Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2017-R0030 - S.J. Louis Construction - 01_26_2017 (2)
Resolution No. 2017-R0030 Item No. 6.16 January 26, 2017 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. 13124 for Northwest Lubbock Drainage Improvements Project - Phase 2, by and between the City of Lubbock and S.J. Louis Construction of Texas Ltd., of Conroe, Texas, 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 January 26, 2017 ATTEST: r:, 72- - ,ATRELLE JOY, MA40R PRO TEM —0.1"4e , 5KN Rebegca Garza, City Secret u AS TO -CONTENT: Woo Frgiklin, P.E., Director of Public Works APPROVED AS TO FORM: K li Leisure, Assistant City Attorney kl-ccdocs/RES.Contract-S.J. Louis Construction of Texas Ltd. December 27, 2016 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos. 1 - 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2017-151580 Date Filed: 01/06/2017 Date Acknowledged: 01/11/2017 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. S.J. Louis Construction of Texas Ltd. Conroe, TX United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 13124 Northwest Lubbock Drainage Improvements Project Phase 2 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling I intermediary Menebroker, Lucas Conroe, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP / SEAL ABOVE Sworn to and subscribed before me, by the said this the day of 20 , to certify which, witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277 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. 2017-151580 S.J. Louis Construction of Texas Ltd. Conroe, TX United States Date Filed: 01 O612017 2 Name of governmental entity or state agency that is a party to the contract for which the form is 'being filed. City of Lubbock Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 13124 Northwest Lubbock Drainage Improvements Project Phase 2 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary Menebroker, Lucas Conroe, TX United States X 5 Check only if there is NO Interested Party. 6 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. Any SAMUEL MONTOYA Notary ID * 12040080 My Commission Expires July 19, 2020 Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP I SEAL ABOVE Sworn to and subscribed before me, by the said LUCAS C. ME,JEBRowAA this the ^ � day of SA►AAAR 20 t7 to certify which, witness my hand and seal of office. SAYtu MieaJTo i4 07 h R Signature of offic r admirristering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277 BOND CHECK BEST RATING: LICENSED IN TEXAS DATE: BY: CONTRACT AWARD DATE: January 26, 2017 City of Lubbock Specifications for Northwest Lubbock Drainage Improvements Project Phase 2 RFP 17-13124-MA CONTRACT 13124 PROJECT NUMBER: 92174-9243-30000 Plans & Specifications may be obtained from BidSync.com Zola- A)33a CITY OF LUBBOCK Lubbock, Texas ADDENDUM(S) CERTIFICATE OF INTERESTED PARTIES FORM 1295 loll Complete Nos, 1- 4 and 6 if there are interested parties. Complete Nos.1, 2, 3, 5, and 6 if there are no interested parties. OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2017-151580 Date Filed: 01/06/2017 Date Acknowledged: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. S.J. Louis Construction of Texas Ltd. Conroe, TX United States 2 Name of governmental entity or state agency that is a parry to the contract for which the form is being filed. City of Lubbock 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. 13124 Northwest Lubbock Drainage Improvements Project Phase 2 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling I Intermediary Menebroker, Lucas Conroe, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP / SEAL ABOVE Sworn to and subscribed before me, by the said this the day of 20 , to certify which, witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277 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. 2017-151580 S.J. Louis Construction of Texas Ltd. Conroe, TX United States Date Filed: 01/06/2017 2 Name of governmental entity or state agency that is a party to the contract for which the form is 'being filed. City of Lubbock Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 13124 Northwest Lubbock Drainage Improvements Project Phase 2 4 Name of Interested Party City, State, Country (place of business) Nature ofinterest (check applicable) Controlling intermediary Menebroker, Lucas Conroe, TX United States X 5 Check only if there is NO Interested Party. EJ 6 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. SAM41. MONTOYA Notary 10 is 120400NO My Commission Expires �•:,,,E,.4 July 19, 2020 Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP I SEAL ABOVE / .. Sworn to and subscribed before me, by the said LueAS C. HF09$ROK9 this the '?Th day of ZA JIAAV , 20 I , to certify which, witness my hand and seal of office. u K04-c'o A OTAcFz Signature of offic r admi stering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277 ...._—,.e--..,.....«..�.«»...«.....e,...,�.t�....�e...,�.�s�..,.....�,..........a�. 4+r.'....wAwaw..,..i% .......w. ..sa.. ..,...«»a«..u.+.+...<.�3i...�«....'��w.+�'»wL':.aa+i:CC.c«..«..�... __.._�.�.... ,....�- .�-.. ,... �. a...� ..... �...... cbboCity k TEXAS ADDENDUM 1 RFP 17-13124-NIA - Northwest Lubbock Drainage Improvements Project Phase,2 Date Issued: November 15, 2016 Deadline: November 22, 2016 @ 3:00 p.m. The following items take precedence over specifications for the above named Request for Proposals. Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shalt remain in effect. Please be advised of the following information: 1) The Question and Answer deadline has been extended until Wednesday, November 16, 2016 @ 4:00 p.m. All requests for additional information or clarification must be submitted in writing and directed to: City of Lubbock Marta Alvarez, Director of Purchasing & Contract Management P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Emailed tom lvam ylu b%k.us T14ANK YOU, %4V4 Atkzwf Director of Purchasing & Contract Management It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the Dffmr's regpposibilily to adviseu thereof Inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing & Contract Management no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ADDENDUM 2 RFP 17-13124-AM - Northwest Lubbock Drainage Improvements Project Phase 2 Date Issued: November 16, 2016 Deadline: November 22, 2016 @ 3:00 p.m. The following items take precedence over specifications for the above named Request for Proposals. Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please be advised of the following information: 1) A revised bid form is attached. 2) Engineer's Addendum 01 is attached. All requests for additional information or clarification must be submitted in writing and directed to: City of Lubbock Marta Alvarez, Director of Purchasing & Contract Management P.Q. Box 2000 Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Emailed to trr alvarezCamylubbock.us THANK YOU, �IG�nt3.`CL ,00#� Director of Purchasing & Contract Management It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the Dffff-es mMnsibiliky to advisc the City of Lubbock Director of Purchasing & Contract Management if any language. requirements. etc„ car gay combinations therea Inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing & Contract Management no later than rive (5) business days prior to the bid close date. A review of such notifications will be made. ril k "I PARKHILL SMITH & COOPER 4222 85th Street Lubbock Tam 79423 806.473.2200 TO: ALL�PLANHOLDERS ADDENDUM FROM: Rene Franks, PE N O : O 1 PROJECT NAME: City+ of Lubbock Northwest Lubbock Drainage Improvements Project Phase 11 PROJECT NO.: 01.2675.14 DATE: November 15, 2016 Attention of all Prospective Bidders/Plan Holders Is directed to the following modifications to the referenced Specifications and Drawings. This Addendum forms a part of, and shall be attached to the Specifications, and modifies the original Specifications dated October 2016 as noted below: T!.ie Addendum consists of § pages, a Proposal Submittal Form, an additional M5 pages of revisions to the SpecifrcationS, and the attached drawings nos. D07 and G-10. I. CHANGES TO ADVERTISEMENT A. NONE II. CHANGES TO DIVISION 0 — BIDDING REQUIREMENTS AND CONDITIONS OF THE CONTRACT: A. REPLACE PROPOSAL SUBMITTAL FORM WITH ATTACHED NEW FORM. B. See A27 below. TWDB requires the attached forms TWDB-0217 and TWDB-0373 to be submitted within 10 days of bid award. 111. CHANGES TO DIVISION 1— GENERAL REQUIREMENTS: A. NONE IV. CHANGES TO DIVISIONS 2 THROUGH 16 (TECHNICAL SPECIFICATIONS): A. SEE A7 BELOW: CLARIFY THAT 95% MODIFIED PROCTOR DENSITY, ASTM D 1557, IS TO BE USED FOR COMPACTION. REPLACE THE FOLLOWING SHEETS: 2082-4, 2082-5, 2279- 6, 2300-5, 2300-6, 2300-7, 2317-8, 2665-9. B. SEE A17 BELOW. CHANGE TO THE SECURITY GUARD REQUIREMENT. REPLACE THE FOLLOWING SHEETS: 01500-6 AND 01600-7. C. SEE A26 BELOW FOR CHANGES TO THE SUBMITTAL REVIEW TIMES. REPLACE THE FOLLOWING SHEETS: 01330-1 AND 01330-2. D. SEE A33 BELOW FOR CORRECTION IN WORDING ON FILAMENT WOUND FIBERGLASS PIPE. REPLACE THE FOLLOWING SHEET: 2637-4. E. SEE A34 BELOW FOR CORRECTIONS TO MEASUREMENT AND PAYMENT UNITS ON VEGETATION RESTORATION AND TRAFFIC CONTROL. REPLACE THE FOLLOWING SHEETS: 1020-1 AND 1020-11. NWMol%Proiecls1201412675.14191D-PROPOSAL PHASErAMM 0112678.14 AD0M_01.docm Abilene Amarilb Audtln 8 Paso Frisco Las trues Lubbock Mdland team-pncam Addendum No. 01 Page 2 November 15, 2016 V. CHANGES TO DRAWINGS: A. See attached revised G-10, D-07. VI. QUESTIONS & CLARIFICATIONS Q1) Is there a pay item for lateral lines? ,Al) Yes, Line Items #9 and #10 have the 24" and 30" laterals shown on the plans. Depths for all are similar and are shown on the profiles. 02) Is there a time frame for the availability of funding for this project? A2) There is not a time frame on funding. The funding was appropriated October 1, 2016, In the FY 16-1 7Budget. There is limited City budget for this project and if bids exceed this budget, the project will not get built. The City is pursuing funding from the Texas Development Board (TWDB) Clean Water State Revolving Fund (CWSRF). There is specific wording required to be in the RFP because the funding is not finalized. 03) Will there be a sheet showing box/pipe bends? A3) There is an alignment sheet, G-06, that has the alignment data with deflection angles. Contractors/manufacturers will be responsible for conforming to designed box/pipe bends. Q4) Can clarifications be given on C&G quantities. How were the quantities determined on how much to rr:,,,�• ^.&G and on new C&G quantities? is the curb removal length based on the length of Greek Circle or other street? A4) Curb,and gutter that must be removed for trench or bore pit excavation will be paid for by the 1!neer foot. Any other curb and gutter damaged by the contractor will be replaced at no additional compensation. See added note revision on sheet D-07. There is a great deal of extra curb in the proposal, intended for the City to authorize at their discretion. 05) How was the thickness of Type I & Type II pavement verified? A5) Boring logs showed the pavement thickness. 06) Can trench width be altered to give more room for workability? Ali) Trench width can be altered but no additional width will be paid for by the City; it will be at the Contractor's cost. Q7) Can clarification be given on Section 02317 density (98% in 6-inch lifts and/or 12-inch lifts)? A7) Clarification: This project uses 95% modified proctor density. Several places in the specs have been revised to this reference this standard. See list under IV above. Lifts will be 12-inch lifts and testing will be done at 12-inch lifts/500 LF. See revision to spec 2317-8 to allow 12-inch lifts. Q8) Will the City consider closing part of Quaker south of 4"' Street? A8) Contractor can submit a revised traffic control plan and the City will look at the plans and then make a decision. Bid as proposed. 9 H u Addendum No. 01 Page 3 November 15, 2016 Q9) Is pea gravel going to be used on Storm Sewer? A9) Pea gravel material will not be accepted on the main storm sewer (Line Q), per detail D-1 Pea gravel will not be used as backfill for the crossing water or sewer lines, per details D-9 and D-11. Q10) Removal quantities of pavement may vary from the 84nch called out on plans and specs because of seal coating or other reasons. Does contractor only mill up to 8-inch thickness or how will this be handled? Question 8-inch milling thickness — Specs call for 8-inch milling, what If the pavement is thicker than 8-inch? A10) See page 1020-4; Measurenvm t and Payment, 1.11.13, which explains that for Type 2 pavement, 9 inches is the nominal removal amount (not 8 inches as the question stated), but that some small areas will be 10 inches or 12 inches in depth. 1.11.E.1 states that complete removal of Type 2 pavement (up to 30 feet wide) is eligible for reimbursement No additional payment will be made for the areas of depth over 9 inches. Q11) In the bid submittal form there are line items for encountering contaminated soils. Where Is this located? A11) Contaminated soil might show up anywhere along the alignment. Monitoring wells were drilled at certain locations like 19"h and Peoria (Bigham's Smokehouse is located at a former gas station) and the report came back negative. There are line items for dealing with contaminated soils in case any are encountered. 