 01400 — Quality Requirements (4) Section 02317 — Excavation and Backfill for Utilities. 1.2 DEFINITIONS A. Refer to Section 02317 —Excavation and Backfill for Utilities. 1.3 REFENCES A. ASTM C 33 — Specification for Concrete Aggregate. B. ASTM C 40 — Test Method for Organic Impurities in Fine Aggregates for Concrete. C. ASTM C 123 — Test Method for Lightweight Pieces in Aggregate. D. ASTM C 131— Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. E. ASTM C 136 — Test Method for Sieve Analysis of Fine and Coarse Aggregates. F. ASTM C 142 — Test Method for Clay Lumps and Friable Particles in Aggregates. G. ASTM D 698 — Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft3). H. ASTM D 1140 — Test Method for Amount of Materials in Soils Finer Than Number 200 Sieve. I. ASTM D 2487 — Classification of Soils for Engineering Purposes (Unified Soil Classification System). J. ASTM D 2488 — Standard Practice for Description and Identification of Soils (Visual -Manual Procedure). K. ASTM D 4318 — Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. L. ASTM D 4643 — Method for Determination of Water (Moisture) Content of Soil by the Microwave Oven Method. M. TxDOT Tex- 101-E — Preparation of Soil and Flexible Base Materials for Testing. N. TxDOT Tex-104-E — Test Method for Determination of Liquid Limit of Soils (Part 1). O. TxDOT Tex- 106-E — Test Method — Methods of Calculating Plasticity Index of Soils. Sanitary Sewer Manhole Rehabilitation Phase 3 02320-1 October 2017 _cr P. TxDOT Tex- 110-E —Determination of Particle Size Analysis of Soils. 1.4 SUBMITTALS A. Conform to Section 01300 — Submittal Procedures. B. Submit a description of source, material classification and product description, production method, and application of backfill materials. C. Submit test results for samples of off -site backfill materials. D. For each delivery of material, provide a delivery ticket which includes source location. 1.5 TESTS A. Perform tests of sources for off -site backfill material. B. Verification tests of backfill materials may be performed by the Owner, at the Owner's expense; however, failing tests will be charged to the Contractor. PART 2 PRODUCTS 2.1 MATERIAL DESCIRPTIONS A. "Concrete" Sand (1) Coarse -grained, well -graded, sand (natural, manufactured, or a combination of both) conforming to requirements of ASTM C 33. (2) Gradation shall conform to ASTM C 136 and the following limits. Sieve Percent Passing 3/8" 100 No. 4 95 to 100 No. 8 80 to 100 No. 16 50 to 85 No. 30 25 to 60 No. 50 10 to 30 No. 100 2 to 10 B. Native Soil Material for Backfill tj (1) Provide backfill material that is free of stones greater than six (6) inches, free of roots, waste, debris, trash, organic material, unstable material, non -soil matter, hydrocarbons, or other contamination. C. Topsoil (1) Provide topsoil material that is free of stones greater than three (3) inches, free of roots, waste, debris, trash, organic matter, unstable material, non -soil matter, hydrocarbons, or other contamination. (2) Surface should be made clear of rock and other debris before planting. (3) Use top two (2) feet of excavated material for topsoil backfill. This material shall be set aside to prevent mixing with other excavated material. Topsoil is only required in non - paved areas. D. Gravel Embedment (1) Gravel embedment shall be free of waste, trash, debris, organic material, unstable material, and other non -gravel matter. (2) Provide gravel embedment that meets the following gradation requirements: 4 Sanitary Sewer Manhole Rehabilitation Phase 3 02320-2 October 2017 Sieve Percent Retained 3/8" 0 No. 4 5 to 15 No. 10 50 to 90 No. 40 90 to 100 (3) A minimum of four inches of gravel embedment will be placed under the pipe. This material will be used for backfill to the top of the pipe. This material MUST be shovel sliced to the haunch of the pipe and mechanically tamped to midpoint of the pipe. E. Cement Stabilized Backfill (1) Cement Content — 2 sack mix per cubic yard. E' (2) Water/Cement Ratio — 0.60. 1 (3) Maximum aggregate size shall not exceed one and one half (1.5) inch diameter for backfilling pipe sizes forty-eight (48) inches and greater in diameter. (4) Maximum aggregate size shall not exceed one (1) inch diameter for backfilling sizes less than forty-eight (48) inches in diameter. 2.2 MATERIAL TESTING A. Ensure that material selected, produced, and delivered to the project meets applicable specifications and is of sufficiently uniform properties to allow practical construction and quality control. B. Source or Supplier Qualification: Perform testing, or obtain representative tests by suppliers, for selection of material sources and products. Provide test results for a minimum of three (3) samples for each source and material type. Tests samples of processed materials from current production representing material to be delivered. Tests shall verify that the materials meet specification requirements. Repeat qualification test procedures each time the source characteristic changes or there is a planned change in source location or supplier. Qualification tests shall include, as applicable: (1) Gradation: Complete sieve analyses shall be reported regardless of the specified control sieves. The range of sieves shall be from the largest particle through the No. 200 sieve. (2) Plasticity of material passing the No. 40 sieve. (3) Clay lumps. (4) Lightweight pieces. (5) Organic impurities. C. Production Testing: Provide reports to the Engineer from an independent testing laboratory that backfill materials to be placed in the Work meet applicable specification requirements. D. Native material requires testing only when questionable material is encountered. PART 3 EXECUTION 3.1 SOURCES A. Use of material encountered in the trench excavations is acceptable, provided applicable specification requirements are satisfied. If excavation material is not acceptable, provide _. from other approved source. Top two (2) feet of excavated material shall be used as topsoil. B. Identify off -site sources for backfill material at least fourteen (14) days ahead of intended use so that the Engineer may obtain samples from verification testing. Sanitary Sewer Manhole Rehabilitation Phase 3 02320-3 October 2017 C. Obtain approval for each material source by the Engineer before delivery is started. If sources previously approved do not produce uniform and satisfactory products, furnish materials from other approved sources. Materials may be subjected to inspection or additional verification testing after delivery. Materials which do not meet the requirements of the specifications will be rejected. Do not use material which, after approval, has become unsuitable for use due to segregation, mixing with other materials, or by contamination. Once a material is approved by the Engineer, expense for sampling and testing required to change to a different material will be at the Contractor's expense with no additional cost to the Owner. F...) 3.2 MATERIAL HANDLING A. Establish temporary stockpile locations as practical for material handling and control. B. Cement stabilized backfill shall be consolidated upon placement by using concrete vibrators to ensure filling of voids, filling around and under haunches of pipe and filling of spaces between corrugations. Vibration shall not be applied to the utility pipe itself. 3.3 FIELD QUALITY CONTROL A. Quality Control (1) The Engineer may sample and test backfill at: i. Sources including borrow pits, production plants, and Contractor's designated off -site stockpiles. ii. On -site stockpiles. iii. Materials placed in the Work. (2) The Engineer may resample material at any stage of work or location if changes in characteristics are apparent. B. Production Verification Testing: The Owner's testing laboratory will provide verification testing on backfill materials, as directed by the Engineer. Samples may be taken at the source or at the production plant, as applicable. Contractor shall cooperate with the Owner and Engineer in allowing access to materials. END OF SECTION Sanitary Sewer Manhole Rehabilitation Phase 3 02320-4 October 2017 i . . I SECTION 02530 SANITARY SEWER PIPING PART 1 GENERAL 1.1 SUMMARY A. This section of the specifications covers sanitary sewer piping and manholes that are to be installed through the open cut method. The term piping as used herein shall include all piping, fittings, and accessories as shown on the plans and/or as specified herein. B. Section Includes: (1) Definitions (2) Submittals (3) Delivery, Storage, and Handling (4) Project Conditions (5) Manufacturers (6) Piping Materials (7) Non -pressure Type Pipe Couplings (8) Manholes (9) Concrete (10) Earthwork (11) Piping Installation (12) Sewer Line Crossing Water Line (13) Pipe Joint Construction (14) Manhole Installation (15) Concrete Placement (16) Closing Abandoned Sanitary Sewer Systems (17) Identification (18) Field Quality Control (19) Cleaning 1.2 DEFINITIONS A. PVC — Polyvinyl chloride plastic. 1.3 SUBMITTALS A. Submittals, in accordance with Section 01300 — Submittals, are required from the Contractor for the following materials and products: (1) Sanitary sewer pipe and fittings, ASTM D 3034 and ASTM F 679. (2) Manholes, frames, covers, joint sealant, and joint primer. (3) Laboratory analysis of rock embedment including sieve analysis. (4) Trench safety system. (5) Membrane curing compound. (6) Manhole Vacuum Test or Leakage Test Procedure or Method. Sanitary Sewer Manhole Rehabilitation Phase 3 02530-1 October 2017 (7) Submittals shall be reviewed and approved by the Engineer prior to the incorporation of 1..; any materials and products into the project. 1.4 DELIVERY, STORAGE, AND HANDLING A. Protect pipe, pipe fittings, and seals from dirt and damage. B. Handle manholes according to manufacturer's written rigging instructions. 1.5 PROJECT CONDITIONS A. Do not interrupt service to facilities occupied by the Owner or others unless permitted under the following conditions and then only after arranging to provide temporary service according to requirements indicated: (1) Notify the Engineer no fewer than five (5) days in advance of proposed interruption of service. (2) Do not proceed with interruption of service without the Engineer's written permission. B. The Contractor shall prepare a proposal to maintain sewer flow during construction of the new line. PART 2 PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: B. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. C. Manufacturers: Subject to compliance with requirements, provide products by one of the manufacturers specified. 2.2 PIPING MATERIALS A. Acceptable materials (1) PVC Sewer Pipe (Type PSM, SDR 35 or SDR 26) (2) Components shall conform to ASTM D 1784 (3) Materials shall conform to ASTM D 3034 (4) Must meet dimensional, chemical, and physical requirements outlined in ASTM D 3034 and F 679. (5) Shall be installed according to ASTM D 2321. B. Each joint of pipe shall be marked with the following information: (1) Manufacturer's name. (2) Nominal pipe size. (3) PVC cell classification. (4) SDR (5) ASTM D 3034 or F 679. 2.3 NON -PRESSURE TYPE PIPE COUPLINGS A. Comply with ASTM C 1173, elastomeric, sleeve -type, reducing or transition coupling, fortj joining underground non -pressure piping. Include ends of same sizes as piping to be joined and corrosion -resistant -metal tension band and tightening mechanism on each end. Sanitary Sewer Manhole Rehabilitation Phase 3 02530-2 October 2017 B. Sleeve Materials: (1) For Plastic Pipes: ASTM F 477, elastomeric seal or ASTM D 5926, PVC. (2) For Dissimilar Pipes: ASTM D 5926, PVC or other material compatible with pipe € materials being joined. 