012) Will the existing 6x3 storm drain crossing at 190 and Peoria need to be re -used? What is the criteria for reusing the box sections? Al2) It is the intent for the storm drain to be removed, salvaged and be re -used after the main trunk line is installed. Box sections will be reused if they have sustained only minor damage, as directed by the Construction Manager and Engineer of Record. Q13) What is a trench dam and why is there a detail for that? A13) Trench dams are needed to prevent the CSB material from continuing on downstream. It helps to keep the CSB from getting into the trench where the storm drain fine is being installed and not ready for the backfilling process. Q14) Clarification on "written damage" shown on proposal form (pg.11)? A14) Written Damage has been corrected on the revised proposal submittal form, pg. 11. Q15) What is Additive Alternate 2? A15) This is for some additional lateral line curb inlets and pipes that will be connected to the main trunk line. This lateral and inlets have not been designed, but the quantities are roughly correct The lateral will be located one block east of the project in a residential street. Q16 There is a line item for wet utility crossing but what about dry utility crossings? A16) Since the alignment is within the ROW or dedicated easement, relocation of dry utfiities should be coordinated with the utilities so as to not impact the construction schedule. 017) Will contactor and staff count as "24-hour watchmen" during working hours? What about after working hours? A17) Yes, during working hours contractor and staff will count as "24-hour watchmen". The uniformed security guard In Spec 1500 3.4.0 is required to be present on the project at all other times. If there is more than one active project location, the guard may alternate locations at frequent intervals. One change was made to the spec on page 1500-6, allowing the security to 7 Addendum No. 01 Page 4 November 15, 2016 be reduced to checks every few hours in the portion of the project located north of 4t' Street. This would apply only if that roadway is completely closed to traffic. Q18) Question on fiat work quantities- those are shown by square yard, but what thickness was used to determine this quantity? A18) Quantities in the proposal are based on the following: Concrete pavement (6-8" thick) 670 sy; Drainage channels (W thick) 3275 sy. Q19) Question about Alternate Bid 1, how will this be evaluated during the bid process? Because no quantity is given. - A19) The bid tab has been revised with a linear foot of 500 has been added and bids will be evaluated based on that linear footage unit bid price. 020) Question on main storm drain gaskets — where contaminated soils are encountered will there 1 be an adjustment in unit cost for switching to nibile gaskets? t A20) We do not anticipate contaminated soils, but if they are encountered, a change order for increased cost of gaskets will be appropriate. Q21) Will single pass tunneling with box section be accepted at 401 Street? A21) Yes, submit best option. Q22) If contractor damages El Chico drainage channel outside the removal limits shown will the repair be at his cost? A22) See note -."--eet D-13: "Sawcut full depth of concrete section at nearest control joint". Although we have drawn the demo area at a consistent width, the trench alignment Is not identical to the channel alignment. Thus, removal to the nearest control joint will extend beyond the hatched de—..--4raa. It is important not to damage the bank slopes due to the nearness of adjacent utility poles and structures. See Measurement and Payment 1020, 1.22A and B, which explains the Owner's Representative must approve the removal limit, but all removed concrete will be paid for. Q23) Will the box coordinate and deflection at the start of the project be provided? A23) This information is located on sheet G-06. Q24) "What are the impacts of dewatering the playa lake north of Marsha Sharp Freeway? " A24) Per the plans, this playa lake (1-044) is not to be dewatered or any ground disturbance behind back of curb, since the entire area is lined with a geo-fabric. If the contractor chooses a means and method that disturbs this playa, then the coordination effort with the Corps of Engineers will be the responsibility of the contractor. Q25) For items that we do not expect to use such as contaminated soils, can they be an allowance rather than part of the base bid? A25) Bid as originally proposed. 026) Is there a potential for delay related to the use of a separate engineer of record and construction manager? A26) There will be close coordination between the Construction Manager, Engineer of Record and the City_ Expectation of response times are clearly delineated in the contracts. Spec Section 01330 submittal processing times have been reduced. See revised sheets 1330-1 and 1330-2. Addendum No. 01 Page 5 November 15, 2016 027) What fair share documentation must be submitted with the bid proposal? A27) TWDB requires that the contractor make a good faith effort to meet EPA's fair share goals. The contractor vAll provide documentation of the good faith effort within 10 days after selection, on form TWDB-0217. TWDB-0373 is needed to document MBENVBE goals also. 028) What are the TxDOT coordination requirements for the crossing under Marsha Sharp Freeway? A28) See Suet G-03 Street and ROW note #10. TxDOT has stated previously they will not require tunnel liner to be used for this crossing. 029) For Additive Alternate 2, how will pavement repair payment be handled? A29) Pavement repair items will be paid per the base bid unit prices. Q30) Is the design for the trench liner plate In the specifications? A30) Spec Section 02425 states the contractor is to submit liner plate design for approval. Q31) Is the subcontractor and supplier list to be provided In the proposal? A31) Yes, list the subcontractors and suppliers on the form provided. Q32) What is the D-Load for the 30-inch lateral line? Can the pipes be designed rather than using the tabulated information. A32) SheetG-10 has been updated with this information. See note #4 for pipe design of selected type pipe. Q33) Goake—Mon to Spec. 02637 pg. 4 under 2.5 T"ting D. A33) Should read "The extrapolated 50-year strain corrosion value shall be not less than 120% of the value stated in ASTM D3262 Section 6 and as tested per ASTM D3681. Replace sheet 02657-4. 034) Corrections to Spec 01020, pgs 1 and 11. A34) Note discrepancies on units for traffic control and restoration of vegetation between the bid proposal submittal and the measurement and payment section have been resolved. Replace sheets 01020-1 and 01020-11. Q35) Why does my printed spec book not match what has been passed out? A35) The spec book published on bid sync Is correct, subject to revisions in this and subsequent addendums. We are unable to discern how incorrect documents were printed. END OF ADDENDUM NO.01 Addendum No. 01 OF r 1 rrs =*t1� T o*g .*/ cn io...........aea.,to* ..... a40W qI ( RENt FRANKS / (f.9... 1 .01 ..... a.a..ga.94B..aB P4-o _ . 69100 I I `15116 Page 6 November 15, 2016 Respectfully Submitted, PARKHILL, SMITH & COOPER, INC. By: - Receipt of this addendum shall be acknowledged by the Adder, below and on the bid Proposal. This entire addendum, or a copy thereof, shall be attached to the bid Proposal submitted. ACKNOWLEDGED: S-7- LDS ebrs ca of T'e.F" .....�.-_.,..>.._...,a,.,,cc;.: ..ua?L,w..+.,. -.....t'.:aa....ts_..,..__>,..u_............,.._..,....,,..w->..._�.,>..�.,...,,._..v...w..........ti..<.......d.w.:+w...-.1.i-� �,.;.s�:�,.a3r..:.tl3us.x;«L:i Sa....�,.. 'k, ...� .,:.:i c bbok TEXAS ADDENDUM 3 RFP 17-13124-MA - Northwest Lubbock Drainage Improvements Project Phase 2 Date Issued: November 16, 2016 Deadline: December 6, 2016 @ 3:00 p.m. The following items take precedence over specifications for the above named Request for Proposals, Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect, Please be advised of the following information: 1) The deadline to submit proposals has been extended until December 6, 2016 @ 3:00 p.m. 2) The deadline for Questions and Answers has been extended until November 30, 2016 till 12:00 noon. All requests for additional information or clarification must be submitted in writing and directed to: City ui ;_._abock Marta Alvarez, Director of Purchasing & Contract Management Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Emailed to malyarr4gWylubbock.us THANK YOU, W&T& 4&a wf Director of Purchasing & Contract Management It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall bg the Offeror's reMonsibilily to adviseu c thereof, ingdvertgntivrestricts gr limits the requirements stated in ll ss FFP to e_single source. Such notification must be submitted in writing and must be received by the Director of Purchasing & Contract Management no later than rive (5) business days prior to the bid close date. A review of such notificutions will be made. ,.T .,.1 x...-.,y..- .qnm rliR a^•r r...•r>.K. a+r.znr to *f9 72"'C ,-, lS Lubbcity ock IFCI1 ----------- ADDENDUM 4 RFP 17-13124-MA - Northwest Lubbock Drainage Improvements Project Phase 2 Date Issued: November 28, 2016 Deadline: December 6, 2016 @ 3:00 p.m. The following items take precedence over specifications for the above named Request for Proposals. Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please be advised of the following information: l 1) Attached is a Revised Bid form dated I I-22-2016 use this form to submit your proposal. 2) Engineer's Addendum No. 02 is attached. iiJJ All requests for additional information or clarification must be submitted in writing and directed to: a City of Lubbock Matta Alvarez, Director of Purchasing & Contract Management P.O. Box 2000 Lubbock, Texas 79457 r Questions may be faxed to (806)775-2164 or Emailed to inaivarezae 0ylubbockm L THANK YOU, (n� %1t VW4 Ada" �J Director of Purchasing & Contract Management It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the Offeror's responsibility to 1 advise the QX of Lubbock-DinMor of Purcliasing & Contract Management if Any J thereof, inadvertently restricts or limits ft reg it remenis stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing & Contract Management no later than five (5) business days prior to the bid close date. A review of such notifications will be made. 11fl PARKHILL SMITH & COOPER 4222 8% Street Uftock,Twm 79423 806A73.2200 T°: ALL PLANHOLUERs ADDENDUM FROM: Ren6 Franks, PE N0. 02 PROJECT NAME: City of Lubbock Northwest Lubbock Drainage Improvements Project Phase 11 PROJECT NO.: 012675.14 DATE: November 23, 2016 Attention of all Prospective Bidders/Plan Holder is directed to the following modifications to the referenced Specifications and Drawings. This Addendum forms a part of, and shall be attached to the Specifications, and modifies the original Specifications dated fiber 2016 as noted below: This Addendum consists of 2 page(s), a Prouosal Sg mM la Form, an additional apages of revisions to the Specifications. I. CHANGES TO PRIOR ADDENDA: A. NONE II. CHANGES TO ADVERTISEMENT A. NONE III. CHANGES TO DIVISION 0 -- BIDDING REQUIREMENTS AND CONDITIONS OF THE CONTRACT: A. SEE Q3 BELOW: REPLACE PROPOSAL SUBMITTAL FORM WITH THE ATTACHED NEW FORM. B. SEE 06 BELOW: REVISED GENERAL CONDITIONS OF THE AGREEMENT, SECTIONS 27 30, 31, 32 AND 39. REPLACE 4 ATTACHED PAGES FROM THE GENERAL CONDITIONS. C. SEE Q6 BELOW: REVISED SPECIAL CONDITION SC-21D. REPLACE SC-11 WITH THE ATTACHED PAGE. IV. CHANGES TO DIVISION 1 — GENERAL REQUIREMENTS: A. NONE V. CHANGES TO DIVISIONS 2 THROUGH 16 (TECHNICAL SPECIFICATIONS): A. BID SYNC ANSWER 30 AND QUESTION 1 BELOW CALL FOR CHANGES TO TESTING IN SPECIFICATION PAGES 02300-7, 02317-4, 02317-9. 02320-2, 02320-5, 02430-5, 02741-16, 02741-17, 02751-13, 02751-14 AND 03300-13. PLEASE INSERT THE ATTACHED REVISED PAGES. 1 DatellPn4ecls12014%2678.14%BID-PROPOSAL PHASEIADDM_0212876.Addendum02docm Abilene Amm% Au* EI Paso Frisco Las Coxes Lubbock Midland team-psc wn Addendum No. 02 Page 2 November 23, 2016 B. QUESTIONS 3 AND 4 BELOW CHANGE THE JOINT TESTING REQUIREMENTS. PLEASE REPLACE THE FOLLOWING REVISED SPECIFICATION PAGES: ENTIRE SECTION 02533, PLUS PAGE 02639-6. C. QUESTION 5 BELOW ADDS REFERENCES TO OWNER'S REPRESENTATIVE IN SEVERAL LOCATIONS. GENERAL CONDITIONS AND SPECIAL CONDITIONS SC-11 CHANGES ARE LISTED AT III.0 ABOVE. ALSO REPLACE REVISED PAGES 01576-1, 01500-4. AND 02631-3. VI. CHANGES TO DRAWINGS: A. None VII. QUESTIONS & CLARIFICATIONS ri 01) See Bid Sync Question 30 regarding Construction materials testing. Al) See Bid Sync Answer 30, which refers to revised spec pages 2300-7, 2317-4, 2317-9, 2320-2, 2320-5, 2430-5, 2741-16, 2741=17, 2751-13, 2751-14 and 3300-13. Please insert the attached revised pages. 02) See Bid Sync Question 36 regarding manhole count. 