2.4 MANHOLES A. Standard Pre -cast Concrete Manholes: ASTM C 478, pre -cast, reinforced concrete, of depth indicated, as specified in Section 02082 — Pre -cast Concrete Manholes, with provision for C ° sealant joints. B. Diameter — forty-eight (48) inches, unless otherwise indicated. C. Base Section — six (6) inch minimum thickness for floor slab and four (4) inch minimum thickness for walls and base riser section, and having separate base slab or base section with integral floor. D. Rise Sections — four (4) inch minimum thickness, and of length to provide depth indicated. E. Top Section — Eccentric or Concentric cone top as indicated on the Drawings. F. Joint Sealant — ASTM C 990, bitumen or butyl rubber. 1 G. Resilient Pipe Connectors — ASTM C 923, cast or fitted into manhole walls, for each pipe connection. H. Steps — Omit steps in sanitary sewer manholes. I. Grade Rings — Reinforced concrete rings, 6 to 9 inch total thickness, to match diameter of manhole frame and cover. J. Protective Coating — Refer to Section 02082 — Pre -Cast Concrete Manholes. K. Manhole Frames and Covers — Ferrous, Refer to Section 02084 — Frames, Grates, Rings, and Covers. L. Manhole Cover Insert/Inflow Prevention Device: Manufactured, plastic form, of size to fit between manhole frame and cover and designed to prevent stormwater inflow. Include handle for removal and gasket for gastight sealing. (1) Manufacturers: (a) FRW Industries: a Syneco Systems, Inc. Company (b) Knutson Enterprises (c) L.F. Manufacturing, Inc. (d) Parson Environmental Products, Inc. (2) Type: With drainage and vent holes. 2.5 CONCRETE A. General: Cast -in -place concrete according to Section 03300, ACI 318, ACI 350R, and the following: (1) Cement: ASTM C 150, Type II. (2) Fine Aggregate: ASTM C 33, sand. (3) Coarse Aggregate: ASTM C 33, crushed gravel. (4) Water: Potable. (5) Portland Cement Design Mix: 4000 psi minimum, with 0.45 maximum water/cementitious materials ratio. (6) Reinforcement Fabric: ASTM A 185, steel, welded wire fabric, plain. (7) Reinforcement Bars: ASTM A 615/A 615M, Grade 60, deformed steel. _d Sanitary Sewer Manhole Rehabilitation Phase 3 02530-3 October 2017 1 B. Manhole Channels and Benches: Factory or field formed from concrete. Portland cement design mix, 4000 psi minimum, with 0.45 water/cementitious materials ratio. Include channels and benches in manholes. C. Channels: Concrete invert, formed to same width as connected piping, with height of vertical sides to three -fourths of pipe diameter. Form curved channels with smooth, uniform radius and slope. D. Invert Slope: two (2) percent through manhole E. Benches: Concrete, sloped to drain into channel. nr_e F. Slope: four (4) percent G. Ballast and Pipe Supports: (1) Portland cement design mix, 3000 psi minimum, with 0.58 maximum water/cementitious materials ratio. (2) Reinforcement Fabric: ASTM A 185, steel, welded wire fabric, plain. (3) Reinforcement Bars: ASTM A 615/A 615M, Grade 60, deformed steel. 2.6 MISCELLANEOUS MATERIALS A. Paint: SSPC —Paint 16. B. PE Sheeting: ASTM D 4397, with at least eight (8) mil thickness or other equivalent, imperious material. PART 3 EXECUTION 3.1 EARTHWORK A. Excavating, trenching, and backfilling are specified in Division 2 Section 02317 — Excavation and Backfill for Utilities. 3.2 PIPING INSTALLATION A. General Locations and Arrangements: (1) Drawing plans and details indicate general location and arrangement of sanitary sewer piping. (2) Location and arrangement of piping layout take design considerations into account. (3) Install piping as indicated, to extent practical. (4) Where specific installation is not indicated, follow piping manufacturer's written instructions. (5) Install piping beginning at low point, true to grades and alignment indicated with unbroken continuity of invert. (6) Place bell ends of piping facing upstream. (7) Install gaskets, seals, sleeves, and couplings according to manufacturer's written instructions for using lubricants, cements, and other installation requirements. (8) Install manholes for changes in direction, unless fittings are indicated. Use fittings for branch connections, unless direct tap into existing sewer is indicated. (9) Install proper size increasers, reducers, and couplings where different sizes or materials of pipes and fittings are connected. Reducing size of piping in direction of flow is prohibited. B. Tunneling or Boring: In areas that cannot be disturbed by open trench installation, or if the Contractor elects, approved pipe may be installed by tunneling or boring. Sanitary Sewer Manhole Rehabilitation Phase 3 02530-4 October 2017 C. Clear interior of piping and manholes of dirt and superfluous material as work progresses. Maintain swab or drag in piping, and pull past each joint as it is completed. D. Place plug in end of incomplete piping at end of day and when work stops. 3.3 SEWER LINE CROSSING WATER LINE A. Where a new sewer line crosses a waterline, the wastewater line shall be embedded in cement -stabilized sand for the total length of one (1) pipe segment plus twelve (12) inches beyond the joint on each end as shown on the drawings. 3.4 PIPE JOINT CONSTRUCTION A. Join gravity -flow, non -pressure, drainage piping according to the following: (1) Join PVC sewer piping according to ASTM D 2321 and ASTM D 3034 for elastomeric- seal joints or ASTM D 3034 for elastomeric-gasket joints. 3.5 MANHOLE INSTALLATION A. Install manholes complete with appurtenances and accessories indicated. B. Install pre -cast concrete manhole sections with sealants according to ASTM C 891. C. Install PE sheeting on earth where cast -in -place concrete manholes are to be built. D. Form continuous concrete channels and benches between inlets and outlet. E. Set tops of frames and covers flush with finished surface of manholes that occur in pavements. Set tops three (3) inches above finished surface elsewhere, unless otherwise indicated. F. Install manhole cover inserts in frame and immediately below cover. 3.6 CONCRETE PLACEMENT A. Place cast -in -place concrete according to Section 03300 — Cast -in -Place Concrete. 3.7 CLOSING ABANDONED SANITARY SEWER SYSTEMS A. Plug and abandon in place existing sewer line as shown on plans. 3.8 IDENTIFICATION A. Materials and their installation are specified in Division 2 Section — Earthwork. B. Arrange for installation of green warning tapes directly over piping and at outside edges of underground manholes. C. Use detectable warning tape over nonferrous piping and over edges of underground manholes. j 3.9 FIELD QUALITY CONTROL A. Inspect interior of piping to determine whether line displacement or other damage has occurred. B. Inspect after approximately 24 inches of backfill is in place, and again at completion of Project. C. Submit separate report for each system inspection. D. Defects requiring correction include the following: (1) Alignment: Less than full diameter of inside of pipe is visible between structures. (2) Deflection: Pipe deflection exceeding 5% shall be replaced by the Contractor. (3) Crushed, broken, cracked, or otherwise damaged piping. (4) Infiltration: Water leakage into pipe. Sanitary Sewer Manhole Rehabilitation Phase 3 02530-5 October 2017 (5) Exfiltration: Water leakage from or around piping. E. Replace defective piping using new materials, and repeat inspections until defects are within allowances specified. F. Reinspect and repeat procedure until results are satisfactory. G. Test new piping systems and manholes in accordance with Section 02533 — Acceptance Testing for Sewers. H. Do not enclose, cover, or put into service before inspection and approval. I. Test completed piping systems according to requirements of authorities having jurisdiction. J. Schedule tests and inspections by authorities having jurisdiction with at least 24 hours advance notice. K. Submit separate report for each test. L. Manholes: Perform hydraulic test according to ASTM C 969. M. Leaks and loss in test pressure constitute defects that must be repaired. N. Replace leaking piping using new materials, and repeat testing until leakage is within allowances specified. 3.10 CLEANING A. Clean interior of piping of dirt and superfluous material. END OF SECTION Sanitary Sewer Manhole Rehabilitation Phase 3 02530-6 October 2017 V SECTION 02533 ACCEPTANCE TESTING FOR SEWERS PART1 GENERAL 1.1 SUMMARY A. This section includes acceptance testing requirements for sanitary sewers. B. Section Includes: (1) References (2) Performance Requirements (3) Submittals (4) Gravity Sewer Quality Assurance (5) Sequencing and Scheduling (6) Low Pressure Air Test (7) Ground Water Determination (8) Deflection Test (9) Preparation (10) Leakage Testing of Gravity Sewers (11) Test Criteria (12) Deflection Testing (13) Leakage Testing of Manholes (14) Adjustment and Cleaning C. Related Sections: (1) Section 01300 — Submittal Requirements (2) Section 01700 — Contract Closeout D. Related Documents: (1) Drawings and general provisions of the Contract, including General Conditions and Division 1 Specification Sections, apply to this Section. 1.2 REFERENCES A. ASTM C 828 — Low -Pressure Air Test of Sewer Lines. B. ASTM C 1244 — Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure (Vacuum) Test. C. ASTM F 1417 — Standard Test Method for Installation Acceptance of Plastic Gravity Sewer Lines Using Low -Pressure Air. D. UNI B 6 — Recommended Practice for Low Pressure Air Testing of Installed Sewer Pipe. 1.3 PERFORMANCE REQUIREMENTS A. Perform air testing in accordance with requirements of this section and the referenced standards in paragraph 1.2. 1.4 SUBMITTALS A. Conform to requirements of Section 01300 — Submittal Procedures. B. Test Plan: Before testing begins and inadequate time to obtain approval through the submittal process, prepare and submit a test plan for approval by the Engineer. Include Sanitary Sewer Manhole Rehabilitation Phase 3 02533-1 October 2017 testing procedures, methods, equipment, and tentative schedule. Obtain advance written approval for deviations from the Drawings and Specifications. C. Test Reports: Submit test reports for each test on each segment of sewer. 1 1.5 GRAVITY SEWER QUALITY ASSURANCE A. Repair, correct, and retest manholes or sections of pipe which fail to meet specified requirements when tested. 1.6 SEQUENCING AND SCHEDULING A. Perform testing after installation is complete. B. Coordinate testing schedules with the Engineer. C. Perform testing under observation of the Engineer or his designee. PART 2 PRODUCTS 2.1 LOW PRESSURE AIR TEST A. Minimum Requirement for Equipment: (1) Control panel. (2) Low-pressure air supply connected to control panel. (3) Pneumatic plugs: Acceptable size for diameter of pipe to be tested; capable of withstanding internal test pressure without leaking or requiring external bracing. (4) Air hoses from control panel to: (a) Air supply (b) Pneumatic plugs (5) Sealed line for pressurizing (6) Sealed line for monitoring internal pressure. (7) Testing Pneumatic Plugs: Place a pneumatic plug in each end of a length of pipe on the ground. Pressurize plugs to 25 psig; then pressurize sealed pipe to 5 psig. Plugs are acceptable if they remain in place against the test pressure without external aids. 2.2 GROUND WATER DETERMINATION A. Pipe probe or small diameter casing for ground water elevation determination. 