1 A2) Bid Sync Answer 36 states that the manhole count Is 12 and the proposal submittal form must be revised. Please use attached corrected proposal submittal form. r 03) How are pipe and box joints to be tested after installation? A3) We have renamed specification Saefif, 02533 Acceptance Testing for Pipe and Box Stomp Sewers, and rewritten it to require joint testing on concrete boxes as well as circular pipes. Since there Is no ASTM method for testing gasketed concrete boxes after installation, the contractor will have flexibility to submit a method for approval. We anticipate a low pressure air test of a single joint will be appropriate. Please replace entire Section 02633 with the attached new section. Section 2639, Precast Reinforced Concrete Box, is also changed to reference the testing requirements. Please replace page 2639-6 with the attached new one. Q4) Please clarify pipe joint testing - specifications seem to suggest joints over 54" cannot be tested. A4) This issue has been corrected in the rewrite of Section 02533 as described in A3 above. Tables at the back of the section have been revised to show values for 90" and 96" pipe. 05) Clarification regarding Construction Manager. A5) The City will be contracting with the Engineer of Record (PSC) and a Construction Manager (referred to as Owners Representative in the specifications). This contract has not yet been negotiated. This requires a few changes to the specifications to hold both parties harmless in certain conditions. This change affects General Conditions of the Agreement Sections 27, 30, 31, 32 and 39, as well as Special Conditions SC-21D, and Section 01676, page 01576-1. In addition, there are two places where the Owners Representative needs to be added to the specifications: Page 01500-4 and page 02631-3. Please replace all revised sheets attached for this change. END OF ADDENDUM NO.02 Addendum No. 02 OF A � � oGr�� Canlult�c i G 1 iE23?16 Page 3 November 23, 2016 Respectfully submitted, PARKHILL, SMITH & COOPER, INC. Receipt of this addendum shall be acknowledged by the Bidder, below and on the bid Proposal. This entire addendum, or a copy thereof, shall be attached to the bid Proposal submitted. ACKNOWLEDGED: of ubbock ADDENDUM 5 RFP 17-13124-MA - Northwest Lubbock Drainage Improvements Project Phase 2 Date Issued: November 28, 2016 Deadline: December 6, 2016 Q 3:00 p.m. The following items take precedence over specifications for the above named Request for Proposals. Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please be advised of the following information: 1) Engineer's Addendum No. 03 is attached. All requests for additional information or clarification must be submitted in writing and directed to: City of Lubbock Matta Alvarez, Director of Purchasing & Contract Management P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Emailed to maIy4rpZQmvlUhWck.us THANK YOU, Vl44 4444eg Director of Purchasing & Contract Management It is the intent and purpose of the City of Lubbock that this request permits competitive bids. R shall be the_Offeror's responsibility to advise the City -of L&Mh Director of Pumbming & Cpntract Mans nma if any lang ►ogg, resWremerds. etc., or any combinations thereof. inadvertently restricts or limits the requirements stated in this RFP to a single urce. Such notification must be submitted in writing and must be received by the Director of Purchasing & Contract Management no later than five (5) business days prior to the bid close date. A review of such notifications will he made. PARKHILL SMITH & COOPER 4222 851h Street Lubbock, Teams 79423 806.473.22M ADDENDUM TO: AU. PLAN"OLDERS FROM: Ren6 Franks, PE NO. 03 PROJECT NAME: City of Lubbock Northwest Lubbock Drainage Improvements Project Phase II PROJECT NO.. 01.2675.14 DATE: November 28, 2016 Attention of all Prospective Bidders/Plan Holders is directed to the following modifications to the referenced Specifications and Drawings. This Addendum forms a part of, and shall be attached to the Specifications, and modifies the original Specifications dated Q agber 201 B as noted below: This Addendum consists of 2 page(s), and the attached drawing No. D-02. I. CHANGES TO PRIOR ADDENDA: A. NONE II. CHANGES TO ADVERTISEMENT A. NONE III. CHANGES TO DIVISION 0 — BIDDING REQUIREMENTS AND CONDITIONS OF THE CONTRACT: A. NONE IV. CHANGES TO DIVISION 1— GENERAL REQUIREMENTS: A. NONE V. CHANGES TO DIVISIONS 2 THROUGH 16 (TECHNICAL SPECIFICATIONS): A. NONE VI. CHANGES TO DRAWINGS: A. REPLACE SHEET D-02 WITH THE ATTACHED REVISED SHEET. XMMallPmleGs12014128T6.14191D-PROPOSAL. PHASeADDM_0312 &Addendum03.doan Abkm Amardl0 Austin ElPaso ftism Las Cruces Lubbock MMW temp-psc.oam Addendum No. 03 Page 2 November 28, 2016 VII. QUESTIONS & CLARIFICATIONS Q1) See Bid Sync Questions 10 and 42 regarding the use of cement stabilized backfill around the storm drain. Al) The initial answer to Question 10 was to state that cement stabilized backfill (CSB) would be required to 12" above all pipetbox types. However, on further discussion, we decided to require CSB up to the springline on round pipe and to the top of the box. Additional CSB can be used at the contractor's convenience. This was posted on answers to both questions 10 and 42. Detail Sheet D-02 has been revised and is attached. END OF ADDENDUM NO.03 COOP to OF �.. ®eocr.�t con wive 11/28 16 Respectfully submitted, PARKHILL, SMITH & COOPER, INC. By. Receipt of this addendum shall be acknowledged by the Bidder, below and on the bid Proposal. This entire addendum, or a copy thereof, shall be attached to the bid Proposal submitted. ACKNOWLEDGED: S •,T- r of ids L7�. ,«.._,,.-_.�_ ..-.,..ua„_ .,.,......�......._.� ._...-..- ...�...... ,� ..r...s..v.+,�.k...�.tl�...-.,.... �...............,......,....,.u........- 3.Lu..w.+r,. H......,..,.t........a:.�....i.+.�....ua,.,�,....._..;v)LL.,.a�c,w.....u,r.r.u., .,.e........,.....u�.v..;..,. ` City of Lubbock TEXAS ADDENDUM,' b RFP 17-13124-MA - Northwest Lubbock Drainage Improvements Project Phase 2 Date Issued: December 2, 2016 Deadline:, December 6, 2d16 @ 3:00 p.m. The following items take precedence over specifications for the above named Request for Proposals. Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please be advised of the following infortnation: 1) The Engineer's Addendum No. 4 is attached. All requests for additional information or clarification must be submitted in writing and directed to: City of Lubbock Marta Alvarez, Director of Purchasing & Contract Management P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Emailed to maivafeZ&mvlubbock.us r THANK YOU, /�ft At4 fDirector of Purchasing & Contract Management It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the Offeror's trsnonsibiliry to advigg the City of Lubbock_DiEWor of Purchasing & Contract Management if any Ignaugge. reaui-rements. etc.. or any combinations [ thereof. inadvertently restricts or limits_ tl&Mguirements stated in this RFP to -a sires source. Such notification must be submitted in l writing and must be received by the Director of Purchasing & Contract Management no later than five (5) business days prior to the bid close date. A review of such notifications will be made. In PARKHILL SMITH & COOPER 4222 85M Street LubbockjOW 79M W6.473.2200 TO: ALL PLANHOLDERS ADDENDUM FROM: Rene Franks, PE N O ■ 04 PROJECT NAME: City of Lubbock Northwest Lubbock Drainage Improvements Project Phase II PROJECT NO.: 01.2676.14 DATE: December 1, 2016 Attention of all Prospective Bidders/Plan Holders Is directed to the following modifications to the referenced Specifications and Drawings. This Addendum forms a part of, and shall be attached to the Specifications, and modifies the original Specifications dated October 2016 as noted below: This Addendum consists of I page(s), and the attached Specification Secion no. 02637. I. CHANGES TO PRIOR ADDENDA: t-1 A. NONE U II. CHANGES TO ADVERTISEMENT A. NONE n l_J III. CHANGES TO DIVISION 0 — BIDDING REQUIREMENTS AND CONDITIONS OF THE CONTRACT: A. NONE IV. CHANGES TO DIVISION 1 — GENERAL REQUIREMENTS: A. NONE V. CHANGES TO DIVISIONS 2 THROUGH 16 (TECHNICAL SPECIFICATIONS): I� A. SECTION 02637 1. REPLACE this Section in Its entirety as attached to this Addendum. VI. CHANGES TO DRAWINGS: A. NONE 11DOWI%Pm* t %201412878.141BID-PROPOSAL PHASEIADDM_D4%287BAddendum04.docm Abltem Am ft ALdn 8 Paso Frhn Las Cruces Ubbock Mltta W Ieam-W-cam ,. .. �' rA. z,..,;cac ... ..�w::,•.:n � ,� x..st•: nn�m, z:u�e^` a k,:a=,�'.*:: VII. QUESTIONS & CLARIFICATIONS Q1) Sec 02637, Part 2, Paragraph 2.1.6. — Please delete the following sentence In its entirety: "Glass fibers shall be resin coated prior to Incorporation into the pipe wall structure such that potential wicking is avoided." In the process of manufacturing FlowtheTm Filament Wound FRP, the glass fibers are simultaneously coated in resin as they are applied to the pipe walls, as the pipe wall is gradually built up. This process is referred to as the continuously advancing mandrel process. Technology has progressed very far in the manufacture of SWFRP pipe and wicking is not an issue with the advanced material and processes that are utilized in our manufacture process. Al) Spec Section 02637 has been revised and replaced in their entirety, as attached to this Addendum. Q2) Sec 02637, Part 2, Paragraph 2.3.A. — Please change the sentence to read as follows, "Diameters: The inside diameters other than those shown in Table 2 of ASTM D3262 for gravity sewers shall be permitted by agreement between the Purchaser and the Supplier! Table 2 in ASTM D3262 addresses pipes up to diameters of 84-inch only. However, on this particular project, FRP pipes include diameters of 90-inch and 96-Inch. Altering the sentence as requested herein will resolve this issue. A2) Table 2 of the latest ASTM D3262 includes pipe diameters up to 156-inches. Since the table Include the 90-inch and 964nch, no changes to the spec section paragraph are needed. Q3) Sec 02637, Part 2, Paragraph 2.3.13. -Please change the 20-feet length to "20-feet to 40-feet," as Filament Wound FRP pipe can be manufactured in lengths of up to 40-ft, thereby reducing the number of joints in the system, and enabling expeditious installation of the overall piping system. The first sentence In this paragraph should be re -written as folin-is: "Lengths: The pipe standard length will be approximately 20-feet to 404" [ A3) Pipe length of 20-feet is a typical standard length. The specification does not exclude lengths greater than that, which would be acceptable. Q4) Sec 02637, Part 2, Paragraph 2.3.C. — Please change the 95 percent requirement in the second sentence to "90 percent." The second sentence should be rewritten as follows: "The minimum single point thickness shall not be less than 90 percent of the stated design thickness! ASTM D3262 calls for minimum single point thickness of 87.5%. 95% is overly conservative, particularly for diameters as large as 96-inch, as would be the case on this particular project. A4) The minimum wall thickness at any point shall not be less than 87.5 percent of the nominal wall thickness when measured in accordance with ASTM D3262 8.1.3. Spec Section 02637 has been revised and replaced In their entirety, as attached to this Addendum. Q5) Sec 02637, Part 2, Paragraph 2.5.D. Remove the "120% of the value" from the second sentence in this paragraph. The second sentence should be rewritten as follows: "The extrapolated 50-year strain corrosion value shall not be less than the value stated in ASTM D3262, Section 6, and as tested per ASTM D368V The value stated in ASTM D3262 Is a very conservative number; testing performed by FlowtlteTm has shown the ability to meet 100% of the requirement stated in f ASTM D3262 as tested per ASTM D3681. AS) The extrapolated 50-year strain corrosion value shall not be less than the value stated In ASTM D3262, Section 6, and as tested per ASTM D3681.Spec Section 02637 have been revised and replaced In their entirety, as attached to this Addendum. Addendum No. 04 Page 3 December 1, 2016 END OF ADDENDUM NO.04 J N & Goop v OF9�c+ 'W,m a: v o e a.� LP a t........................... c, %/` REND FRANKS p% p..:.4p4.444i.1..44.4440440�M® 69100 I --jc '%'-; E K r O Ik 1 «. IV01I16 Respectfully submitted, PARKHILL, SMITH & COOPER, INC. Receipt of this addendum shall be acknowledged by the Bidder, below and on the bid Proposal. This entire addendum, or a copy thereof, shall be attached to the bid Proposal submitted. ACKNOWLEDGED: or Lubbock cary f[YA ADDENDUM 7 RFP 17-13124-MA - Northwest Lubbock Drainage Improvements Project Phase 2 Date Issued: December 2, 2016 NEW Deadline: December 13, 2016 Q 3:00 p.m. The following items take precedence over specifications for the above named Request for Proposals. Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please be advised of the following information: 1) The proposal due date has been extended until December 13, 2016 @ 3:00 p.m. All requests for additional information or clarification must be submitted in writing and directed to: City of Lubbock Matta Alvarez, Director of Purchasing & Contract Management P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Emailed to millyl Wyly cic.us THANK YOU, W444 A%4Wf Director of Purchasing & Contract Management It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the Offeror's_aMnsibility to advise the City of Lubbock Direetor or Purchasing & Contract Management iC anv language. requirements, etc.. or any combinations thereof. inadvertently restricts or limits the rgguiremoms_siated in this RFP to a single source. Such notification must be submitted in writing and mast be received by the Director of Purchasing & Contract Management no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ADDENDUM 8 RFP 17-13124-MA - Northwest Lubbock Drainage Improvements Project Phase 2 Date Issued: December 2, 2016 NEW Deadline: December 13, 2016 @ 3:00 p.m. The following items take precedence over specifications for the above named Request for Proposals. Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please be advised of the following information: 1) The Engineer's Addendum No. 5 is attached. All requests for additional information or clarification must be submitted in writing and directed to: City of Lubbock Marta Alvarez, Director of Purchasing & Contract Management P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Emailed to malvarez(a�mylubbock.us THANK YOU, X4 s&" Director of Purchasing & Contract Management It is the intent and purpose of the City of Lubbock that this request permits competitive bids. it sball_be_the Offeroes MWnsibility to tuivise the City of Lubbock Director of Purchasing & Contract Management if any langtu)t¢, rcguirements. ctc.. or arty combinations thereof inadvertently restrict; or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing & Contract Management no later than five (5) business days prior to the bid close date. A review of such notifications xviii be made. PARKHILL SMITH & COOPER 4222 &% Street 11fl UhbocK Texas 79423 806A73.2200 j ALL P`"""°`°ERS ADDENDUM FROM: Rene Franks, PE PROJECT No: 05 ___NA__ME__ : City of Lubbock Northwest Lubbock Drainage Improvements Project Phase If , PROJECT NO.: 01.2575.14 DATE: December S, 2016 Attention of all Prospective Bidden./Plan Holders Is directed to the following modifications to the referenced Specifications and Drawings. This Addendum forms a part of, and shall be attached to the Specifications, and modifies the original Specifications dated October 2016 as noted below: This Addendum consists of 2 page(s), and the attached drawing No. D-02. 1. CHANGES TO PRIOR ADDENDA: A. NONE tl. CHANGES TO ADVERTISEMENT A. NONE III. CHANGES TO DIVISION 0 — BIDDING REQUIREMENTS AND CONDITIONS OF THE CONTRACT: A. NONE IV. CHANGES TO DIVISION 1— GENERAL REQUIREMENTS: A. NONE V. CHANGES TO DIVISIONS 2 THROUGH 16 (TECHNICAL SPECIFICATIONS): A. NONE VI. CHANGES TO DRAWINGS: A. REPLACE SHEET D-02 WITH THE ATTACHED REVISED SHEET. %MvWI%Projec s12014M75.141B1D•PROPOSAL PHASE%MM_0512875.Addendum05.docm Abilene Amarillo Austin 8 Paso Rism Las Cruces Lditck Mldlard team-psc oom Addendum No. 05 Page 2 December 5, 2016 VI1. QUESTIONS & CLARIFICATIONS Q1) Change to embedment/pipe zone requirements for flexible pipe. Al) Detail Sheet D-02 has been revised and is attached. The changes include a note that additional CSB is allowed for any storm drain type at the contractor's option; and for flexible pipe, a change to the tap of required CSB (0.71) instead of 0.513), and additional information about pipe zone backfll requirements above that level. END OF ADDENDUM NO.05 eA�1N>COOP4�ROF r vil m. ..a ....................... a ! RENt FRANKS rr. ,......694..^...J It®,®4 ism~ 12/Q5116 Respectfully submitted, PARKHILL, SMITH & COOPER, INC. Receipt of this addendum shall be acknowledged by the Bidder, below and on the bid Proposal. This entire addendum, or a copy thereof, shall be allached to the bid Proposal submiHed. ACKNOWLEDGED: Page Intentionally Left Blank City of Lubbock, TX Purchasing and Contract Management Contractor Checklist for RFP 17-13124-MA - Northwest Lubbock Drainage Improvements Project - Phase 2 Before submitting your bid, please ensure you have completed and included the following documents in the order they are listed The contractor is only to submit (1) one original copy of every item listed. 1. X Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL FORM. Bid submittal form MIDST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. In case of a discrepancy between the Unit Price and the Extended Total 2. X 3. X 4. X 5. X 6. X 7. X 8. X 9. X 10. N/A 11. N/A fora Bid item, the Unit Price will be taken:' Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 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. Include ` firm_ 's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. Complete and submit the CONFLICT OF INTEREST QUESTIONNAIRE. Complete and submit the PRQPOSED LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED 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 FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. S.J. Louis Construction of Texas Ltd. (Type or Print Company Name) r: Page IntentionaW Left Blank a 3 T— s INDEX m 1. NOTICE TO OFFERORS 2. GENERAL INSTRUCTIONS TO OFFERORS 3. TEXAS GOVERNMENT CODE 4. PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time) 4-1. UNIT PRICE PROPOSAL SUBMITTAL FORM 4-2. CONTRACTOR'S STATEMENT OF QUALIFICATIONS 4-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT - 4-4. SAFETY RECORD QUESTIONNAIRE 4-5. SUSPENSION AND DEBARMENT CERTIFICATION 4-6. PROPOSED LIST OF SUB -CONTRACTORS 5. POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than seven business days after the close date when proposals are due) _ 5-1. FINAL LIST OF SUB -CONTRACTORS 8 6. PAYMENT BOND 7. PERFORMANCE BOND 8. CERTIFICATE OF INSURANCE 9. CONTRACT 10. CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 A 11. CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES 11. GENERAL CONDITIONS OF THE AGREEMENT 12. DAVIS-BACON WAGE DETERMINATIONS } 12. SPECIAL CONDITIONS (IF APPLICABLE) 13. SPECIFICATIONS I` s Pase Intentionally Left Blank NOTICE TO OFFERORS Page IntentionaRy Left Blank NOTICE TO OFFERORS RFP 17-13124-MA Sealed proposals addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, Texas, will be received in the office of the Director of Purchasing and Contract Management City Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 3:00 P.M. on November 22, 2016or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: "Northwest Lubbock Drainage Improvements Project — Phase 2" After the expiration of the time and date above first written, said sealed proposals will be opened in the office of the Director of Purchasing and Contract Management and publicly read aloud. It is the sole responsibility of the proposer to ensure that his proposal is actually in the office of the Director of Purchasing and Contract _ Management for the City of Lubbock, before the expiration of the date above first written. The Contractor is only required to submit one original copy of every item listed on the Contractor Checklist in the proposal submittal. Proposals are due at 3:00 P.M. on November 22, 2016, and the City of Lubbock City Council will consider the proposals on December 15, 2016, at the City Hall, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all proposals and waive any formalities. The successful proposer will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful proposer will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds shall be issued by a company carrying a current Best Rating of 66A" or better. THE BONDS MUST BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY. NO WORK ON THE CONTRACT SHOULD COMMENCE BEFORE THE BONDS ARE PROVIDED AND APPROVED. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the proposal submitted as a guarantee that proposer will enter into a contract and execute all necessary bonds within ten (10) business days after notice of award of the contract to the Offerror. FAILURE OF THE PROPOSER TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. It shall be each proposer's sole responsibility to inspect the site of the work and to inform Offerror regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the proposal submitted. There will be a non -mandatory pre -proposal conference on November 10, 2016 at 11:00 A.M., in Committee Room 103, 1625 13t6 Street in City Hall, Lubbock, Texas. Offerors may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405 or at http:// rn theroroductioncomgany.com/ . ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770. Deposit Checks shall be made PAYABLE TO THE CITY OF LUBBOCK, and will be refunded if documents are returned in good condition within Sixty (60) days of the opening of Proposals. Additional sets of plans and specifications may be obtained at the proposer's expense. Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing and Contract Management Office of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each offerors attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -proposal meetings and proposal openings are available to all persons regardless of disability. If you require special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2175 write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. This contract is subject to the Environmental Protection Agency's (EPA) "fair share policy", which includes EPA -approved "fair share goals" for Minority Business Enterprise (MBE) and Women Business Enterprise (WBE) firms in the Construction, Supplies, Equipment, and Services procurement categories. EPA's policy requires that applicants and prime contractors make a good faith effort to award a fair share of contracts, subcontracts, and procurements to Small Minority and Women -Owned Business Enterprises. Although EPA's policy does not mandate that the fair share goals be achieved, it does require applicants and prime contractors to demonstrate use of the six affirmative steps. The current fair share goals for the State of Texas are as follows: CATEGORY MBE WBE EQUIPMENT 7.12% 5.39% SERVICES 10.84% 5.72% SUPPLIES 9.68% 9.34% CONSTRUCTION 12.94% 8.72% Prime contractors are required to comply with EPA's good faith effort policy when awarding sub -agreements for construction, supplies, equipment, and services. A complete version of Texas Water Development Board (TWDB) Disddvantaged Business Enterprise Program, is available at:' http://www.twdb.texas.gov/financial/programs/DBE/ yd d TWDB REQUIREMENTS: This contract is to be funded through a loan obtained from the TWDB as part of the Clean Water State Revolving Fund. There are a number of special provisions for this funding that bidders, by submitting a bid, acknowledge understanding of the following: A contract is contingent upon release of funds from the TWDB. Any contract or contracts awarded under this Notice to Bidders are expected to be funded in part by financial assistance from the TWDB. Neither the State of Texas nor any of its departments, agencies, or employees are or will be a party to this Invitation for Bids or any resulting contract. Equal Opportunity in Employment - All qualified Applicants will receive consideration for employment without regard to race, color, national origin, sex, religion, age, or handicap. The contractor shall carry out applicable requirements of 40 CFR Part 33 in the award and administration of contracts awarded under TWDB financial assistance agreements. Failure by the contractor to carry out these requirements is a material breach, which may result in the termination of the awarded financial assistance. CITY OF LUBBOCK, Marta .Alvarez Marta Alvarez DIRECTOR OF PURCHASING & CONTRACT MANAGEMENT Ll 4 GENERAL INSTRUCTIONS TO OFFERORS a No Text GENERAL INSTRUCTIONS TO OFFERORS 1 PROPOSAL DELIVERY TIME & DATE The City of Lubbock is seeking written and sealed competitive proposals to furnish Northwest Lubbock Drainage Improvements Project — Phase 2 per the attached specifications and contract documents. Sealed proposals will be received no later than 3:00 P.M. on November 22, 2016, at the office listed g 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 17-13124-MA, Northwest Lubbock Drainage Improvements Project — Phase 2" 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 & Contract Management City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.1 Offerors are responsible for making certain proposals are delivered to the Purchasing and Contract Management Office. Mailing of a proposal does not ensure that it will be delivered on time or delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use some sort of delivery service that provides a receipt. 1.2 Proposals may be delivered in person, by United States Mail, by United Parcel Service, or by private courier service. Only written proposals submitted in conformance with the Instruction to Offerrors will be considered responsive and evaluated or award of a Contract. 1.3 The City of Lubbock reserves the right to postpone the date and time for opening proposals through an addendum. 2 PRE -PROPOSAL MEETING For the purpose of familiarizing offerors with the requirements, answering questions, and issuing addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non -mandatory pre - proposal conference will be held at November 10, 2016 at 11:00 A.M., in Committee Room 103, 1625 13t' Street in City Hall, Lubbock, Texas., Lubbock, Texas. All persons attending the meeting will be asked to identify themselves and the prospective proposer they represent. 2.1 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.bidsygc.