2.3 DEFLECTION TESTING A. Go — No Go Device (mandrel) 1.5x pipe diameter in length per the City of Lubbock specifications. PART 3 EXECUTION 3.1 PREPARATION A. Notify the Owner's Representative a minimum of 24 hours prior to conducting any testing. B. Provide labor, equipment, tools, test plugs, risers, air compressor, air hose, pressure meters, pipe probe, calibrated weirs, or any other device necessary for proper testing and inspection. C. The selection of test methods and pressures for storm sewers shall be determined based on ground water elevation. Determine ground water elevation using equipment and procedures conforming to Section 02240 — Dewatering. If no ground water control is required for pipe installation, then ground water will not be considered a factor. Sanitary Sewer Manhole Rehabilitation Phase 3 02533-2 October 2017 D. Components to be tested will be thoroughly cleaned to remove debris, gravel, grit, dirt or other foreign material prior to performing any tests. E. The Engineer will approve equipment used for testing. The Contractor at no expense to the s Owner will replace testing equipment rejected by the Engineer. F. The Contractor is responsible for all costs associated with testing. 3.2 LEAKAGE TESTING FOR GRAVITY SEWERS A. Test gravity sewer pipes for leakage by low pressure air testing. B. Test new manholes with water or low pressure air. Manholes tested with low pressure air shall undergo a physical inspection prior to testing. C. Leakage testing shall be performed after backfilling of a line segment. D. If no installed piezometers or monitoring well is within 2,000 feet of the sewer segment, the Contractor shall provide a temporary piezometers or monitoring well for this purpose. If no groundwater is encountered during pipe installation, then this requirement will be waived. E. Compensating for Ground Water Pressure: (1) Where ground water exists, install a pipe nipple at the same time sewer line is placed. Use a %Z inch capped pipe nipple approximately ten (10) inches long. Make the installation through manhole wall on top of the sewer line where line enters manhole. (2) Immediately before performing line acceptance test, remove cap, clear pipe nipple with air pressure, and connect a clear plastic tube to nipple. Support tube vertically and allow water to rise in the tube. After water stops rising, measure height in feet of water over invert of the pipe. Divide this height by 2.31 feet/psi to determine the ground water pressure to be used in line testing. F. Low Air Pressure Test: When using this test conform to ASTM C 924, ASTM C 1103, or ASTM F 1417, as applicable. (1) For six (6) inch diameter pipe: (a) Determine ground water level. (b) Plug both ends of pipe. (c) Pressurize pipe to 4.0 psig. (i) Increase pressure 1.0 psi for each 2.31 feet of ground water over highest point in system. (d) Allow pressure to stabilize for two (2) to four (4) minutes. (e) Adjust pressure to start at 3.5 psig (plus adjustment for ground water level). (f) To determine air loss, measure the time interval for pressure to drop to 2.5 psig. (g) The time must exceed that calculated in Section 3.3.A. (2) The test may be stopped at the discretion of the Engineer and considered successful if zero pressure loss is observed in the first 25 percent of the calculated total test time. (3) Retest: Any section of pipe which fails to meet requirements shall be repaired and retested. 3.3 TEST CRITERIA A. Low Pressure Air Test: (1) Time Allowed for Pressure Loss From 3.5 psig to 2.5 psig, at the end of this Section, are _3 based on the equation: (a) T = 0.0850(D)(K)/(Q) (i) where: Sanitary Sewer Manhole Rehabilitation Phase 3 02533-3 October 2017 1. T = time for pressure to drop 1.0 pounds per square inch gauge in seconds 2. K = 0.000419 DL, but not less than 1.0 3. D = average inside diameter in inches 4. L = length of line of same pipe size in feet 5. Q = rate of loss, 0.0015 ft3/minute/square foot internal surface 3.4 DELFECTION TESTING A. Test each pipe segment for maximum deflection in accordance with the requirements of the TCEQ Chapter 317 .2(a)( 4)(C) by passing a manually pulled mandrel through the pipe segment. B. Test pipe after it has been installed and completely backfilled to fmished grade for a minimum of 30 days. C. Test will be considered successful if the mandrel passes through the pipe segment unhindered. D. The Contractor must repair any pipe segment that does not pass the mandrel test as necessary such that it will pass the mandrel test. Any expense for such repairs are at sole expense of the Contractor. E. Use a mandrel that has a diameter of no less than ninety-five (95) percent of the inside diameter of the pipe. F. Mandrel will be provided by the Contractor and will be design to withstand a pressure of 200 psi without being deformed. G. The mandrel will have an odd number of legs and have at least nine legs. The barrel section of the mandrel will have a length of at least seventy-five (75) percent of the inside diameter of the pipe. 3.5 LEAKAGE TESTING FOR MANHOLES A. Test each manhole independently of the pipe using a negative pressure test in accordance with the latest version of ASTM C 924. B. A negative pressure of ten (10) inches of mercury (Hg) will be applied to the manhole. C. Test will be considered successful if there is less than one (1) inch of mercury (Hg) vacuum loss over the specified test time period. D. The testing period is five (5) seconds for each two (2) feet of manhole depth for forty-eight (48) inch diameter manholes. 3.6 ADJUSTMENT AND CLEANING A. Contractor will return areas disturbed by the Work to the conditions existing prior to commencement of the work. B. Contractor will grade disturbed areas to the preexisting grade. C. The Engineer will determine if adequate adjustments and cleaning have been performed. D. The Contractor will leave the construction site clean, neat, and free of construction debris. E. Areas that have established turf will have sod placed in the excavated areas. F. Paved areas will have pavement replaced in accordance with the City of Lubbock Street Engineering Standard Paving Specifications. END OF SECTION Sanitary Sewer Manhole Rehabilitation Phase 3 02533-4 October 2017 SECTION 02734 CURED -IN -PLACE FIBERGLASS / EPDXY RESIN LINER PART 1 GENERAL 1.1 SUMMARY A. The work described within this specification details a complete manhole rehabilitation using a cured -in -place, fiberglass reinforced epoxy resin liner system. The complete system will provide a corrosion resistant liner to rehabilitate deteriorated manholes and prevent any further deterioration from hydrogen sulfide and other corrosive gases/acids caused by the wastewater stream. The completed system will also eliminate all ground water infiltration into the existing manholes. Spray applied coatings shall not be considered for use on this project. 1.2 REFERENCES A. ASTM C-633 — Standard Test Method for Adhesion or Cohesion Strength of Thermal Spray Coatings B. ASTM D638 —Standard Test Method for Tensile Properties of Plastics. C. ASTM D695 — Standard Test Method for Compressive Properties of Rigid Plastics. D. ASTM D790 — Standard Test Methods for Flexural Properties of Unreinforced and j Reinforced Plastics and Electrical Insulating Materials. E. ASTM D2240 — Standard Test Method for Rubber Property; Durometer Hardness. F. ASTM D4787 — Standard Practice for Continuity Verification of Liquid or Sheet Linings Applied to Concrete Substrates. G. ASTM G62 — Standard Test Methods for Holiday Detection in Pipeline Coatings. (i 1.3 SUBMITTALS A. Conform to requirements of Section 01300 — Submittal Procedures. B. All permits must be obtained by the Contractor, submitted to and approved by the owner prior to beginning any work; with any material. C. Product Data: Technical data sheet for each product used; Material Safety Data Sheet (MSDS); design thickness. D. Design Variations: Description of variations from application procedures, surface preparation, application equipment, or testing. E. Applicator Qualifications: (1) Manufacture Certification that the Applicator has been trained and approved in the handling, mixing and application of products to be used. (2) Certification that the equipment to be used for applying the products has been manufactured or approved by the protective coating manufacture and Applicator personnel have been trained and certified for proper use of the equipment. (3) Five (5) recent references for the Applicator (projects of similar size and scope) indicating successful application of cured -in -place, fiberglass reinforced epoxy resin liner system. (4) Proof of federal, state or local permits or licenses necessary for the project. F. Design details for any additional ancillary systems and equipment to be used on site and surface preparation, application or testing. S Sanitary Sewer Manhole Rehabilitation Phase 3 027341 October 2017 1.4 QUALITY ASSURANCE A. Applicator shall initiate and enforce quality control procedure consistent with applicable ASTM. All quality control testing is at the Contractor's cost unless otherwise noted. B. An inspector provided by the owner will observe surface preparation, application and material handling procedures to ensure adherence to the specifications. 1.5 DELIVERY, STORAGE, AND HANDLING A. Materials are to be kept dry, protected from weather and stored under cover. B. All materials should be stored in accordance with manufacture's recommendations. Do not store near flame, heat or strong oxidants. Keep epoxy away from excessive heat to prevent curing. C. Protective coating materials are to be handled according to their material safety data sheets. PART 2 PRODUCTS 2.1 MANUFACTUER A. Cured -in -Place Fiberglass Reinforced Resin Liner System: The Liner Manufacture shall be as noted below, or an approved equal: (1) Poly -Triplex of Texas (2) 401 Edwards St. Suite 2100, Shreveport, Louisiana 71101 (3) Phone: (888) 227-5485 (4) Fax: (800) 340-2672 B. Manufacture shall warrant the performance of the CIPP materials for 10-years and certified installer shall provide 5-year labor warranty to repair or replace any failing conditions of the liner in the structure. Certification of the conforming warranty shall be provided prior to approval of the submittals and awards of contract. 2.2 MATERIALS A. Liner material and components shall have been custom fabricated to fit the specific configuration of each structure prior to the commencement of the liner installation. Liner shall be the type that allows rehabilitation of concentric, eccentric or flat top manholes without removing manhole ring, top section, flat top or corbel. B. Cured -in -place structural liner shall completely seal the manhole, shelf, pipe inlet and outlets, and the lid ring frame in a monolithic method so that no holes, cracks or seams in the liner are left unsealed. C. PTLS-6800 series is a three -layered composite system with a total pre -saturated fabric weight of 68 oz. per square yard. PTLS-6800 is designed for structures up to 24 feet in depth. Layer #1 is 24 oz. structural fiberglass, impregnated with a modified epoxy resin and bonded to the existing structure. Layer #2 is a 20 - 24 oz. non -porous membrane of special synthetic materials bonded between layer #1 and layer #3. Layer #3 consists of 24 oz. structural fiberglass saturated with epoxy and bonded to the nonporous membrane, forming a smooth interior wall to the host structure. For structures deeper than 24 feet, or for structures experiencing heavy infiltration, additional layer(s) of fiberglass may be added as needed. D. PTLS-11600 series is a three -layered composite system with a total pre -saturated fabric weight of 116 oz. per square yard. PTLS-11600 is designed for culvert pipe and structures over 24' in depth. Layer #1 is (2) 24 oz. structural fiberglass, impregnated with a modified epoxy resin and bonded to the existing substructure. Layer #2 is a 20 oz. non -porous membrane of special synthetic materials bonded to layer #1 and layer #3. Layer #3 consists of Sanitary Sewer Manhole Rehabilitation Phase 3 02734-2 October 2017 .i t _ (2) 24 oz. structural fiberglass saturated with epoxy and bonded to the nonporous membrane, forming a smooth interior wall to the host structure. Additional layer(s) of fiberglass may be € added as needed. E. The standard resin is a modified Polyamide Bisphenol "A" Epichlorodhydrin system that is field applied and supplied by the manufacture. F. Where active infiltration flows are more severe, pressure grouting may be required. 