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 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 htW://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 seven (7) calendar days before the proposal closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any explanation or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing and Contract Management Office in writing or in this RFP should be used in preparing proposal responses. All contacts that a proposer may have had before or after receipt of this RFP with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this proposal should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each proposer shall carefully examine all RFP documents and thoroughly familiarize itself with g 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 11 examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Request for Proposals. Failure to make such investigations and examinations shall not relieve the proposer from obligation to comply, in every detail, with all provisions and requirements of the Request for Proposals. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Director of Purchasing and Contract Management and a clarification obtained before the proposals are received, and if no such notice is received by the Director of Purchasing and Contract Management prior to the opening of proposals, then it shall be deemed that the proposer fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If proposer does not notify the Director of Purchasing and Contract Management before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than seven (7) calendar days prior to the opening of proposals. 5 PROPOSAL PREPARATION COSTS 5.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a proposal. 2 5.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a proposal shall be paid by the proposer. 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 Proposals will be opened in a manner that avoids disclosure of the contents to competing offerors and keeps the proposals secret during negotiations. All proposals are open for public inspection after the contract is awarded, but trade secrets and confidential information in the proposals are not open for inspection. Tex. Loc. Govt. Code 252.049(a) 6.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES PERMITS TAXES �- The price or prices for the work shall include full compensation for all taxes, permits, etc. that the proposer is or may be required to pay. UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective offerors are strongly encouraged to explore and implement methods for the utilization of local k " 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. 4 3 i t 12 13 14 15 PROPOSER INOUIRIES AND CLARIFICATION OF REOUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offerors resvonsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the City Purchasing and Contract Management Office no later than seven (7) calendar days before the proposal closing date. A review of such notifications will be made. Marta Alvarez, Director of Purchasing & Contract Management City of Lubbock Purchasing and Contract Management Office 1625 13`h Street, Room 204 Lubbock, Texas 79401 Fax: 806-7 7 5-2164 Email: malvarez@mylubbock.us Bidsync: www.bidsync.com TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within SEVEN HUNDRED FORTY-ONE (741) CONSECUTIVE CALENDAR OR WORKING 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 worlk, 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. PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 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 4 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 e best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 17 GUARANTEES s 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 lia sited 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 s termination or default. r 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to a maximum of ten sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute a _ copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19 20 21 22 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the proposals have been opened and before the contract has been awarded, to require of a proposer the following information: (a) The experience record of the proposer showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the proposer. (c) Equipment schedule. TEXAS STATE SALES TAX C 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. PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the C , e_ _ ;tor'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. 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 bV 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 while the work is in progress under this contract. The successful proposer shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. E 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 F _, 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. i attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The proposer' attention is further directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates, providing for the payment of the wage schedules above mentioned and the proposer's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on Sundays or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor, The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on Sundays or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on Sundays or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and agents of the City. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28 PROVISIONS CONCERNING ESCALATION CLAUSES Proposals submitted containing any conditions which provide for changes in the stated proposal price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the proposer without being considered. 29 PREPARATION FOR PROPOSAL 29.1 The form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid price. The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the 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 S.J. Louis Construction of Texas, Ltd. 29.3.2 Proposal RFP 17-13124-MA, Northwest Lubbock Drainage Improvements Project — Phase 2 30 Proposal submittals may be withdrawn and resubmitted at any time before the time set for opening of the proposals, but no proposal may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. BOUND COPY OF CONTRACT DOCUMENTS Proposer understands and agrees that the contract to be executed by proposer shall be bound and include the following: (a) Notice to Offerors. (b) General Instructions to Offerors. (c) Proposer's Submittal Form. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all :pub -Contractors. (j) All other documents made available to proposer for his inspection in accordance with the Notice to v ierurs. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. 31 QUALIFICATIONS OF OFFERORS The proposer may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The proposer may also be required to give a past history and references in order to satisfy the City of Lubbock about the proposer's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the proposer to perform the work, and the proposes shall furnish to the City of Lubbock all information for+this purpose that may be requested. The proposer's proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the proposer fails to satisfy the City of Lubbock that the proposer is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the proposer's qualifications shall include but not be limited to: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the proposer to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the proposer. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors (f) The experience and qualifications of key project personnel (g) Past experience with the Owner Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past five (5) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor maybe required to provide the names) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 32 BASIS OF PROPOSALS AND SELECTION CRITERIA The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined by Texas Government Code Section 2269. The Maximum Point value is equal to 100 points. The weight factor is 60% for Price, 25% for Contractor Qualifications, 5% for Safety Record, and 10% for Construction Time. The selection criteria used to evaluate each proposal includes the following: 32.1 55% PRICE: The quaiiiy : Offerors is not judged solely by a low initial cost proposal or, conversely, eliminated solely because of a high initial cost proposal. The following is the formula used when determining price as a factor for construction contract proposals. The lowest proposal price of all the proposals becomes the standard by which all price proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest proposal price and dividing it by the price of the proposal being evaluated. That fraction is then multiplied by the maximum point value multiplied by the weight of the price factor for the price score. For Example: (Lowest Price/Current Proposal Price) x Maximum Point Value x Weight Factor = Price Score. 32.2 25% CONTRACTOR QUALIFICATIONS: When evaluating a contractor's qualifications, the City uses the "Contractor's Statement of Qualifications" attached within and past experience with the contractor. The City may also interview the job superintendent at a time to be named after receipt of proposals. This criterion is subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses the contractor provides in the "Contractor's Statement of Qualifications" And any past experience with the contractor. The "Contractor's Statement of Qualifications" is a minimum, and you may provide additional pertinent information relevant to the project for which you are submitting this proposal. 32.3 5% SAFETY RECORD QUES T IONNAIRE: This criterion is also more subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses you provide in your "Safety Record Questionnaire" and the Contractors Experience Modification Ratio. The Contractor must submit this ratio with his bid. Contractors with an Experience Modification Ratio greater than 1 will receive zero points for safety. The City may consider any incidence involving worker safety or 10 safety of Lubbock residents, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor under the contractor's control. Evaluators base their rating primarily upon how well you document previous offenses with the date of the offense, location where the offense occurred, type of offense, final disposition 32.4 10% CONSTRUCTION TIME: This criterion is, as with price, objective and evaluators use the following formula when determining construction time as a factor for construction contract proposals. The lowest construction time proposal of all the proposals becomes the standard by which all the construction time proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest construction time and dividing it by the construction time of the proposal being evaluated. That fraction is then multiplied by the maximum point value multiplied by the weight of the construction time factor for the construction time score. For example: (Lowest construction time/Current Proposal construction time) x Maximum Point Value x Weight Factor = Construction Time Score 32.5 5% ATTENDANCE OF PRE -PROPOSAL MEETING: This criterion is objective and evaluators will give full credit or no credit based on the attendance of the pre -proposal meeting. With the complexity of the scope and breadth of this project, there are important details that will be described and potentially discussed at the pre -proposal meeting that could impact the bidding process and understanding of the project. 32.6 EVALUA Y. g" w ."ROCESS: Evaluators independently review and score each proposal. The Committee meets, during which time the Committee Chairperson totals the individual scores. If the individual scores are similar, the Chairperson averages the scores then ranks offerors accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates discussion to determine the reasons for the differences and ensures that all evaluators are fully knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee based on committee discussion. Please note that offerors with higher qualifications scores could be ranked higher than offerors with slightly better price scores. The estimated budget for the construction phase of this project is $ 30,000,000 Proposals shall be made using the enclosed Proposal Submittal Form. 33 SELECTION 33.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most advantageous to the City of Lubbock considering the relative importance of evaluation factors included in this RFP. 33.2 NO INDIVIDUAL OF -_ANY USING DEPARTMENT (CITY OF LUBBOCK WATER UTILITIES OR OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS REQUEST FOR PROPOSAL. 11 34. 35 _................. . .. i 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 1 a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 33.4 In determining best value for the City, the City is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 33.5 A proposal will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu 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 " ANTI -LOBBYING PROVISION 34.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE CONTRACT AWARD, PROPOSERS, INCLUDING THEIR AGENTS AND PJ 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 Ll OF CITY -SPONSORED INQUID ar.`_ . BRIEFINGS, INTERVIEWS, OR PRESENTATIONS. 34.2 This provision is not meant to preclude bidders from discussing other matters with City Council U 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 41 41 process. Violation of this provision may result in rejection of the bidders bid. 