2.3 EQUIPMENT A. Equipment used shall be as recommended by the liner manufacture and adequate in size and capacity to accomplish the rehabilitation work in a timely manner. PART 3 EXECUTION 3.1 GENERAL A. Application shall be in strict accordance with the manufacturer's instructions (Refer to manufacturer's application instructions for additional details and recommendations not included herein). This shall include re -grouting all inlet and outlet lines and benches as needed, plus the preparation, installation, curing and finishing operation. B. Use only skilled workmen who are trained and experienced in the installation of cured -in - place fiberglass reinforced epoxy resin liners for manhole rehabilitation. Contractor shall identify qualified personnel and ensure that these people are on site during each liner installation from start to finish. C. No application shall be made to frozen surfaces or if freezing is expected to occur within 24 hours after application of product. No liners will be installed if outside air temperature exceeds 95 degrees F. D. Do not allow extraneous material from entering sewer lines. Contractor will be fully responsible for any damage caused due to debris entering the sewer line during preparation work and/or liner installation activity. E. Clean surface to be rehabilitated with high-pressure water spray (minimum 3500 psi) to remove loose concrete or brick, biological growths, and other contaminants. If surface cannot be cleaned sufficiently with high-pressure water spray, then use means necessary, as recommended by manufacture. Surfaces may require the application of a 10% muriatic acid or the use of a detergent or degreaser. If an acid or detergent solution is used, the surface shall be thoroughly rinsed and neutralized prior to the installation of the liner system. All surfaces shall be clean and structurally sound. Loose and protruding brick, mortar, concrete and roots shall be removed. F. Repair mortar shall be used to fill voids, structurally reinforce or rebuild surfaces. Rebuild bench and channel areas after cleaning using mortar or other approved material to ensure adequate surface prior to liner installation. G. Stop all active hydrostatic infiltration with cementitious grout. Excessive infiltration may require the use of pressure grout and/or heavier liner. H. Remove manhole steps by cutting flush with vertical face of manhole wall prior to the rehabilitation product application. 1. Contractor shall make a reasonable effort to minimize odors emitting from open manholes during preparation work, liner installations and inspections. Sanitary Sewer Manhole Rebabilitation Phase 3 02734-3 October 2017 3.2 INSTALLATION A. Rehabilitate manholes as identified on the drawings. Proper equipment shall be used at all times. Contractor shall observe OSHA confined space and safety requirements during all manhole entries. B. The liner shall be installed and cured in place via a pressurization blower system with steam heat injection or equivalent process. Pressure shall be approximately 500 to 100 lbs. per sq. ft. and steam at approximately 250 degrees Fahrenheit. Curing time shall be a minimum of two (2) hours or as recommended by the manufacture. Liner may be rejected at the sole discretion of the Owner if curing process fails to meet manufacture recommended procedures, or if installation bladder fails more that once during curing process. C. Do not install cured -in -place fiberglass epoxy resin liner in non -round structures. Alternative lining methods will be required for the rehabilitation of vaults, diversion structures, or rectangular shaped manholes. D. Repair any defects or irregularities in final product prior to acceptance. 3.3 TESTING A. Contractor shall perform visual inspection and necessary quality control testing. A Holiday test shall be performed according to ASTM standards. All test and reports shall be in accordance with ASTM G62 and be submitted to the Owner prior to final product acceptance. All hollow spots, holes, tears, or delaminations shall be promptly repaired using mastic epoxy or another method approved by the Owner. END OF SECTION Sanitary Sewer Manhole Rehabilitation Phase 3 02734-4 October 2017 ! j SECTION 02750 BYPASS PUMPING OF EXISTING SANITARY SEWERS PART1 GENERAL 1.1 SUMMARY A. The work covered by this section of the specifications includes that necessary for furnishing, installing, and maintaining bypass pumping capabilities for existing sanitary sewer systems. B. Section Includes: (1) References (2) Administrative Requirements (3) Submittals (4) Action Submittal/Information Submittal (5) Equipment (6) Preparation (7) Installation (8) Field or Site Quality Control (9) Closeout Activities 1.2 REFERENCES A. Reference standards cited in this Specification refer to the current reference standard published at the time that these Specifications were released. 1.3 ASMINISTRATIVE REQUIREMENTS A. Coordination (1) Schedule meeting with Engineer to review sewer shutdown prior to replacing or rehabilitating any facilities. (2) Engineer reserves the right to delay schedule due to weather conditions or other unexpected conditions within the existing sanitary sewer system. (3) Review bypass pumping arrangement or layout in the field with Engineer prior to beginning operations. Facilitate preliminary bypass pumping run with Engineer present to affirm the operation is satisfactory. (4) After replacement or rehabilitation of facilities, coordinate the reestablishment of sewer flow with Engineer staff. (5) Provide onsite continuous monitoring during all bypass pumping operations using one of the following methods: (a) Personnel on site (b) Portable SCADA equipment 1.4 SUBMITTALS A. Conform to requirements of Section 01300 — Submittal Procedures. 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Submit a detailed plan and description outlining all provisions and precautions that will be taken with regard to handling of sewer flows. Submit the plan to the Engineer for approval a minimum of 7 days prior to commencing work. Include the following details: Sanitary Sewer Manhole Rehabilitation Phase 3 02750-1 October 2017 1, i 1 (1) Schedule for installation and maintenance of bypass pumping system. (2) Staging areas for pumps (3) Pump sizes, capacity, number of each size, and power requirements (4) Calculations for static lift, friction losses, and velocity (5) Pump curves showing operating range and system head curves (6) Sewer plugging methods (7) Size, length, material, joint type, and method for installation of suction and discharge Piping (8) Method of noise control for each pump and/or generator, if required J (9) Standby power generator size and location (10) Suction and discharge piping plan (11) Emergency action plan identifying the measures taken in the event of a pump failure or sewer spill (12) Staffing plan for responding to alarm conditions identifying multiple contacts by name and phone numbers (office and mobile) (13) A contingency plan to implement in the event the replacement or rehabilitation has unexpected delays or problems. PART 2 PRODUCTS 2.1 EQUIPMENT A. Pumping (1) Provide equipment that will convey 100 percent of wet weather peak flow conditions. (2) Provide fully automatic self -priming pumps. Foot -valves or vacuum pumps are not permitted for priming reasons. (3) Pumps must be constructed to allow dry running for periods of time to account for the cyclical nature of sewer flow. (4) Provide 1 stand-by pump for each size to be maintained on site. Place backup pumps on line, isolated from the primary system by valve. (5) If multiple pumps are required to meet the flow requirements, provide the necessary fittings and connections to incorporate multiple discharges. (6) Noise levels of the pumping system must follow the requirements of the City noise ordinance for gas wells. B. Piping (1) Install pipes with joints which prevent the incident of flow spillage C. Plugs or Stop Logs (1) Plugs (a) Select a plug that is made for the size and potential pressure head that will be experienced. (b) Provide an additional anchor, support or bracing to secure plug when back pressure is present. (c) Use accurately calibrated air pressure gauges for monitoring the inflation pressure. (d) Place inflation gauge at location outside of confined space area. Keep the inflation gauge and valve a safe distance from the plugs. (e) Never over inflate the plug beyond its pressure rating. Sanitary Sewer Manhole Rehabilitation Phase 3 02750-2 October 2017 (2) Stop Logs (a) Use stop log devices designed for the manhole or sewer vault structure in use. (b) If applicable, obtain stop logs from City that may be used on specific structures. PART 3 EXECUTION 3.1 PREPARATION A. Locate the bypass pipelines in area to minimize disturbance to existing utilities and obtain approval of those locations from the Engineer. 3.2 INSTALLATION A. Install and operate pumping and piping equipment in accordance to the submittals provided I per this Specification. B. Sewer Flow Stoppage (1) Plugging s (a) Use confined space procedures and equipment during installation when necessary. (b) Thoroughly clean the pipe before insertion of plug. ' (c) Insert the plug seal surface completely so it is fully supported by the pipe. (d) Position the plug where there are not sharp edges or protrusion that may damage the plug. (e) Use pressure gauges for measuring inflation pressure. (f) Minimize upstream pressure head before deflating and removing. C. Sewer flow control and monitoring (1) Take sufficient precautions to ensure sewer flow operations do not cause flooding or - = damage to public or private property. The Contractor is responsible for any damage resulting from bypass pumping operations. (2) Begin continual monitoring of the sewer system as soon as the sewer is plugged or blocked. Be prepared to immediately start bypass pumping if needed due to surcharge conditions. (3) Sewer discharge may be into another sewer manhole or appropriate vehicle or container only. Do not discharge sewer into an open environment such as an open channel or earthen holding facility. (4) Do not construct bypass facilities where vehicular traffic may travel over the piping. (a) Provide details in the suction and discharge piping plan that accommodate both the bypass facilities and traffic without disrupting either service. 3.3 FIELD OR SITE QUALITY CONTROL A. Field or Site Tests and Inspections (1) Perform leakage and pressure tests of the bypass pumping pipe and equipment before actual operation begins. (2) Have Engineer on site during tests. 3.4 CLOSEOUT ACTIVITIES Sanitary Sewer Manhole Rehabilitation Phase 3 02750-3 October 2017 A. Once plugging or blocking is no longer necessary, remove in such a way that permits the sewer flow to slowly return to normal — preventing surge, surcharging and major downstream disturbance. .._.. END OF SECTION Sanitary Sewer Manhole Rehabilitation Phase 3 02750-4 October 2017 SECTION 03300 CAST -IN -PLACE CONCRETE PART1 GENERAL 1.1 SUMMARY A. This Section includes, but is not limited to cast -in -place concrete, including formwork, reinforcing, mix design, placement procedures, curing, and finishes. B. Section Includes: (1) Definitions (2) Submittals (3) Quality Assurance (4) Deliver, Storage and Handling (5) Form -Facing Materials (6) Steel Reinforcement (7) Reinforcement Accessories (8) Concrete Materials (9) Admixtures (10) Curing Materials (11) Repair Materials (12) Concrete Mixes (13) Fabricating Reinforcement (14) Concrete Mixing (15) Formwork (16) Embedded Items (17) Removing and Reusing Forms (18) Shores and Reshores (19) Steel Reinforcement (20) Joints (21) Concrete Placement (22) Miscellaneous Concrete Items (23) Concrete Protecting and Curing (24) Field Quality Control 1.2 DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with one or more of blended hydraulic cement, fly ash or other pozzolans, ground granulated blast -furnace slag, and silica fume. 1.3 SUBMITTALS A. Product Data: For each type of manufactured material and product indicated. Sanitary Sewer Manhole Rehabilitation Phase 3 03300-1 October 2017 € B. Design Mixes: For each concrete mix, include alternate mix designs when characteristics of _ materials, project conditions, weather, test results, or other circumstances warrant adjustments. C. Indicate amounts of mix water withheld for later addition at Project site. Water added at project site will not be permissible without paperwork showing how much water has been withheld. 1.4 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed concrete work similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. B. Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed concrete products complying with ASTM C 94 requirements for production facilities and equipment. C. Manufacturer must be certified according to the National Ready Mixed Concrete Association's Certification of Ready Mixed Concrete Production Facilities. D. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant, each aggregate from one source, and each admixture from the same manufacturer. E. ACI Publications: Comply with the following, unless more stringent provisions are indicated: (1) ACI 301 — Specification for Structural Concrete (2) ACI 117 - Specifications for Tolerances for Concrete Construction and Materials. 1.5 DELIVERY, STORAGE AND HANDLING A. Deliver, store, and handle steel reinforcement to prevent bending and damage. B. Avoid damaging coatings on steel reinforcement. PART 2 PRODUCTS 2.1 FORM -FACING MATERIALS A. Smooth -Formed Finished Concrete: Form -facing panels that will provide continuous, true, and smooth concrete surfaces. Furnish in largest practicable size to minimize number of joints. B. Plywood, metal, or other approved panel material. C. Rough -Formed Finished Concrete: Plywood, lumber, metal, earth, or another approved material. Provide lumber dressed on at least two edges and one side for tight fit. D. Chamfer Strips: Wood, metal, PVC, or rubber strips, 3/4 by 3/4 inch, minimum.\ E. Form -Release Agent: Commercially formulated form -release agent that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. F. Formulate form -release agent with rust inhibitor for steel form -facing materials. G. Form -Ties: Factory -fabricated, removable or snap -off metal or glass -fiber -reinforced plastic form ties designed to resist lateral pressure of fresh concrete on forms and to prevent spalling of concrete on removal. H. Furnish units that will leave no corrodible metal closer than one (1) inch to the place of the exposed concrete surface. Sanitary Sewer Manhole Rehabilitation Phase 3 03300-2 October 2017 4 I. Furnish ties that, when removed, will leave holes less than one (1) inch in diameter in concrete surface. J. Furnish ties with integral water -barrier plates to walls indicated to receive damp proofing or waterproofing. 2.2 STEEL REINFORCEMENT A. Reinforcing Bars: ASTM A 615, Grade 60, deformed 2.3 REINFORCEMENT ACCESSORIES A. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars and welded wire fabric in place. B. Manufacture bar supports according to CRSI's Manual of Standard Practice from steel wire, plastic, and as follows: (1) For concrete surfaces exposed to view, where legs of wire bar supports contact forms, use CRSI Class 1 plastic -protected or CRSI Class 2 stainless -steel bar supports. (2) For slabs -on -grade, use supports with sand plates or horizontal runners where base material will not support chair legs. (3) Wood, concrete, or clay blocks are not permissible. C. Joint Dowel Bars: Plain -steel bars, ASTM A 615, Grade 60. Cut bars true to length with ends square and free of burrs. 2.4 CONCRETE MATERIALS A. Portland Cement: ASTM C 150, Type I. B. Fly Ash: ASTM C 618, Class C. C. Normal -Weight Aggregate: ASTM C 33, uniformly graded, and as follows: D. Class: Moderate weathering region, but not less than 3M. E. Water: Potable and complying with ASTM C 94. 2.5 ADMIXTURES A. General: Admixtures certified by manufacturer to contain not more than 0.1 percent water- soluble chloride ions by mass of cementitious material and to be compatible with other admixtures and cementitious materials. Do not use admixtures containing calcium chloride. B. Air -Entraining Admixture: ASTM C 260. C. Water -Reducing Admixture: ASTM C 494, Type A. D. High -Range, Water -Reducing Admixture: ASTM C 494, Type F. E. Water -Reducing and Accelerating Admixture: ASTM C 494, Type E. F. Water -Reducing and Retarding Admixture: ASTM C 494, Type D. G. Moisture Retaining Film: Dayton Superior — Sure Film J-74. 2.6 CURING MATERIALS A. Clear, Waterborne, Membrane -Forming Curing Compound: ASTM C 309, Type 1, Class B. B. Curing blankets approved by the Engineer. 2.7 REPAIR MATERIALS z A. Repair Underlayment: Cement -based, polymer -modified, self -leveling product that can be applied in thicknesses from 1/8 inch and that can be feathered at the edges to match adjacent elevations. Sanitary Sewer Manhole Rehabilitation Phase 3 03300-3 October 2017 IL - B. Cement Binder: ASTM C 150, Portland Cement or hydraulic or blended hydraulic cement as defined in ASTM C 219. C. Primer: Product of underlayment manufacturer recommended for substrate, conditions, and application. D. Aggregate: Well -graded, washed gravel, 1/8 to 1/4 inch, or coarse sand as recommended by underlayment manufacturer. E. Compressive Strength: Not less than 4100 psi at 28 days when tested according to ASTM C 109. , 2.8 CONCRETE MIXES A. Prepare design mixes for each type and strength of concrete determined by either laboratory trial mix or field data bases, as follows: (1) Proportion normal -weight concrete according to ACI 211.1 and ACI 301. (2) Standard design mix to be used unless noted otherwise, provide normal weight concrete with the following properties: (3) Compressive Strength (28 days): 3000 psi (4) Type I cement (5) Fly Ash: Allow up to 25% of cementitious material (6) Minimum Slump: 4 inches (7) Maximum Slump: 6 inches (8) Maximum Slump for Concrete Containing High -Range Water -Reducing Admixture: 8 inches after admixture is added to concrete with 2 to 4 inch slump. (9) Maximum Water/Cementitious Materials Ratio: 0.55 (10) Add air -entraining admixture at manufacturer's prescribed rate to result in concrete at point of placement having an air content of five (5) to seven (7) percent, unless otherwise indicated. B. Cementitious Materials: (1) For concrete exposed to deicers, limit percentage, by weight, of cementitious materials other than Portland cement according to ACI 301 requirements. (2) Limit percentage, by weight, of cementitious materials other than Portland cement in concrete as follows: (a) Fly Ash: 20 percent.. (b) Do not air entrain concrete to trowel -finished interior floors and suspended slabs. Do not allow entrapped air content to exceed 3 percent. (c) Admixtures with chloride ions are prohibited. C. Admixtures: (1) Use admixtures according to manufacturer's written instructions. (2) Use water -reducing admixture or high -range water -reducing admixture (superplasticizer) L. in concrete, as required, for placement and workability. (3) Use water -reducing and retarding admixture when required by high temperatures, low it humidity, or other adverse placement conditions. (4) Use water -reducing admixture in pumped concrete, concrete for heavy -use industrial slabs and parking structure slabs, concrete required to be watertight, and concrete with a water/cementitious materials ratio below 0.50. Sanitary Sewer Manhole Rehabilitation Phase 3 03300-4 October 2017 11 2.9 FABRICATING REINFORCEMENT A. Fabricate steel reinforcement according to CRSI's Manual of Standard Practice. 2.10 CONCRETE MIXING A. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94, and as specified. B. When air temperature is between 85 degrees Fahrenheit and 90 degrees Fahrenheit, reduce mixing and delivery time from ninety (90) minutes to seventy-five (75) minutes, and when air temperature is above 90 degree Fahrenheit, reduce mixing and delivery time to sixty (60) minutes. PART 3 EXECUTION 3.1 FORMWORK A. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until concrete structure can support such loads. B. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. C. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, as follows: (1) Class B, 1/4 inch (2) Construct forms tight enough to prevent loss of concrete mortar. (3) Fabricate forms for easy removal without hammering or prying against concrete surfaces. (4) Provide crush or wrecking plates where stripping may damage cast concrete surfaces. (5) Provide top forms for included surfaces steeper than 1.5 horizontal to 1 vertical. Kerf wood inserts form forming keyways, reglets, recesses, and the like, for easy removal. (6) Do not use rust -stained steel form -facing material. (7) Set edge of forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and slopes in finished concrete surfaces. (8) Provide and secure units to support screed strips, use strike -off templates, or compacting type screeds. (9) Provide temporary openings for cleanouts and inspection ports where interior area of 1 formwork is inaccessible. Close openings with panels tightly fitted to forms and securely braced to prevent loss of concrete mortar. Locate temporary openings in forms at inconspicuous locations. (10) Chamfer exterior corners and edges of permanently exposed concrete. (11) Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and bulkheads required in the Work. Determine sizes and locations from trades providing such items. _.; (12) Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, and other debris just before placing concrete. (13) Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks and maintain proper alignment. (14) Coat contact surfaces of forms with form -release agent, according to manufacturer's written instructions, before placing reinforcement. Sanitary Sewer Manhole Rehabilitation Phase 3 03300-5 October 2017 3.2 EMBEDDED ITEMS A. Place and secure anchorage devices and other embedded items required for adjoining work that is attached to or supported by cast -in -place concrete. B. Use Setting Drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. C. Install anchor bolts, accurately located, to elevations required. 