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 12 and in accordance with the Texas Government Code, Section 2258.022. Bidders may access the U. S. Department of Labor web site at the following web address to obtain the rates to be used in Lubbock County: http://www.wdol.gov/dba.aspx 35.4 It shall be the responsibility of the successful offeror to obtain the proper wage rates from the web site for the type of work defined in the bid specifications. 35.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. 0 13 TEXAS GOVERNMENT CODE & 2269 SUBCHAPTER D. SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS Sec. 2269.151. CONTRACTS FOR FACILITIES: COMPETITIVE SEALED PROPOSALS. (a) In this chapter, "competitive sealed proposals" is a procurement method by which a governmental entity requests proposals, ranks the offerors, negotiates as prescribed, and then contracts with a general contractor for the construction, rehabilitation, alteration, or repair of a facility. (b) In selecting a contractor through competitive sealed proposals, a governmental entity shall follow the procedures provided by this subchapter. Sec. 2269.152. USE OF ARCHITECT OR ENGINEER. The governmental entity shall select or designate an architect or engineer to prepare construction documents for the project. The selected or designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code. Sec. 2269.153. PREPARATION OF REQUEST. The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria and the weighted value for each criterion, estimated budget, project scope, estimated project completion date, and other information that a contractor may require to respond to the request. The governmental entity shall state in the request for proposals the selection criteria that will be used in selecting the successful offeror. Sec. 2269.154. EVALUATION OF OFFERORS. (a) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and any monetary proposals made by the offerors. (b) Not later 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. Page Intentionally Left Blank No Text Page IntentionaUy Left Blank 3 r1l", FIf PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: December 13, 2016 PROJECT NUMBER: 17-13124 MA Proposal of S.J. Louis Construction of Texas Ltd. (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 the Northwest Lubbock Drainage Improvements Project — Phase 2 having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. Note: Contractor is to provide proposed length and unit price bid for each of Ei►c allowable storm drain tions for ITEM NO. items 4-7. Enter zero if a material is not ro DESCRIPTION osed to be UNIT used. ESTIMATED QUANT.I - UNIT PRICE EXTENDED AMOUNT I Proiect Mobilization LS 1 Z24V 2 SWPPP, including NOI and NOT LS 1 ow, t`'" 30,aw. 3 Traffic Control MO 24 e`- 4 Trench Shoring and Trench Safetv LF 7,824 ,d Ot 79'. 5 Size 1 Storm Drain, Den Cut Method 5a 96-inch Concrete Pie LF Q O. 5b 96-inch Fiberglass -Reinforced Pie LF 16!5' ? r °= Sc 8'x7' Concrete Box LF M �- Total Oven Cut Sire 1 Storm Drain LF 2659 --- ----- 6 Size I Storm Drain, Tunneled 6a 6b 96-inch Concrete Pie 96-inch Fiberglass -Reinforced Pie LF LF 3 7rS, t? , y,A 6io. 6c 8'x7' Concrete Box LF Q a -`" 4 Check TunnelingMethod Pra osed t / v Single Pass Double Pass Total Tunneled Size 1 Stor nr Drain LF 254 --- ----- Revised 11-22-2016 ITEM NO. DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 7 Size 2 Storm Drain, Open Cut Method 7a 90-inch Concrete Pie LF Q Q sa 7b 90-inch Fiberglass -Reinforced Pie LF 5S' / 14 . � 37 3z5-. 9! 7c 7'x7' Concrete Box LF 0 Total Oven Cut Method Size 2 Pie LF 5165 --- ----- 8 Sue 2 Storm Drain, Single -Pass Tunneled 83 90-inch Concrete Pie LF Q O. 0 = 8b 90-inch Fiberglass -Reinforced Pie LF ,Z 63j;' ff 296, 2&1. a Total Single -Pass Tunneled Size 2 Storm Drain LF 2635 - -- -- 9 24-inch diameter RCP, Open Cut Method ro 92 97231r, L046N stub out & L045 stub out) LF 106 10 30-inch diameter RCP, Open Cut Method Z oaf. eL A �ZS L911 stub out tech roe LF 16 11 Remove and Re -install Existing Storm Drain System 6ftx3ft box (19th & Peoria) LF 260 ,794, • o% Remove and Re -install Existing Storm 12 Drain System 36-inch RCP (19th & 601.<$- �� �• Peoria) LF 100 13 Trench and Tunnel Groundwater oI ®• r� Dewaterin (Linear moving)LF 1 U 19 -- 14 Construction Dewaterin (Static Location) DAYS 30? ; F Soil Vapor Extraction Wells, Install and 15 Remove, including temporary surface seal /S?Oo, sheeting EA I 16 Soil Vapor Vacuum Blower, install and 3SU►�• Remove EA 2 17 Soil Vapor Extraction Piping and Exhaust �p Ig Stack, Install and Remove LS I 18 Soil Vapor Extraction Continuous Q, M 3%S 7$-Q. Operation and Effective Vapor Control DAYS 130 • 19 Surfacepiping, well(s) to treatment units LS 1 20 ODD, 24Qx, 20 Petroleum -water separator, Install & Remove EA 1 �, y�. �°• 21 Air Stripper Treatment, Blower Inclusive, CW• 3ffan, Install & Remove EA 1 22 Carbon Treatment, Install & Remove EA 1 29475. o 29 425- i 23 Petroleum Contaminated GW treatment, E'Sip Continuous & Effective Control DAYS Petroleum Contaminated GW treatment, t 24 Influent & Effluent Sampling & Testing q2�- g2,5'C� a (BTEX, TPH, Lead) EA 100 2 Revised 11-22-2016 i L.T..�- ITEM NO. DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Petroleum Hydrocarbon -Contaminated 25 Geologic Material (excavating and 72 . et 21 &00, oe dis sin CY 300 26 Storm Sewer Manholes with rings and /a1Z,OG? covers EA 12 ✓r%� Remove and Salvage Existing Asphalt 27 Pavement (Quaker Ave. Type 2 existing ;20t 0 /7 /, 760, asphalt) SY 8,738 Remove and Salvage Existing Asphalt 28 Pavement (Greek Circle & Peoria Ave.%(az��- Type I existingasphalt) SY 7,525 29 Sub radePreparation SY 12,514 S•'� (7,�3`0,'s 30 Flex Base 9" Asphalt Stabilized Base) SY 6,045 gg. °� 3/ y40, °= 31 Flex Base 6" Caliche SY 6,470 ��• 7M. 32 Prime Coat SY 16,424 3. `-° glt,27Z. 33 2" T e C HMAC SY 16,424 =� �yyj&q 34 Reflective Pavement Marking: 4" White �• `, � � !U Stripe LF 1,231 35 Reflective Pavement Marking: 8" White 3. Stripe LF 400 22,6011 36 Reflective Pavement Marking: 12" White Stripe LF 200 37 Reflective Pavement Marking: 24" White Stripe LF 48� 38 Reflective Pavement Marking: 4" Yellow 2 JU �' � Strip a LF 3,425 , 39 Reflective Pavement Marking: RPM Type 3gb• II -A -A EA 198 40 Reflective Pavement Marking: RPM Type II-C-R EA 169 41 Cofferdam, sheet pile (installed and removed) EA 1 50,91 ow. 42 Inlet Structure L043 EA 1 qm'&7. q076IAD °= 43 Articulated Concrete Block Mattress and 2S S� Geotcxtile Fabric L043 inlet SF 2,000 44 Remove and Construct New Manhole and 10" line LS l 2� reconnect sewer 45 Crossing Sanitary Sewer Line, Remove & Replace, 6" dia. LF 50 ?�l. `-� %K'0, 46 Crossing Sewer Line, Remove (cut) & �i t�2�.•= Re lace, 10" dia. LF 65 47 Crossing Sanitary Sewer Line, Remove cut & Replace, unknown size. LF is , E4810" Sanitary Sewer Line, Replace over I Vy0 7,600, Tunneled Reach LF 40 i+h..,„„ ..,, ,..... nwr-Wu ..: _.. ..w a � ,....,,.n �r . .�«.., .. r v n ...a.a. « .a..., .w a.im.,,�W�+.en»fi✓.� m., nf.. .� r . ..,�, ,.,e., dw....,..�,. .« .,....r,.�wm...�>..._ mw-�.».-....��....a u4 xnnw +a x... „� ,wnw rvww.>. _�«� _ ITEM NO. DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 44 Crossing Water Line, Remove (cut) & Replace, 3" dia & 4" dia. LF 75 SO Crossing Water Line, Remove (cut) & �� Replace, 6" dia. LF 25 9w Crossing Water Line, Remove 6" dia & 51 Plug Lateral Irrigation Lines (Texas Tech -3q ep property) LF 450 52 Crossing Water Line, Remove (cut) & �lS. =' S, 750, Replace, 8 In. LF 50 Crossing Water Line, Remove I 'dia & 53 Plug Lateral Irrigation Lines (Texas Tech. 19. �, �- property) LF 1625 54 _ Remove Concrete Flatwork SY 4,152 19, = —N, M, 55 InstaIl Concrete Flatwork SY 4,152 7 M P74. 56 Remove Curb and Gutter LF 2,700 g < ?J &W. e 57 Curb and Clutter LF 2,700 20. 6W v 58 Vegetation Restoration Seedin JSoddin ACRES 3 59 Site Security MO. 30 3 Al, F,4 W, 60 Site Office and Utilities MO. 30 /,Mo. 30,Mo 61 Tree Protection _ LS 1 ADDITIVE ALTERNATE 1 This line provided to assist the Bidder in incorporating changes due to field conditions that would require the Contractor to change from the single pass tunneling method to a two pass method. If Two Pass is chosen for Line Q04 at 4"' Street, there is no additional payment. ITEM DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED NO, QUANTITY AMOUNT Two Pass Tunneling addition to be applied A1-1 , 0— onlyto Base Bid Item Number 8 LF 500 $ ADDITIVE ALTERNATE 2 Provide unit prices for additional items related to storm sewer laterals that the City may choose to add during the project. Quantities are estimated and will be paid as measured. ITEM NO. DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 24" Storm Sewer, RCP or specified fiberglass pipe, installed in 8'-10' deep A2-1 trench located in residential street, ZSIY. 5'. /22,OA7, including all labor, materials, excavation, baekfill, and incidentals. LF 500 4 Revised 11-22-2016 � t � t tz—• zx � k f s $ iF $� ,; xt s F� t .�z '� s , t w�.+k......x,^4�a .www=d -.<. _�•,.-, _.. MwwMei. .z—.,w�..t.wu...,>..,axlim...+v,....uwn...vuwu+-.mow.. ,��4+5+�w.v ......�e r ov....4....n+�..+.A ..✓ia4�.�ina ..,..�..+»ek w✓�.�...an+ r.+}+. �.. �w�.ww..r...>-..».*q+.W,iu�int�.r-+:xau.:l+M•..- ITEM NO. DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 36" Storm Sewer, RCP or specified fiberglass pipe, installed in 8'-10' deep A2-2 trench located in residential street, /S including all labor, materials, excavation, backfill, and incidentals. LF 470 5-foot Storm Sewer Inlets with two extensions per TxDOT standard detail A2-3 PCO, located on residential street, m including all labor, materials, excavation, backfill, and incidentals. EA 5 Storm Sewer Manholes with rings and covers, 8-10 feet deep in residential street, `�� including all labor, materials, excavation, /,7 g` 4,Z4V 7 backfill, and incidentals. EA 6 A2-5 Trench Shoring and Trench Safe! LF 970 0• ADDITIVE ALTERNATE 3 This alternate is provided to give the bidder flexibility to change from open cut to tunneling if desired. We assume this change would occur on Peoria Avenue and/or Greek Circle, where Pipe Size 2 is used. Insert zeros if bidder chooses to accept the minimum tunneling quantity shown in plans and base bid proposal. Do not adjust quantities in the base bid proposal. Instead, any quantity adjustments you choose to enter below will be made in the final contract document. ITEM NO. DESCRIPTION UNIT ESTIMATED UANTtTY UNIT PRICE EXTENDED AMOUTI7 Subtract A3-1 Traffic Control - change due to G °= additional tunneling MO 24 • A4-1 Trench Shoring and Trench Safety - Chanize Due to Additional Timeline LF Q_m 0. � Change 90-inch Concrete Pipe, Open Cut to 7a Method - reduction in quantity LF G, 0,L* } Change 90-inch Fiberglass -Reinforced Pipe, to 7b Open Cut Method - reduction in uantit LF Q } 0 Change 90-inch Concrete Box, Open Cut Method to 7c - reduction in quantityLF ( 0. Change Removal of Existing Asphalt Paving to 28 (Type 1) - reduction in quantity SY Change Subgrade Preparation - reduction in to 29 uantit SY Change Flex Base (6" Caliche) - reduction in to 31quantity SY 0 Change to 32 Prime Coat SY { 0 Change to 33 1 2" Type C HMAC - reduction in uantit SY 5 Revised 11-22-2016 Y71, 77777 i Change to 44 Remove and Construct New Manhole and reconnect 10" sewer line LF 0 Q. =� Q, °� ) Change to 45 Crossing Sanitary Sewer Line, Remove & Re lace, 6" dia. LF Change to 48 Crossing Water Line, Remove (cut) & Replace, 3" dia. or 4" dia. LF ( 4 O- Change to 49 Crossing Water Line, Remove (cut) & Replace, 6" dia. LF © 01 ( Q, Change to 5] Crossing Water Line, Remove (cut) & Re lace, 8" dia. LF A3-2 Additional savings not listed separately. LS 6 Total Savings Due to Alternate 3 Q $ 0'M Add: Change to 8a 90-inch Concrete Pipe, Single Pass Tunnel Method LF 0 d.s' � � Change to 8b 90-inch Fiberglass -Reinforced Pipe, Single Pass Tunnel Method LF Total Additional Cost Due to Alternate 3 (�. =` $ O. S Net Price Change Due to Alternate 3 Q Q , = $ Total Base Bid Proposal $ 2 %6Z 7as Y3 Add Alternate No. 1 $ ��• Net Price Change Due to Add Alternate- No. 3 $ 4. Total of Base Bid and Add Alternates No. 1 & 3 $ L.CM U_ Offeror's Initials 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 { /Ofe } Days Completed by Contractor CALENDAR OR WORKING DAYS thereafter as stipulated in the specifications and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of $300/day (Three hundred dollars per day} for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. 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 ninety (90) calendar days after the scheduled closing time for receiving proposals. R Revised 11-22-2016 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 (S%o) 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 utter notice of award of the contract to him. LC1'I Offeroes initials 7 T r 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 N/A Dollars or a Proposal Bond In the sum of Five Percent of Bid Amount Dollars which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Date: December 13, 2016 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. (Seal if Offeror is a Corporation) ATTEST: N Secretary uthorized Signature Lucas C. Menebroker (Printed or Typed Name) S.J. Louis Construction of Texas Ltd. Company 2912 W. Davis St, Suite 310 Address W_ Conroe , Montgomery City, County Texas 77316 Offeror acknowledges receipt of the following addenda: State Zip Code Telephone: 8� 32) - 767-4964 Addenda No. 1 Date 11 15 16 Fax: 8f 32) - 767-4681 Addenda No. 2 Date 11 1 16 Email: lucasm@sjlouis.com Addenda No. 7— Date—T17167T6 FEDERAL TAX ID or SOCIAL SECURITY No Addenda No. 4 Date 11 28 16 364255294 Addenda No. 5 Date 11/28/16 ---- Addenda No. 6 Date 12/2/16 Addenda No. 7 Date 12/2/16 Addenda No. 8 Date 12/7/16 MAYBE Firm: Woman /9b Black American _ A Native American His anic American A Asian Pacific American Al/Et Other (S cifv aP»,....