3.3 REMOVING AND REUSING FORMS A. Formwork, for sides of beams, walls, columns and similar parts of the Work, that does not support weight of concrete may be removed after cumulatively curing at not less than 50 degree Fahrenheit for 52 hours after placing concrete provided concrete is hard enough to not be damaged by form -removal operations and provided curing and protection operations are maintained. B. Leave formwork, for beam soffits, joist, slabs, and other structural elements, that supports weight of concrete in place until concrete has achieved the following: (1) At least 70 percent of 28-day design compressive strength. C. Determine compressive strength of in -place concrete by testing representative field or laboratory cured test specimens according to ACI 301. D. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or otherwise damaged form -facing material will not be acceptable for exposed surfaces. Apply new form -release agent. E. When forms are reused, clean surfaces, remove fins and laitance, and tighten to close joints. Align and secure joints to avoid offsets. Do not use patched forms for exposed concrete surfaces unless approved by Architect. 3.4 SHORES AND RESHORES A. Comply with ACI 318, ACI 301, and recommendations in ACI 347R for design, installation, and removal of shoring and reshoring. B. Plan sequence of removal of shores and reshore to avoid damage to concrete. Locate and provide adequate reshoring to support construction without excessive stress or deflection. 3.5 STEEL REINFORCEMENT A. Comply with CRSI's Manual of Standard Practice for placing reinforcement. B. Do not cut or puncture vapor retarder. Repaid damage and reseal vapor retarder before placing concrete. C. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials. D. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars. E. All reinforcement to be in place prior to placing of concrete. Equipment will not be allowed to drive over reinforcement. 3.6 JOINTS A. Construction joints true to line with faces perpendicular to surface plane of concrete. B. Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Architect. Sanitary Sewer Manhole Rehabilitation Phase 3 03300-6 October 2017 C. Place joints perpendicular to main reinforcement. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of strip placements of floors and slabs. D. Form from preformed galvanized steel, plastic keyway -section forms, or bulkhead forms with keys, unless otherwise indicated. Embed keys at least 1-1/2 inches into concrete. E. Locate joints for beams, slabs, joists, and girders in the middle third of spans. Offset joints in girders a minimum distance of twice the beam width from a beam -girder intersection. F. Locate horizontal joints in walls and columns at underside of floors, slabs, beams, and girders and at the top of footings or floor slabs. G. Space vertical joints in walls as indicated. Locate joints beside piers integral with walls, near comers, and in concealed locations where possible. H. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. I. Contraction Joints in Slabs -on -Grade: Form weakened -plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to at least one- fourth of concrete thickness, as follows: (1) Sawed Joints: Form contraction joints with power saws equipped with shatterproof abrasive or diamond -rimmed blades. Cut 1/8 inch wide joints into concrete when cutting action will not tear, abrade, or otherwise damage surface and before concrete develops random contraction cracks. (2) Curb and Gutter Joints: Curbs and gutter shall be constructed with an expansion joint at the tangent point on each return at intersections and at the end of each day's concrete pour. (a) A construction or contraction joint shall be located at intervals corresponding to the joint interval of the adjacent concrete pavement or as directed by the Owner's Representative. (b) Joints in the new concrete pavement shall extend through the new curb and gutter unless otherwise directed by the Owner's Representative. (c) All joints shall be perpendicular to the surface of the concrete and to the axis of the section. (d) The contraction joints shall be made by cutting into the curb and gutter sections with a trowel a depth of 22 inches; these joints shall be finished as specified under finishing. (e) Expansion joint material shall be an approved preformed bituminous impregnated non -extruding type jointing material, meeting the requirements of AASHTO M 213. The joint material shall be 1/2 inch thick, and shaped to the section of the curb and gutter or other work. (3) Sidewalk Joints: Space contraction joints at 4 feet and expansion joints every 20 feet. Expansion joints shall be placed between existing and new setting of concrete. (4) Dowel Joints: Install dowel sleeves and dowels or dowel bar and support assemblies at joints where indicated. -- (a) Use dowel sleeves or lubricate or asphalt -coat one-half of dowel length to prevent concrete bonding to one side of joint. 3.7 CONCRETE PLACEMENT A. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items is complete and that required inspections have been performed. _ Sanitary Sewer Manhole Rehabilitation Phase 3 03300-7 October 2017 d } B. Do not add water to concrete during delivery, at Project site, or during placement, unless ' approved by the Engineer. C. Before placing concrete, water may be added at Project site, subject to limitations of ACI 301. D. Do not add water to concrete after adding high -range water -reducing admixtures to the mix. E. Water may not be added beyond the limit of water withheld from the plant. F. Deposit concrete continuously or in layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. G. If a section cannot be placed continuously, provide construction joints as specified. H. Deposit concrete to avoid segregation. I. Deposit concrete in forms in horizontal layers no deeper than 24 inches and in a manner to avoid inclined construction joints. Place each layer while preceding layer is still plastic, to avoid cold joints. J. Consolidate placed concrete with mechanical vibrating equipment. Use equipment and procedures for consolidating concrete recommended by ACI 309K (1) Do not use vibrators to transport concrete inside forms. Inset and withdraw vibrators vertically at uniformly spaced locations no farther than the visible effectiveness of the vibrator. (2) Place vibrators to rapidly penetrate placed layer and at least 6 inches into preceding layer. (3) Do not insert vibrators into lower layers of concrete that have begun to lose plasticity. (4) At each insertion, limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mix constituents to segregate. K. Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits of construction joints, until placement of a panel or section is complete. L. Consolidate concrete during placement operations so concrete is thoroughly worked around reinforcement and other embedded items and into corners. M. Maintain reinforcement in position on chairs during concrete placement. N. Screed slab surfaces with a straightedge and strike off to correct elevations. O. Slope surfaces uniformly to drains where required. P. Begin initial floating using bull floats or darbies to form a uniform and open -textured surface plane, free of humps or hollows, before excess moisture or bleedwater appears on the surface. Do not further disturb slab surfaces before starting finishing operations. Q. Cold Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. (1) When air temperature has fallen to or is expected to fall below 40 degree Fahrenheit, uniformly heat water and aggregates before mixing to obtain a concrete mix temperature of not less than 50 degrees Fahrenheit and not more than 80 degrees Fahrenheit at point of placement. (2) Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. (3) Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators, unless otherwise specified and approved in mix designs. Sanitary Sewer Manhole Rehabilitation Phase 3 03300-8 October 2017 ~- R. Hot Weather Placement: Place concrete according to recommendations in ACI 35OR and as follows, when hot weather conditions exist: S. Cool ingredients before mixing to maintain concrete temperature below 90 degrees . y Fahrenheit at time of placement. T. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. U. Using liquid nitrogen to cool concrete is Contractor's option. V. Cover steel reinforcement with water -soaked burlap so steel temperature will not exceed ambient air temperature immediately before embedding in concrete. W. Fog -spray forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade moisture uniform without standing water, soft spots, or dry areas. 3.8 MISCELLANEOUS CONCRETE ITEMS A. Filling In: Fill in holes and openings left in concrete structures, unless otherwise indicated, after work of other trades is in place. B. Mix, place, and cure concrete, as specified, to blend with in -place construction. Provide other miscellaneous concrete filling indicated or required to complete Work. 3.9 CONCRETE PROTECTION AND CURING A. Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold -weather protection and with _ recommendations in ACI 305R for hot -weather protection during curing. B. Formed Surfaces: Cured formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces. (1) Leave forms in place for a minim of 3 days. (2) Upon removal of forms, apply approved curing compound. C. Unformed Surfaces: Begin curing immediately after finishing concrete. (1) Cure unformed surfaces, including floors and slabs, concrete floor toppings, and other surfaces, by the following method: D. Concrete shall be wet cured for 3 days after concrete placement. Wet curing shall begin immediately after final finishing of slab surface and shall consist of continuous misting by sprinkler or wet burlap. (1) No work will be permitted on the slab during wet curing. E. Immediately after removal of sprinkler or burlap, Contractor shall apply approved curing compound. F. During cold weather concrete placement, in lieu of wet curing, the Contractor shall place plastic sheets over the concrete surface with blankets over the plastic. Plastic shall remain in place for 3 days. G. Sealing Coat: Uniformly apply a continuous sealing coat of curing and sealing compound to hardened concrete by power spry or roller according to manufacturer's written instructions. 3.10 FIELD QUALITY CONTROL A. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device will be permitted by the Engineer. END OF SECTION Sanitary Sewer Manhole Rehabilitation Phase 3 03300-9 October 2017 PUBLIC WORKS ENGINEERING MANHOLE REHABILITATION PHASE 3 VICINITY MAP MAYOR DANIEL M. POPE CITY COUNCIL JUAN A. CHADIS, SHELIA PATTERSON-HARRIS, JEFF GRIFFITH, STEVE MASSENGALE, KAREN GIBSON, LATRELLE JOY CITY MANAGER W.JARRETfATKINSON DIRECTOR OF PUBLIC WORKS L. WOOD FRANKLIN, P.E. CITY ENGINEER MICHAEL G. KEENUM, P.E. CHIEF WATER UTILITIES ENGINEER JOHN TURPIN, P.E. DRAWING # 1-B-977 MANHOLE REHABILITATION PHASE 3 _ _,.N .,,,�— REVISIONS 0 50 100 SCALE 1:100 LEGEND ...........:..EXIST. WATER LINE ..,...a..,..IXLST. SEWER LINE _. .._ ... _ ... .. _. ..... {,,>> ..... ... _. .... ... ,_ , . .... . ..... .... o EXIST. GATE VALVE A 0 PROP. MANHOLE 3233A7 QUAKER AVE z@.In .fZ3S,.H 322432ft..,,. ,.. __. ...