�.., `-a-gym: . s "„''""Y� ] j :� .'Y"*-x";'"""""*u�smb+te.q�-�.- -�•.ar.ii"x.,*' T 3 I n,.�..._..x......xs,..m..d..}rx, 5 P � CONTRACTOR: SURETY: (Nance, legal status and addressl (.'`s'anre, legal status and principal place S.J. LOUIS CONSTRUCTION OF TEXAS, LTD. of business) 2912 W. TX 77304 Davis Street, Suite 310 Conroe. LIBERTY MUTUAL INSURANCE COMPANY Conr175 Berkeley Street Boston, MA 02116 OWNER: (Nance, legal status and oddressj CiTY OF LUBBOCK This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. 1625 13th Street. Room 204, Lubbock, TX 794o1 Any singular reference to Contractor, Surety, Owner or BOND AMOUNT: Five percent of amount bid. other party shall be considered (5`10 of Amount Bid) plural where appilcable. PROJECT: (Nance, location or address, and Project number, l f anv) RFP 17 13124-MA, Northwest Lubbock Drainage Improvements Project — Phase 2 Project Number, if airy: The Contractor and Surety are bound to the Owner in die amount set fortli above, for the payment of which the Contractor and Surety bind themselves, their lieirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of [his Bond are such that if die Owner accepts the bid of die Contractor within the time specified in the bid documents, or within such time period as may be agreed to by tic Owner and Cont.ractnr_ and dte Contractor either (1) enters into a contract with die Owner in accordance with the temts of such r bid, and gives such bond or bands as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of die Pmjcct and otherwise acceptable to the Owner, for the faithful performance of such Contract and for tie prompt payment of labor and material furnished in live prosecution thereof; or (2) pays to the Owner the difference, not to exceed die amount of this Bond, between die amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform die work covered by said bid, then Otis obligation shall be null and void, otienvise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend die time in which the Owner may accept the bid, Waiver of notice by [lie Surety shall not apply to any extension exceeding sixty (GQ) days in the aggregate beyond die time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (tiQ) days, If Otis Bond is issued in connection witL a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. (. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted hercfrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that Otis Bond shall be construed as a statutory bond and not as a common law bond. �s Signed and sealed this lath day of November, 2016 (iirit s) S. J. LOUIS CONSTRUCTION OF TEXAS, LTD. (Principal) (seal) AIA Document A31010 — 2010. Copyright 0 19e3, 1970 and 2010 by The American Instilule of Archilects. All rights reserved �---7'7777 7�, ` , —7 7777� 7�� ------ 77777-`---` y, e.+,.�w.sx,.;: a ..,. u a w, r ..0 .... ..0 ,. v.u...,.0 ....+. ..,«., r x,.r.n.w. a ... ...,..... uxr..,a.+ {„Wr, .,. e, yr uaa u34.. .nw..t ,.j... � . <.-avay.. r,„ x a .ru ar, w+. «... it uxr.•ao- J »,xnx,n......,.1.,,. LIMITED PARTNERSHIP ACKNOWLEDGMENT State of Texas ss. County of A'bu%r,M U On this Mm _ day of 12016, before me personally appeared to me known who being by me duly sworn, that helshe is the M60044A of the S.J. Louis Construction of Texas, Ltd. the Limited Partnership described in and which executed the foregoing instrument, and that helshe signed hislher name thereto by order of the Board of Governors of said Limited Partnership. SAWEL OVA Plot" iD 12040000 Notary lic K ounty, My Con m emen Expires My commission expires aK� Jury f9, 2020 ACKNOWLEDGMENT OF CORPORATE SURETY State of Texas ss. ICounty of Dallas On this 18th day of November .2016, before me appeared V. DeLene Marshall to me personally known who being by me duly sworn, did say that (s)he is the Attomey-in-Fact of Liberty Mutual Insurance Companya corporation, that the seal affixed to the foregoing instrument is the corporate seal of said corporation and that said instrument was executed in behalf of said corporation by authority of its Board of Directors; and that said V. DeLene Marshall acknowledged said instrument to be the free act and deed of said corporation. ti,�rr�B� S. HUNTER Notary Public Dallas County, Texas Notary Pubtit My commission expires 03/1212017 State of Texas My Comm Expiresm ]Z'2017 ? ..,�>$y < rF2 35 w :� Liberty Mutual SURETY TEXAS IMPORTANT NOTICE To obtain information or make a complaint: You may call toll -free for information or to make a complaint at 1-877-751-2640 You may also write to: Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-1644 You may contact the Texas Department of Insurance to obtain information on companies, 'c-'rages, rights or complaints at 1-800-252-3439 You may write the Texas Department of Insurance Consumer Protection (I I I-1A) P. O. Box 149091 Austin, TX 78714-9091 FAX: (512) 490-1007 Web: hjWJlwww.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should first contact the agent or call 1-800-843-6446. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. NP70690901 TEXAS AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede Ilamar al numero de telefono gratis para informacion o para someter una queja al 1-877-751-2640 Usted tambien puede escribir a: Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-1644 Puede cgmunicarse- con el Departamento de Seguros de Texas para obtener informacion acerca de companies, coberturas, derechos o quejas al 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas Consumer Protection (I I I -1 A) P. O. Box 149091 Austin, TX 78714-9091 FAX # (512) 490-1007 Web: http:Hwww.tdi.texas.goy E-mail ConsumerProtectionOtdi.texas.gov DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Si tiena una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o primero. Si no se resuelve la dispute, puede entonces comunicarse con el departamento (TDI) UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. UNANIMOUS CONSENT TO ACTION IN LIEU OF ANNUAL MEETING OF THE MEMBERS AND GOVERNORS OF S, J. Louis, LLC August 22, 2016 The governors and members of S. J. Louis, LLC, by unanimous written consent, take the following action, as If a meeting had been properly called pursuant to notice and all governors and members entitled to vote on the matters presented herein had been present and voting in favor of such action. RESOLVED, that the following persons are hereby appointed or re -appointed to the offices of this Company set opposite their respective names to hold office until their respective successors are chosen and qualify: James L. Schueller President / Chief Manager Les V. Whitman Executive Vice President / General Manager David Dickerson Vice President / South Texas Area Manager Lucas Menebroker Vice President / Houston Area Manager Peter Stahl Vice President / Construction Manager Adam Lunsford Vice President / Construction Manager Justin Whitman Vice President / Construction Manager Donald Meyer Chief Financial Officer / Secretary / Treasurer Philips J. Vallakalil Secretary / Treasurer / General Counsel / Contracta Director + Jim Smith Vice President of Equipment and Trucking f There are no other officers of S. J. Louis, LLC. RESOLVED FURTHER, the Executive Vice President of the Company shall assume all duties of the President and Chief Manager in the event of the death or disability of the current President / Chief Manager, as defined in that Unanimous L Consent dated January 1, 2005. RESOLVED FURTHER, that the President, Executive Vice President, and Chief Financial Officer are hereby authorized and empowered to sign all documents necessary for the performance of the business of S.J. Louis, LLC, the General Partner of S.J. Louis Construction of Texas, Ltd.. RESOLVED FURTHER, Philips J. Vallakaiil as Secretary, David Dickerson, Adam Lunsford, Justin Whitman, Lucas Menebroker, and Pete Stahl are authorized to sign Construction Contracts, Construction Bids, Construction Bonds, final pay estimates and all other documents necessary to construct and manage construction jobs for S.J. Louis Construction of Texas, Ltd. Page 1 of 2 SJ Louis LLC 5-22-16 TX Consent n RESOLVED FURTHER, Sam Montoya, and Curtis Ostrander are authorized to sign Construction Bids for S. J. Louis Construction of Texas Ltd. projects. RESOLVED FURTHER, that all prior signature authorizations are herein deleted, denied, and superseded by this Unanimous Consent to Action. RESOLVED FURTHER, all acts pursuant thereto taken by members of the Board of Governors or by Officers of the Company since the last recorded meeting, are hereby ratified and approved in all respects. IN WITNESS WHEREOF, the undersigned, constituting all of the governors and members of the Company entitled to vote on the matters presented herein, have executed this Unanimous Consent to Action In Lieu of Annual Meeting, effective August 22, 2016. Page 2 of 2 SJ Louis LLC 8-22-16 TX Consent BOARD OF GOVERNORS: a es Schuefler, Governor 11 .a m, _. ............... _.. ___. ......... ___ __ ..... ..... _._. _. .. .. _. _........._ .__ .. ................. _ `M 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: T; Do the organization and key personnel have appropriate technical experience on similar projects? C. SAFETY: Does the organization stress and support safety as an important function of the work process? D. QUALITY OF WORK: (1) Does the organization have a commitment to quality in every facet of their work - the process as urell 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". i E. CONFORMANCE TO CONTRACT DOCUMENTS: (1) Does the organization have a commitment and philosophy to construct projects as designed and as 4 ` 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 firth, 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 attorneys fees for collecting such costs and damages. Complete the following information for your organization: 14 4 �•.....�-�--...+-.- ..�. �.r.�..,.a♦.-.a.u...�.._r�u.ewa.na_,...K.V� Y �-�Sn+F...Mu r+>+..xvry...vv..vu.w�.a.�.u.»..........»-t,iwi.YY.x+4r.�.ewe+�—eve.�n..ru.�r-,.rw+.......o.....«.aru.rw.a.�c...�.. f.'M...-ivnrwwfaiSf»larsidmi tN'+�<� / S.J. LOUTS CONSTRUCTION OF TEXAS LTD. 2912 W. Davis St, Suite 310 832-767-4964 Office / 832-7674681 Fax Conroe, Texas 77304 Equal Opportunity Employer / Contractor Company Profile - Contractors Statement of Qualifications S.J. Louis Construction of Texas Ltd. "S.J. Louis" specializes in underground utility services, deep, open -cut pipeline installation for both large and small diameter pipes. Our tunneling services include tunneling up to 26 feet in diameter, boring, hand -mining and shafts up to 50 feet in diameter. We have extensive experience under railways and roadways. S.J. Louis can tunnel through any ground condition such as solid rock, dirt, and under waterways. Over the past 18 years, S.J. Louis has successfully built and managed construction projects for some of the following agencies: Trinity River Authority, North Texas Municipal Water District, Upper Trinity Regional Water District, DFW International Airport, San Antonio Water System, Canadian River Municipal Water Authority, West Harris County Regional Authority, the Texas Cities of Amarillo, Arlington, Austin, Carrollton, Cedar Hill, Cedar Park, Cleburne, Corpus Christi, Dallas, Denton, Fort Worth, Frisco, Grand Praire, Houston, Irving, 1 Lewisville, Lubbock, Mansfield, McAllen, McKinney, Pflugerville, Pharr, San Angelo, Taylor, Tyler and Waco. We have also completed several projects outside the State of Texas. S.J. Louis utilize a unique management and organization structure to ensure that l 1 projects are completed on -time and constructed according the project plan and specification requirements. This process requires every member of our management team to be involved with all of our projects, so that our combined �- experience can be utilized and fully leveraged for the success of each project. Our management team is able to wear multiple hats throughout a project. We J 1 have attached the resumes of the primary management team that would be 1J involved with this project. Financial Capability; S.J. Louis operates with a bonding capacity of over $500 Million and has been fortunate to participate on several large projects across the southeast United States. Experience: The assembled project team maintains over 80+ years of construction knowledge on building similar style work for various accuracy of our construction. He will also be responsible for engaging with all of our subcontractors during their work activities to further ensure they are complying with the Contract requirements for those scopes of work. Acceptance criteria for this project has been established and it is our goal to meet or exceed the Contract requirements and deliver a quality product to the City of Lubbock and its constituents. S.J. Louis has been recognized for its quality and timely construction by several agencies. We have provided several reference letters for your consideration. Conformance to Contract Documents: S.J. Louis has a deep commitment and philosophy to construct all projects as designed and defined by the Contract Documents. S.J. Louis takes an active role in understanding the scopes of the proposed projects, so as to help eliminate any questions or concerns ahead of time. While all issues may not be addressed, S.J. Louis shall work with the City and .Engineer on equitable solutions to overcome project related issues. ..