__. I •TIN \,. .....,_wc mFa. . _,...32I3�4 fi. / ,}ld2.IA us ; EXIST. MANHOLE '_ 511..yS5 - NCi ::� __ i217,4tY C}13ry<Ii r STCNt A pvc. 6' 11Ar4N `•.. Jt. W VM WAY q \ ,✓ tVl CR :`r ant.... � w w v w V :v u v �y.. i v +l t v N tv 4 F]GST. HYDRANT AY�V ut 'h .,.?,.. ,..._.,_ _.... .'_' .. ,.., _. ._. _._ ......_ _.. ..�j. .. , _,.. ,. .. ., .,,,., ...,_,.,_... ,_.. _.. . _ EXIST. TAP SLEEVE i eartitsr+c ie'" 3233.31 INSTALL CURED -IN -PLACE :"5 vra2 INSTALL CURED-UI-PLPLE � z � �, *3 sCwtn T ' 3223.81 FL - b MANHOLE #1 MANHOLE #2 ''' 25e � 1 n� ,. MANHOLE #3 � FIBERGLASS/EPDXY FIBERGLASS/EPDXY $ . _ FIBBEERAGLLIASSSJEE O�N�PLACE `\\ RESIN LINER RESIN LINER (; RESIN LINER + 7 y?..., qP .........., kq IL ALTpl: REMOVE EXISTING ALT*I: REMOVE E GSTING tt ::.; (. ,. , .. ALTpl: REMOVE EXISTING * •.r +If MANHOLE INSTALL• 60" MANHOLE INSTALL: 60" ! FNi2 , I a„.: MANHOLE INSTALL: 60" :N 4 CONCRETE DROP MANHOLE CONCRETE DROP MANHOLE w 5Eut2 svt wn !'R CONCRETE DROP MANHOLE TIE TO EXISTING SANITARY SEWER. TIE TO EXISTING SANITARY SEWER a 29e 'c 7 �PTOE705S11 LNG SANITARY SEWER. /. TREVOR,.OVERMAN a REPAIR CONCRETE STREET. REPAIR CONCRETE STREET. J z . .� f+p0 100234 xI zf _mw' 8°' r 1 Iu/ / nvc WATER �- `l � L xrs r:: 10/6/2017 .. lCiO . .. WA i'(R , UNSUDDIVIOEL) F •*� . ��no C.I. 217043 X1 C.I.P. #92446.9242.30000 qw / DESIGNED BY: TO �,. DRAWN BY: AP 248 qr?( CHECKED BY: ]T 4 SCALE: 1"=100' a � '"✓ � �� � `� �� aca / ���� 4� `• DATE: 30/6/2017 Cxr aS GENERAL ,VOTES: Lubbock DIG-TESS NOTE: 1. PRIOR TO ANY CONSTRUCTION DIFFERENT FROM THIS PLAN, CALL CONTRACTOR SHALL JOSH FWD 0 548.4152. CONTACT DIG-TESS 2. MANDATORY: CALL FOR LINE LOCATES # 1-3 'I-8O0-DIG-TESSi FOR 48 HOURS PRIOR TO BEGINNING UTILITY LOCATE NO ANY CONSTRUCTION ACTIVITY. NORTH OF 122ND ST. LATER THAN TWO FULL 3. FOLLOW BEST MANAGEMENT PRACTICES ALONG WORKING DAYS PRIOR TO COMPLY WITH EPA,S STORM WATER TO COMMENCING POLLUTION PREVENTION PLAN QUAKER AVE, GRADING PAVING REQUIREMENTS. JCONSTR CTION 4. FIELD VERIFY ALL ELEVATIONS PRIOR TO rr1 CONSTRUCTION, j EX5NW; ilr pvc. SFkqpq M's tW; 10 Exis we Ir rXISUNG 101 q-111 I 122ND ST J`?28:02`t9 V'�l 322527 FL MANHOLE REHABILITATION PHASE 3 I EXZ�UNn l? PVCWAQR MANHOLE 94 INSTALL CURED -IN -PLACE FIBERGLASS/EPDXY RESIN LINER ALT#I: REMOVE EXISTING MANHOLE INSTALU 60" CONCRETE DROP MANHOLE. TIE TO EXISTING SANITARY! REPAIR CONCRETE STREET. Jk E�i l 0 50 100 SCALE 1:100 ICRETE D L- 00"CRETE DROP MANHOU�* ROP 0 F TO Da TINS =rARY SEWER. TIE TO enSTING SANITARY SEWER. AIR ASPHALT STREET. REPAIR ASPHALT SMET. "4 rIW TCR (xism", w j4 122ND ST 4lc Et 3237.90 3 FL 3234.06 3gK7-1FL F 32 F.SO w Jl 62 P4 Tw, 6" Pvc sFWTR mJC SF1bEP B4 i 3 2[ u's LXtSlIN, 6' P�, WLir'l C %VA I Et`R R9 R9 5 Rio 0 q)l 912 123RD ST 014 els W7 GENERAL NOTES: DIG-TESS NOTE: 1. PRIOR TO ANY CONSTRUCTION DIFFERENT FROM THIS PLAN, CALL CONTRACTOR SHALL JOSH FLUD @ 548-4152. CONTACT DIG-TESS 2. MANDATORY: CALL FOR LINE LOCATES -DIG E FOR T SSI 48 HOURS PRIOR TO BEGINNING 6 [WOO WE NO Lrly LC ANY CONSTRUCTION ACTIVITY. '621 LATER THAN TWO FULL 3. FOLLOW BEST MANAGEMENT PRACTICES WORKING DAYS PRIOR TO COMPLY WITH EPAS STORM WATER TO COMMENCING POLLUTION PREVENTION PLAN GRADING!PAVING REQUIREMENTS. ICONSTR CTION 4. FIELD VERIFY ALL ELEVATIONS PRIOR TO CONSTRUCTION. DRAWING # I-B-977 LEGEND ;;.EXIST. WATER LINE EXIST. SEWER LINE EXIST. GATE VALVE 0 PROP. MANHOLE OW. MANHOLE ,� EXIST. HYDRANT Dan. TAP SLEEVE 7-- ...1. 40023* ....... * ....... —**� -C-e- -S 10/6/2017 3.0.217043 C.I.P. #92446.9242.3000 DESIGNED BY: TO DRAWN BY: AP CHECKED BY: IT SCALE: 1"=100' DATE: 10/6/2017 4 City of Lubbock TtIAS #4, #6, #7 122ND ST. QUAKER AVE, S-2 MANHOLE REHABILITATION PHASE 3 MANHOLE#8 MANHOLE #9 INSTALL CURED -IN -PLACE INSTALL CURED -IN -PLACE FIBERGLASSIEPDXY FIBERGLASS/EPDXY RESIN LINER RESIN LINER T ALT#I: REMOVE EXISTING ALT#1: REMOVE EXISTING l��l MANHOLE INSTALL' 60" MANHOLE INSTALL: 60" CONCRETE DROP MANHOLE CONCRETE DROP MANHOLE. TIE TO EXISTING SANITARY SEWER. TIE TO EXISTING SANITARY SEWER. 0 SO 100 REPAIR ASPHALT STREET. REPAIR ASPHALT STREET. 1f76 o9 `X19 tik�, id" 322621 FL 3226.26 47 _ 322621 tZ 3726.26 FL r'vt wn*Lu 1� SCALE 1:100 x k SY <. •^J 't�, .N W+ K. kY.:.:W .W:. W .w V. Y k tY:::. 4Y w n Ne n n N SN K Wkh :, vk a n• Y . to M. Yt n._ 1N .4_ V,:W W, w w p e Y N .. . w k 122ND STD" R9aA6 ti t AI EW I2" 7: 2? n 30, - llt .AN I :3P 46 1'1 I � "YC S'C�R'PR �. 'm L%[$TINGE± t 'f %mot RPVi: rr f,Yic^t'IYG ('-F'x1411'v( p° f}(Y4S'Nf, 4" _ " F%K SN{S 0" VVCWAtFl tt V { 1l $fwFlt P, N'-01 F0. fY_SfWER CVC WATER 4,Yi SF'WPdR k4 „4 an Pq o � g +n wnir3a as zs aic as ?e � ,�; n•� iP �,. w n r r za;,'sLIH try WA, ER i r SFCrdG iB" jk3,7,i1t� `f t T11 .r� y i4- W .iN' W —4Y k w K•.. n N' W W W tk =-11 w w v: V. i) 1 IN 123RD 5T � x n . w SEWER ( .. -s s c.. ..—. c s., l• J: s -,, v- -h ' • ti"4� e_e INSTAMANLL CURED -IN -PLACE ._. 3237.16. / 3234,87 MAN HOLE#12 FIBERGLASS/EPDXY 1226.81 FL lmsiH, is" - - 3227.12 FL 3233.62 INSTALL CURED -IN -PLACE RE9IN LINER n avax <' 3227.22 FL RESIN LINER _K ALT#1: REMOVE EXISTING ai Liz Gt Pm 59 Sfl 5f sb 55 51 ALT#1: REMOVE EXISTING Y' MANHOLE INSTALL' 60 CONCRETE DROP MANHOLE Soy" TIE TO EXISTING SANITARY SEWER. /-C8{5'7NC 6'� ev. w�r Ei+ :i'22 s5'v '1 REPAIR ASPHALT STREET. 4t — •n• L V `V I ;•+...:W ni :tN .N .Y tY �. h .V ry ...w. w M W' .. v,, ,n W tY :.::.,r,.. w w W tM LV `.V W .r '. .1• W !. 'vr ev tY1z tv Yu• W W.. h ��. S ',. LE11LLCURED-IN-PLACEIASS/EPDXYE;.vnLINER �RESIN eeuntJcrnrnw_ (Sd .'.•In '.. DIG-TESS NOTE: CONTRACTOR SHALL CONTACT DIG—TESS (1-800—DIG—TESS FOR UTILITY LOCA NO LATER THAN TWO FULL WORKING DAYS PRIOR TO COMMENCING GRADING PAVING /CONSTR CTION MANHOLE INSTALL• 60" �. _. FX51 M fi" : CONCRETE DROP MANHOLE. PVC WAt FR TIE TO EXISTING SANITARY SEWE REPAIR ASPHALT STREET. /v MG SEWN E, 53 GENERAL NOTES: 1. PRIOR TO ANY CONSTRUCTION DIFFERENT FROM THIS PLAN, CALL JOSH FLUD IT 548-41".. 2. MANDATORY: CALL FOR LINE LOCATES 48 HOURS PRIOR TO BEGINNING ANY CONSTRUCTION ACTIVITY. 3. FOLLOW BEST MANAGEMENT PRACTICES TO COMPLY WITH EPA'S STORM WATER POLLUTION PREVENTION PAN REQUIREMENTS. 4. FIELD VERIFY ALL ELEVATIONS PRIOR TO CONSTRUCTION. DRAWING # 1-B-977 REVISIONS LEGEND .— 1—EXIST. WATER LINE ....EXIST. SEWER LINE c} EXIST. GATE VALVE 0 PROP. MANHOLE C7 DST. MANHOLE EXIST. HYDRANT ? EXIST. TAP SLEEVE 100234 .-'IQ:; 10/6/2017 1.0. 217043 C.I.P. #92446.9242.30000 DESIGNED BY: TO DRAWN BY: AP CHECKED BY: IT SCALE: 1"=100' DATE: 10/6/2017 City of Lubbock YiAAY #8-12 EAST OF QUAKER AVE, ALONG 122ND & 123RD ST. S-3 MANHOLE REHABILITATION PHASE 3 mw-N 0 50 100 SCALE 1:100 fhr ATrR INSTALL: 60" CONCRETE DROP MANHOLE. OLE. FVr',YATFP )24t.Z 3228.40 FL [RMEAF.NAHIORL�E EL: SA.�Ex G ST p F.vvi'C' 1(', 'C W." QUAKER AVE w" wx"F.ft Mw 'r xxq.z CIO I C GENERAL NOTES: DIG-TESS NOTE: I. PRIOR TO ANY CONSTRUCTION DIFFERENT FROM THIS PLAN, CALL CONTRACTOR SHALL JOSH @ 54841S2. CONTACT DIG-TESS 2. MANDATORY: CALL FOR LINE LOCATES FOR 48 HOURS PRIOR TO BEGINNING �fIBWW MTE NO ANY CONSTRUCTION ACTIVITY. LATER THAN TWO FULL 3. FOLLOW BEST MANAGEMENT PRACTICES WORKING DAYS PRIOR TO COMPLY WITH EPAS STORM WATER TO COMMENCING POLLUTION PREVENTION PLAN GRADING)PAVING REQUIREMENTS. /CONSTR CTION 4. FIELD VERIFY ALL ELEVATIONS PRIOR TO CONSTRUCTION. DRAWING # 1-B-977 REVISIONS E)(IST. WATER LINE EXIST. SEWER LINE DW. GATE VALVE 0 PROP. MANHOLE DaST. MANHOLE <1 EXIST. HYDRANT EaST. TAP SLEEVE 100234 NLIF f-�C'E N 10/6/2017 3.0.217043 C.I.P. #92446.9242.30000 DESIGNED BY: TO DRAWN BY: AP CHECKED BY: JT SCALE: 1"=100' DATE: 10/6/2017 4 Lirt .'Ocity of Lubbock TFAm #5 NORTH OF 130TH ST. ALONG QUAKER AVE, S-4 DRAWING # 1-B-977 MANHOLE REHABILITATION PHASE 3 REVISIONS N 0 SO 100 LEGEND 0 IXLST. WATER LINE .� : t 125 i•3a SCALE 1:100 �- EXIST. SEWER LINE y tM S N w 1+ n }Y « EXIST. GATE VALVE O PROP. MANHOLE W'' ! (; EXIST. MANHOLE ;n tf3 31fl 317 a ' Q EXIST. HYDRANT 3':.5 7:4 EXIST. TAP SLEEVE FAREM Ac wAI1R � *Is - ,_ _. MANHOLE *14REDdN4+LACE r x INSTALL CURED-INfLACE S/EPDXY �� .. FIBERGLASSIEPDXY i ci wL¢ )* :f OFTR RESIN LINER \MOVE EXISTING 48" %, � � ALT#1: REMOVE EIfISTING 48"INSTALL: 60" .... �...,..... , MANHOLE INSTALL: 60" DROP MANHOLE. CONCRETE DROP MANHOLE. a o,••••••••••, >: sza „ TIE TO EXISTING SANITARY SEWER. = ,. TIE TO DL=.NG SANITARY SEWER.�•, iREVOR OVERMAN• •• H nz® a t .. 3?2G 7 10J .318 r 7k F,�!3 3rn "( Ac vanrxn c wnifn .;`",,. 1�F ��CEN SEO�^.ri $$ , Jso 3311 ,i s1 UIIK NG 10"\\ TC 3171 ICE 1J5 Jan MWATCR y'J\p \ \:: •• c 317475 axis ;riR MANHOLE#13 4 t v '. 4M FWf C#ci1M1C6 �^ a,3 r<y..w trs -'s zr AC. WATER 3214.75FL 337 s sEESHEErs6 10/6/2017 , w - \ 322A.TA. nc wnren n� x �R 3q ,;" sA yw;- (2a9121'4.a2 tw '>n .217043 12 7215-M N rxsuw e^ „ . � s "r, :, „ i; w wha �� s 1i uw C.I.P. #92446.9242.30000 ve v DESIGNED BY: TO isa 3zzz L4® vc 6 DRAWN BY: AP iA 9 3214.24 R Tvc "&wTR isrnc.R..» CHECKED BY 3T 6 i aY4 ,xs xxlmr.r t� + SCALE: 1"=100' 4 DATE:10/6/2017 60TH Si ..... City of Lubbock ..... .............' .,..._ GENERAL NOTES: TIIIAI DIG-TESS NOTE: 1. PRIOR TO ANY CONSTRUCTION DIFFERENT FROM THIS PLAN, CALL JOSH FLUD @ 548-4152 CONTRACTOR SHALL #1415 CONTACT DIG TESS 2. MANDATORY: CALL FOR LINE LOCATES 48 HOURS PRIOR TO BEGINNING ALLEY BETWEEN 1-8LI00LY DIG-TESS FOR NO ANY CONSTRUCTION ACTIVITY. AND FLINT AVE. LOCH LATER THAN TWO FULL 3. FOLLOW BEST MANAGEMENT PRACTICES ALONG WORKING DAYS PRIOR TO COMPLY WITH EPAS STORM WATER POLLUTION PREVENTION MAN S9TH ST. TO COMMENCING REQUIREMENTS. GRADING/ PAVING /CONSTRUCTION 4. FIELD VERIFY ALL ELEVATIONS PRIOR TO S-5 CONSTRUCTION. MANHOLE REHABILITATION PHASE 3 Cl WRIER ALT*l: REMOVE EXISTING 48' u1sl9olvlom ALT#l- REMOVE EXISTING Qr MANHOLE INSTALL: 60" MANHOLE INSTALL: 60" CONCRETE DROP MANHOLE. CONCRETE DROP MANHOLE. TIE TO EXISTING SANITARY SEWER. TIE TO EXISTING SANITARY SEWER. REPAIR ASPHALT STREET. REPAIR ASPHALT STREET. 60TH Sr DIG-TESS NOTE: CONTRACTOR SHALL CONTACT DIG-TESS MOO-IG T FOR LITYDLOCATES NO LATER THAN TWO FULL WORKING DAYS PRIOR TO COMMENCING GRADING PAVING / WNR CTION 0 50 100 SCALE 1:100 DRAWING # I-B-977 LEGEND EXIST. WATER LINE EXIST, SEWER LINE EXIST. GATE VALVE 0 PROP. MANHOLE EXIST. MANHOLE EXIST.HYDRANT EXIST. TAP SLEEVE cxfSl ING 6- WATER Y AN 100234 6*.4CE N SO,* 10/6/2017 azzsm 3.0.217043 C.I.P. #92446.9242 DESIGNED BY: TO DRAWN BY: AP CHECKED BY: JT SCALE: 1"=100' DATE: 10/6/2017 GENERAL NOTES., 1. PRIOR TO ANY CONSTRUCTION DIFFERENT FROM THIS PLAN, CALL )OSH FLUD @ S484152. 2. MANDATORY! CALL FOR LINE LOCATES 48 HOURS PRIOR TO BEGINNING ANY CONSTRUCTION ACTIVITY. 3. FOLLOW BEST MANAGEMENT PRACTICES TO COMPLY WITH EPA'S STORM WATER POLLUTION PREVENTION PLAN REQUIREMENTS. 4. FIELD VERIFY ALL ELEVATIONS PRIOR TO CONSTRUCTION. t A City of Lubbock TEXAS #13 AND #21 ALLEY BETWEEN 59TH AND 60TH ST. ALONG ELGIN ,me L DRAWING # 1-B-977 MANHOLE REHABILITATION PHASE 3 REVISIONS N LEGEND 0 SO 100 .........,,-,EXIST. WATER LINE SCALE S:SOO ...............EXIST. SEWER LINE h swE%IS'f. STORM SEWER �, zw ctY .w.- ; w " - ,m, °vw .,\ YY W ' w iv vv .v `.w..:- au?"I,.• J % •w ...... Sw v .w._;,:.,v zv ..._vw .,C "'_.._s *c. ,,w stt'-.. to z ,u ,u .w � T BROADWAY a sw . ,tr w EXIST. GATE VALVE 0 PROP. MANHOLE ,.� E1G.ST MANHOLE 0 ..:...... . ...... ., ....... ,.... :,.. _.... ..., ,.... ...., .. 0 EXIST. HYDRANT E>MT. TAP SLEEVE 0 IL '' ' \ n 0 �p� �� �O ® .5 `\ U v ' f �n . &�Tlt;$/Q Ek15 NG r d 9 s m l9 is 0 Is vfoa.m I � ... Lxrs*rHr; tr•" ; C'troatcR 3184 76 FL w w w w-�:l :w k+ „ w id w xfsr. sa. I17, bx�sT(Ns z• _C ^`' CT Y'0.TLR i AC YVa'ER :: >R 'vr i .� •}'.. _ . �, 4xs4Ar 1S 1J is 'vc St nw 5" fk'C SL14G2jY!,QW *a to r wfil ... I ... OF %��' .:apt£, ifXq II i Z d' i `�{f♦ . i+1il AJ,(/t�T\ TREVOR OVERMAN .... ............... iv'. 100234 1+1�".0 •"�i 1 F'�CENSEO; •��� ...LNG 10/6/2017 r' trvLr,&n a" -a w 5R4i;R .. :F MANHOLE 016 .' INSTALL CUR LACE . ,.. t. .. ,r ,•� _.) .,;; _ sw .. xt571^+ti ua" m �crsTlvpo ,iv sw-......_ '�,w( •^ 13TH ST ? FlBERGLASS ix RESIN LINER�m ALT#I: REMOVE EXISTING M� INSTALL: �' ;< CONCRETE DROP MANHOLE TIE TO EXISTING SANITARY SEWER. REPAIR CONCRETE ALLEY. " '. „ :r k \ . vw w 3.0.217043 C.I.P. #92446.9242.30000 DESIGNED BY: TO DRAWN BY: AP CHECKED BY: IT z0, u Fx �t tins a" u wrR xr a SCALE: 1"=100' DATE: 10/6/2017 City of Lubbock GENERAL NOTES: 1&T4$ DIG-TESS NOTE: 1. PRIOR TO ANY CONSTRUCTION DIFFERENT FROM THIS PLAN, CALL CONTRACTOR SHALL CONTACT DIG TESS (1-$00-DIG-TESS)FOR LI fY LOCATES NO JOSH FWD @ 54&41S2. 2. MANDATORY: CALL FOR LINE LOCATES 48 HOURS PRIOR TO BEGINNING ANY CONSTRUCTION ACTIVITY. #16 ALLEY BETWEEN AVE L & AVE M LATER THAN TWO FULL WORKING DAYS PRIOR TO COMMENCING GRADING/ PAVING 3. FOLLOW BEST MANAGEMENT PRACTICES TO COMPLY WITH EPAS STORM WATER POLLUTION PREVENTION PLAN REQUIREMENTS. ALONG BROADWAY ST. /CONSTRUCTION 4. FIELD VERIFY ALL ELEVATIONS PRIOR TO CONSTRUCTION. S-7 a i i i 3293.28 3267.38 FL iMANHOU 3284.02 T3277.22 FL 18 ALT#i: REMOVE EXISTING MANHOLE INSTALL: 48" 5x MNC,6 RYi:'�VWR MANHOLE REHABILITATION PHASE 3 0 50 100 {�� SCALE 1:100 MANHOLE #17 INSTALL CURED -IN -PLACE �P�©` �. FIBERGLASS/EPDXY Cs0 + :N RESIN LINER ALT#T• REMOVE EXISTING MANHOLE INSTALL- 48" CONCRETE DROP MANHOLE. 'rkISY N^, 6' ' TIE TO EXISTING SANITARY SEWER. vfvScwLF i N, Wa"Ea YNf: STW R t i2tl6,743hW a S 26TH ST .n _w•__v. y i / EXrTTIG 0 r PVC wAi'CR DIG-TESS NOTE: GUN I MAL I UK SHALL CONTACT DIG-TE))SS lUTILITI OCATES NO, LATER THAN TWO FULL WORKING DAYS PRIOR TO COMMENCING GRADING PAVING /CONSTR CTION GENERAL NOTLTi; 1. PRIOR TO ANY CONSTRUCTION DIFFERENT FROM THIS PLAN, CALL 30SH FLUD LB 548-4152. 2. MANDATORY: CALL FOR LINE LOCATES 48 HOURS PRIOR TO BEGINNING ANY CONSTRUCTION ALTNTLY. 3. FOLLOW BEST MANAGEMENT PRACTICES TO COMPLY WITH ERAS STORM WATER POLLUTION PREVENTION PLAN REQUIREMENTS. 4. FIELD VERIFY ALL ELEVATIONS PRIOR TO CONSTRUCTION. DRAWING # 1-B-977 REVISIONS LEGEND .=.EXIST. WATER LINE ,;...,.IXLST. SEWER LINE n EXIST, GATE VALVE 0 PROP. MANHOLE a EXIST. MANHOLE 0, EXIST. HYDRANT EUST. TAP SLEEVE 100234 10/6/2017 3.0. 217043 C.I.P. #92446"9242.30000 DESIGNED BY: TO DRAWN BY: AP CHECKED BY: TT SCALE: 1"=100' DATE: 10/6/2017 t,lt� City of Lubbock IIffiAS # 17 & # 18 26TH ST. QUINCY AVE. S-8 g DRAWING # 1-B-977 MANHOLE REHABILITATION PHASE 3 REVISIONS LEGEND 82ND ST 0 50 100 EXIST. WATER LINE SCALE 1:100 EXIST. SEWER LINE EXIST. GATE VALVE Il 0 PROP. MANHOLE OM. MANHOLE c, EXIST. HYDRANT 0- EXIST. TAP SLEEVE Tvc suFR A TR ... .......................... pvc %WER ............ x1c �! CS EN ...... MANHOLE #19 .... INSTALL CURED -IN -PLACE RFIBERESINGLASS/EPDXY LINER 10/6/2017 ALT#I: REMOVE EXISTING MANHOLE INSTALL: 4r CONCRETE DROP MANHOLE. 3.0.217043 TIE TO EXISTING SANITARY SEWER. C.I.P. #92446.9242.30000 REPAIR CONCRETE ALLEY. r, DESIGNED BY: TO DRAWN BY: AP EXIST IN, 61 — vbA-LR CHECKED BY: JT RTC SCALE: 1'=100' DATE: 10/6/2017 1, '4 X151 vw vSI a, 3xo)os �307 14 SEVAA : 32%.24 FL �s �kw�pl My of iLubbock 14 13 DIG-TESS NOTE: GENERAL NOTES: 1. PRIOR TO ANY CONSTRUCTION DIFFERENT FROM THIS PLAN, CALL CONTRACTOR SHALL JOSH FLUD @ 54&4152. #19 84TH ST CONTACT DIG-TESS FOR W10-DILIiY 2. MANDATORY: CALL FOR LINE LOCATES 48 HOURS PRIOR TO BEGINNING ANY CONSTRUCTION ACTrVrrY. ALLEY BETWEEN L NO LATER THAN TWO FULL WORKING DAYS PRIOR 3. FOLLOW BEST MANAGEMENT PRACTICES TO COMPLYM= EPAS STORM WATER 82ND ST. AND 84TH ST. ALONG TO COMMENCING POLLUTION PREVENTION PLAN XENIA AVE. GRADING PAVING REQUIREMENTS. S-9 /CONSTR CTION 4. FIELD VERIFY ALL ELEVATIONS PRIOR TO CONSTRUCTION. MANHOLE REHABILITATION PHASE 3 3210.S3 3197.03 R. Oils r a 1 7 NOTE: ELEVATION FROM E)DSTING RECORD H 7 w DRAWING. ELEVATIONS TO BE FIELD VERIFY. a"(; ll . r+.- Yw V-_4k Ng 'It 1+,:,:1 .,Xk 1"N. M....y ,1,5 A T , MANHOLE #20 INSTALL CURED -IN -PLACE 1s FIBERGLASWEPDXY RESIN LINER ALT#1: REMOVE EXISTING MANHOLE INSTALL; 48" CONCRETE DROP MANHOLE. ...- .... TIE TO EXISTING SANITARY SEWER. l_ . ., i.,.. ..... REPAIR ASPHALT STREET. 52ND ST a Vc;sf W. Q � ifi f➢ ._ ;n 1L" 7.f 3117.3 FL NOTE; ELEVATION FROM EXISTING RECORD Ex sI ING DRAWING. ELEVATIONS TO BE FIELD VERIFY. 4^a-�tt� yak v sav;: r ; : cKesx.+ r ,tu ter,,. ..w,:�ur av54 . w s•a^ ,rw,;, Cx 9'TING b' ! VCT 5E'.NFI, MANHOLE #24 WALL CURED-IN4nACE FIBERGLASS/EPDXY aI RESIN LINER 44 ad ALT#1: REMOVE EXISTING MANHOLE INSTALL; 48" 1 CONCRETE DROP MANHOLE. '� ..._ ... TIE TO EXISTING SANITARY SEWER. .......... ...... 53RD ST �3212 87 319 Txrc NIr NOTE: ELEVATION FROM Q;ISTING RECORD / �<: � AiFs DRAWING, ELEVATIONS TO BE F[E. VERIFY. PD�Y'!o w n Y.�,:,, � r1 01 ,yrN W x\ ;N'._g ... DIG-TESS NOTE: rsx:rmw, e` IT sew'=n CONTRACTOR SHALL MANHOLE #22 INSTALL CURED -IN -0LACF CONTACT DIG-TESS FIBERGLASS/EPDXY RESIN LINER eg ¢ 5/ ((i-800—DIG—TESS FOR UTILITY LOCATES NO LATER THAN TWO FULL AlT#1: REMOVE EfOSTTNG WORKING DAYS PRIOR `,. MANHOLE INSTALL: 48" CONCRETE DROP MANHOLE. TO COMMENCING .._... . TIE TO EXISTING SANITARY SEWER.... ... ... --... ..- .. GRADING//,PAVING REPAIR ASPHALT STREET. /CONSTRUCTION DRAWING # 1-B-977 REVISIONS N LEGEND Ij0 51�0 1010 �I ..__•;,.EJO.ST. WATER LINE SCALE 1:100 ,,:.....EXIST. SEWER LINE r.> EXIST. GATE VALVE O PROP. MANHOLE !> FJDST. MANHOLE n EXIST. HYDRANT ;. EXIST. TAP SLEEVE 100234 3/1/2018 3.0. 217043 C.I.P. #92446.9242.30000 DESIGNED BY: TO DRAWN BY: AP CHECKED BY:]T SCALE: 1"=100' DATE: 3/1/2018 City of Lubbock NER GEALNDTEs, rA 1. PRIOR TO ANY CONSTRUCTION DIFFERENT FROM THIS PLAN, CALL XMI FLUID @ 5484152. 2. MANDATORY: CALL FOR LINE LOCATES #20, #22, #24 48 HOURS PRIOR TO BEGINNING ANY CONSTRUCTION ACTIVITY. 52ND ST. - 54TH ST. I FOLLOW BEST MANAGEMENT PRACTICES ALONG TO COMPLY WITH EPAS STORM WATER POLLUTION PREVENTION PLAN AVE U. REQUIREMENTS. S-10 4. FIELD VERIFY ALL ELEVATIONS PRIOR TO CONSTRUCTION. 7w�5 g m 4. 0 a MANHOLE REHABILITATION PHASE 3 ufjSV"D[llrlA'Q FXt7M, STORM I T¢R Em ALT#1: REMOVE EN[STING MANHOLE INSTALL' 4r CONCRETE DROP MANHOLE. TIE TO EXISTING SANITARY SEWER. REPAIR ASPHALT STREET. 'iri:oxw DIG-TESS NOTE: CONTRACTOR SHALL CONTACT DIG-TESS WOO-DIG-TESS FOR LITY L 4 NO LATER THAN TWO FULL WORKING DAYS PRIOR TO COMMENCING GRADING PAVING /CONSTR CTION DRAWING # 1-B-977 REVISIONS N SEND '(0 5�0 1010 �I .............:. E aSf. WATER LINE SCALE 1:100 ...,...,.;,.,,EKIST. SEWER LINE o DUST. GATE VALVE 0 PROP. MANHOLE E7W. MANHOLE p E)(W. HYDRANT EIOSf. TAP SLEEVE 100234 10/6/2017 1.0.217043 C.I.P. #92446.924 DESIGNED BY: TO DRAWN BY: AP CHECKED BY, IT SCALE: 1"=100' DATE: 10/6/2017 -1111, City a Lubbock GENERAL NOTES: TTA.2% 1. PRIOR TO ANY CONSTRUCTION DIFFERENT FROM THIS PLAN, CALL JOSH FLUD 0 54&4152. 2. MANDATORY: CALL FOR LINE LOCATES #23 48 HOURS PRIOR TO BEGINNING ANY CONSTRUCTION ACTIVITY. BETWEEN 3. FOLLOW BEST MANAGEMENT PRACTICES 56TH ST. & 57TH ST. TO COMPLY WITH EPNS STORM WATER ALONG AVE U. POLLUTION PREVENTION PLAN REQUIREMENTS. S-11 4. FIELD VERIFY ALL ELEVATIONS PRIOR TO CONSTRUCTION. MANHOLE REHABILITATION PHASE 3 6" TO 18" ADJUSTMENT MANHOLE FRAME AND COVER (30" MIN) NON -SHRINK GROUP DE RINGS FOR GRADE ADJUSTMENT (MAX IB") ECCENTRIC CONE SECTION T SEAL ALL JOINTS PER MANUFACTURER REQUIREMENTS p RISER SECTION H ; / (TONGUE & GROOVE) BOTTOM RISER SECTION ASTM 478 ... / (BUTT & GROOVE) f*.,FDFtMED 6" MIN -ti " TO 2" GROUT SPACE ONCRETE BASE SURFACES 6" OR 1/4 PIPE DIA. (P) WHICHEVER IS LARGER A4 BAR.l6" O.C.FA WAY 2" BELOW BOTTOM OF PIPE H P D T 6" TO IS" MIN. 48" MINA" 4' TO 16' 8" & OVER MIN, 60" MIN. 5" 16'&DEEPER ALL SIZES MIN, 60" MIN. S" PRECAST REINFORCED CONCRETE MANHOLE TWICAL MANHOLE FRAME &COVER EXTEND PIPE 12" WALL AND CUT A FACILITATE CEA INSPECTION OF 1 NOTE: FILL EXCAVATED SPACE OUTSIDE OF MANHOLE & UNDER PIPE WITH FLOWABLE FILL OUTSIDE DR QP MANHOLE fPVCI (NEW MANHOLE INSTALL) N.T.S. ° WYE BRANCH INCOMING SEWER ° BEND C PIPE ° BEND DRAWING # 1-B-977 REVISIONS 100234 10/6/2017 10. 217043 C.I.P. #92446.9242.3000 DESIGNED BY: TO DRAWN BY: AP CHECKED BY: IT SCALE: 1"=100' DATE: 10/6/2017 t Li City of Lubbock TIIA� DIG-TESS NOTE: CONTRACTOR SHALL CONTACT DIG-TESS MANHOLE Y00-DIG-TESR FOR REHABILITATION UTILITY LOCATES NO LATER THAN TWO FULL PHASE 2 WORKING DAYS PRIOR DETAILS TO COMMENCING GRADING PAVING /CONSTR CTION D-1 MANHOLE REHABILITATION PHASE 3 eh�r+ECNT FUTeRtW 7Tito vuTEx PIPELNE EIMAVAnON LINE MAY BE aIRWD TO 9LEE OF TRl KKA MAINTAIN .� � � � IIAITTM TPENOI &�OUIW �w�A,Bp7y�Eg �A�yTpMpq�pVE �p n&e0QF1LLMARpdA 1NE PI LWA���ISIgwM DinE PBOVE TREV�wIRS�URBEDA-LE-pVml.Epgt AN—N-,'ffTTm q. PL lA1M.L��wXfW.OR L AT [ nZ HAxD TAMPS 70 NIWpINT OFTIR PB4 NO BM1OOILL ANTERIAL � p�5� SNNLWOAOPPEU WAECTLYCMOTXE EIPO5E0 PBNi ]ETfIIaW BNOT AGREAlER �9NFA12 KOODI�OR�WAIEIt jjVV��RlwINDEt OFTXE BAaf17LL TxAT 6pA�BWEI7 N�M1�QL1WnWx ]pg�{}y NOTyy�y pE pRFRpCOMMOCIt11�0N�AYE�T1��pp FE TIF; TOPOF nyyHyP�IFpEpAB�O�(F ®TM1n1��1O05E��ERCAAVATED FwTE�R1AL Po0. PADI lb'T AND SURI[ITW IOEaIYB IUBBOCK WAlE0. iX BB,N/JD)flPA llPli UfHITDS ENGINEBUNG OEMRIMEM FOR REWRD. TRENCH BAa01LL DETAIL N.Ta suREAa COIRLg NIMC snw art PnvEwxr BeroRE°rn°5rriloa"G ReFEgromraF LDBBOIX ENGINEFAING DEur,N 5TM1NADS AND SPEcvlunau lMMN FNIsnNG WHmEE OR BRWt PAVERS VAR16 aLSNNG AP NLT. Fes- �j B9 FOR APROVFD IIIIAC R"MIN. I 6" I (TYPE "D'1PNC PWME ONT m A4MALT DILLn �ORRMoCONCc VE" B•Mm 1Y FIaR A ➢R ERISNXG BASE IMTERUL `U: ABP14Lr ASAWLTrA —T rr:X: ; M K war. A "'� MM l2• YIEYBn4' 00. QMENi A' MW STABRDED SADD'ILL RNDEL PAVING, falWAR70 Mix 95% 11' f ASIM TWIG CENT 1I1 (,gy�STABN7ED L FOR�NN[AEe, C% E" n) MIN.95%ASTM DE98 M P t9 To.. eNemNEvr FUTeRw. WATER MEW* OMATIM LINE IMY BE aRVEO T05FIME w TRENDIER, NABRAII oLrrsTce DwME7m a vlPe (oz.) TREIg1 RAOVILL• 7XEyy pp&1FFIXFlU ARWeO TIEEOPAM1pRpEEE� AXDro vlr 7XE roTE11NLY"SIWLBE"�L000iwDEDGYRA A{p�eFwlor AxB A5I91Q1"A"DMIN nIE AEavEvORACIOR rML MID SIL .1 BE IIGNRY INN WRN M FKAL OR XEIM1V�PIk"R"` R i R�ACIIM�m pfN. WWD TAf�61O Nl DIRGE Tffl MO TIE $RILL BE DINPPED E AyEXr TO 7LLXEEEEEEE5URR0UND1xG pp��q(,L_LLppGaVT�pF� ES_ /, NMI ERjyTVRpEDMATERfAL00.95% TMTMIXEOE}S�1 BIaFBIID WRM L004 VA D�FIA�TEYPLY OR WO0-F--' SIME NN0�A1 A"GS A [OMPARNJN ME XOD. D DE.'TY TESR SHALL BE PERi0pRpMpEIX0 � NG 0. A9PMKTxC c:1ETE ma PANELS Row 7REMW MID REPAIR DETML(aw OWNED srREET) nPPRozo mxwxTe aAs IN MMM 0T N&sPAaxG IN eOTN WRerTIW6 Au coxaETe 9omTs ro eE sawar WULL allo evoxr n• ceraRMEo !R DDW6BARS B"DElO F1En11G SLRe ON 7 SPACING W"EE PAVING A D)MWER IFNA BBOAT0.Xs 1]'0.0 MAR SPAG •y TBRINRRIX E0E0.i10@SUPEEMWTNT' 0FEROIAEEDTAfPPROVREOpOBFYNKTIiR DIRLCTI61C 1777-17 6MIN .2.• .•';;.,,Y'.: 3'S1W aSH10N MN. A— Eua DRAWING # 1-B-977 OF 100234 10/6/2017 3.0. 217043 C.I.P. #92446.9242.30000 DESIGNED BY: TO DRAWN BY: AP CHECKED BY:.TT SCALE:1"=10V DATE: 30/6/2017 f-0 City aR Pubbock YEAS DIG-TESS NOTE: CONTRACTOR SHALL MANHOLE CONTACT DIG-TESS [WLOD-DIG-TESS) FOR REHABILITATION TfY LOCATES NO LATER THAN TWO FULL PHASE 2 WORKING DAYS PRIOR DETAILS TO COMMENCING GRADING PAVING /CONSTR CT10N D-2