+i.-'...i.�....�A�w{..an+P..+ ���...++..+eM-}+..� .�---. .......�........u.-,.+..-�.�-.F..e...r.w..�.w.u.r.+re �. � w.�.:I.+i.•wMn'r'` Y�w+�H+...iYf.ef:i.WYi:Yr¢.4ma ce[M�t i%,.• ��5... Contractor's General Information Organization Doing Business As S.J. Louis Construction of Texas Ltd Business Address of Principle Office 520 S. 6th Ave. Mansfield, Texas 76063 Telephone Numbers Main Number (817) 477-0320 Fax Number (817) 477-0552 Web Site Address www.sjiouis.com Form of Business (Check One) - Date of Incorporation A Corporation X A Partnership An Indiv{dual r Not Applicable State of Incorporation Not Applicable Chief Executive Officer's Name Not Applicable President's Name Not Applicable Not Applicable Vice President's Name(s) Secretary's Name Not Apl2licabIe Treasurer's Name Not Applicable Date of Organization October 1,1998 State whether partnership is general or Limited Name Not Not Business Address I Les V. Whitman, General Manager ( I Average Number of Current Full Time Average Estimate of Revenue for Employees _ 438 the Current Year $147 Million Is No Text a........._�.o....«.�..........+...«r...��..o........k........�.......�+.......ruwrv.w'i'..w�........+.«.,.,i.+Wa.�.*dvA.ra+.rwuc .:.u�.+sa.nms�usal�E� Contractor's Proposed Key Personnel Organization Doing Business As S.J. Louis Construction of Texas Ltd. Provide a brief description of the managerial structure of the organization and illustrate with an organizational cart. Include the title and names of key personnel. include this chart at an attachment to this description. See attachment No. S.J. Louis Construction of Texas Ltd. maintains a project specific organization structure. Oversight is provided from the General Manager, Les V. Whitman and the Area Managers at each of our satellite office locations. The Area Manager runs the daily operations for their respective projects with the assistance of their Project Staff, comprised of Project Managers, Project Coordinators, Superintendents, and Foreman. The Safety Division plays an active role on each ongoing project regardless of its location. The Safety Division works directly with assigned Project Staff in development and implementation of operational work plans and Field training of field staff. Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational cart. Include the title and names of proposed key personnel and alternates. Include this chart at an attachment to this description. See attachment No. S.J. Louis Construction of Texas Ltd. proposes to manage the daily operations of this project with an Area Manager, Project Manager, Project Superintendent, and Project Foreman(s). We have had good results in the past using this managerial structure for the construction of other large and high -profile projects that require equal attention to th_-_ "field construction as well as the administrative oversight and project scheduling. On this project, S.J. Louis proposes to staff this project with its Area Manager/VP as the Primary Contact for this project. Provide information on the key personnel proposed for this project that will provide the following key functions. Provide information for candidates for each of these positions on the pages for each of these key personnel. Also provide biographical information for each primary and alternate candidate as an attachment. The biographical information must include the following as a minimum: technical experience, managerial experience, education and formal training, work history which describes project experience, including the roles and responsibilities for each assignment, and primary language. Additional information highlighting experience which makes them the best candidate for the assignment should also be included. Role Primary Candidate Alternate Candidate Project Manager Lucas C. Menebroke r Samuel Montoya Project Superintendent Terry Morgan Ken Glover Project Safety Officer Carlos Si enza Ken Smith Quality Control Manager I Terry Morgan Ken Glover If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this project, incNicate how time it to be divided between this project and their other assignments. 0 17 1 M,�. �u.MWn•....avMaw•.iw...rc.+4.rti'rLSsww.ri.YiHg61tMJaM�'it':l%YfjYQiL1LL=.m. e.:.'r f...`%Ft: �... , t, Proposed Project Managers Organization Doing Business As S.J. Louis Construction of Texas Ltd. Name of Individual Lucas C. Menebroker Years of Experience as Project Manager 6+ Years of Experience with this organization 9 Number of similar projects as Project Manager 20+ Number of similar projects in other positions 30+ Current Project Assignments Name of Assignment Percent of Time Used for Estimated Project this Project Cam letion Date Calder Road Sanitary Sewer 5% January 2017 City of Lubbock Northwest Water Reclamation Plant Phase IA 20% April 2017 Reference Contact Information(listing names indicates a names individuals as a reference royal to contactingthe Name Walter Elias Name Gary Sheffield Title/ Position Develo meat Manager Title/ Position President Organization Brookfield Residential Organization Sheffield Asset Management Telephone 512 391-1341 Telephone 81 613-1309 E-mail walt.ellasobrookhelarp.com Email s s e e- ev.com v Project Pilot Knob Phase IA Project Whis er Valle Candidate role on Project Manager Candidates role nr,,;ect Manager Project on Project Name of Individual Samuel Montoya Years of Experience as Project Manager 6+ Years of Experience with this organization 15 Number of similar projects as Project Manager 14+ Number of similar projects in other positions 32+ Current Project Assignments j Name of Assignment Percent of Time Used for Estimated Project this Project Completion Date Calder Road Sanitary Sewer 50% January 2017 City of Lubbock Northwest Water Reclamation Plant Phase 1A 509'o April 2017 l Name Mike Pers P.E. Name David Garcia Title/ Position Pro ect Man a er Title/ Position Pro ect Inspgctor O anization JAC013S Organization San Antonio Water S stern { Telephone 210 837-0411 Telephone 210 663-7489 E-mail mike.persyn 'acobs.com E-mail david.g&&@saws.org Project BexarMet 24" Water Main Project T03 Sewer Interceptor Candidate role on Project Manager Candidate role project :lanager Project on Project Proposed Project Superintendent Organization Doing Business As Name of Individual Years of Experience as Project Superintendent 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 City of Lubbock Northwest Water Reclamation Plant Phase 1A Reference Contact Information(listing names indicates approval to contacting the names individuals as a reference Name I Mark Vannes I Name DYade Waltisl2erger Title(Position I Area Manai;er I Title/ Position Construction Inspector E-mail N/A Project Various TX Projects Candidate role on Fir 3i�r�4 1' General Superintendent Name of Individual Years of Experience as Project Superintendent 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 Lake Fort Smith Water Transmission Line Henrietta Creek (HC-1) Interceptor Percent of Time Used for Estimated F this Project Completion Date 20% March 2017 15% May 2017 [ Name I Mearl Taylor I Name I Rod Culbertson Title/ Position C� n� nct tirFinn ManaaPr Title( Position mm I TncnPrfnr E-mail matfotreese.com E-mail I rod.culbertson@freese.com Project Ward Countv Water Supply Project iPL Section 15-1 Candidate rote on Superintendent Candidate role Superintendent Project on Project 19 ame r Proposed Project Safety Officer Organization Doing Business As S.J. Lotus Construction of Texas Ltd. Name of Individual Carlos Siguenza Years of Experience as Project Safety Officer 15+ Years of Experience with this organization 1+ Number of similar projects as Safety Officer 5+ Number of similar projects in other positions 5+ Current Project Assignments Name of Assignment Percent of Time Used for Estimated Project this Project Completion Date Henrietta Creek HC-1) Interceptor 15% May 2017 Mountain Creek Fish Creek Seg MC-3 Phase 2 15% June 2017 Reference Contact Information(listing names indicates approval to contactingthe names individuals as a reference j Name Chris Williams Name Timothv Bates f Title/ Position Safe Manager Title/ Position Safety Manager i Organization WHS - Pentagon Organization ..HensA Phi s Teie hone 703 693-8057 Telephone 202 491-24 7 E-mail N/A E-mail N/A Project Pentagon Renovation Project Penta on Renovation Candidate role on Safety Manager Candidate role Safety Manag r - Project on Project N f l d' 'd I K S h o n ivi ua en Trot Years of Experience as Project Safety Officer 22+ Years of Experience with this organization 2+ Number of similar projects as Safety Officer 75+ Number of similar projects in other positions 10+ Current Project Assignments Name of Assignment Percent of Time Used for Estimated Project this Project Com lelion Date Lake Fort Smith Water Transmission Line 20% March 2017 Arden Road Water Transmission Line 20% October 2017 Name E-mail t ro ect IJYIl[ tul[v1UV 1\1VCL I..JC CUtSlvll rroecL I l-JLY vt t%USUtt — YV 1 r'* Candidate role on Safety Director Candidate role Safety Director Proiect I on Proiect 20 yY _. Yng�✓iN/sY2 +'•°C"+* 77;77777,,� *^� s'°""'."!)"R��e• 1 'r""Sl" TtM�'PI+•'wMR'.P ^'/`.. s ti s Proposed Project Quality Control Manager Organization Doing Business As S.J. Louis Construction of Texas Ltd. OEM Name of Individual Terry Morgan Years of Experience as Quality Control Manager 27 Years of Experience with this organization 0.5 Number of similar projects as Quality Manager 26 Number of similar projects in other positions 60+ Current Project Assignments Name of Assignment Percent of Time Used for Estimated Project this Project Completion Date City of Lubbock Northwest Water Reclamation Plant Phase 1A 100% April 2017 Reference Contact Information(listing names indicates approval to contacting the names individuals as a reference Name I Mark Vannes I Name Wade Waitisperger Title/ Position I Area Manager I Title/ Position I Cnnstnictinn Insnectnr Candidate role on Project General Superintendent Candidate role on Project d, Project Superintendent Name of Individual Ken Glover Years of Experience as Quality Control Manager 35 Years of Experience with this organization 13 Number of similar projects as Quality Manager 30+ Number of similar projects in other positions 25+ Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Lake Fort Smith Water Transmission Line 20% March 2017 Henrietta Creek (HC 1) Interceptor 15% Mav 2017 I Name Name E-mail mdttaltreese.com E-mail I rod.culbertson®freese.com Project Ward County Water upply Project IPL Section 15-1 Candidate role on Superintendent Candidate role Superintendent Project on Project 21 .,e.....r...,....,.�,._.�... ...e.<.. :. _ 1. r. s ;'sF'S Contractor's Project Experience and Resources ( Organization Doing Business As I �.j. Louts t.onstructzon or texas Ltct. Provide a list of major projects that are currently underway, or have been completed within the last ten years on Attachment A Provide a completed Project Information form (Attachment B) for projects that have been completed in the last five years which specifically illustrate the organizations capability to provide best value to the Owner for this vroiect. Include a completed Project Information form (Attachment B) for projects which illustrate the experience of the Provide a description of your organizations approach to comple Including a description of your approach in the following areas: 1. Contract administration 2. Management of subcontractor and suppliers 3. Time management 4. Cost control S. Quality management 6. Project site safety 7. Managing changes to the project 8. Managing equipment 9. Meeting HUB / MWBE Participation Goal this project to provide best value for the Owner. Item Prim Use on Project Own Will Lease EquipmentmY J a.,,, What work will the organization complete using its own resources? S.J. Louis Construction of Texas Ltd. proposes to self -perform approximately 90% of the proposed project, as the scopes of work are highly specialized and routinely performed by our crews. This work includes: 0Mt3 ZUT A%)b TItI.WriL 105 rA t J,*T 190S, t�l irsjti+uK - What work does the organization propose to subcontract on this roject? S.J. Louis Construction of Texas Ltd. proposes to subcontract: AfONA-tr Rh%lld4, &JV14F IIIA (_ $E�Vtck.S, Y'�RV�y���15tRu�Ttorl StAl4�G, ttnnrt'rar�Vt„t rtrsr�•�Gt. 22 ..., z it a rrt -jai -.aw.+....+.�:.-u.tw..=.3��+ar+r�•e+..rr �.:w.,.weie:.e„«�........i......•. �...su..w.:.«;•o:.�-,•++:+Mie��'arrv�w.-vs�i en.•iu±euapvras�- Si}g .._:k_...:3fiL.. s... �._ Contractor's Subcontractors and Vendors Organization Doing Business As S.J. Louis Construction of Texas Ltd, 1Kz Provide a list of subcontractorsthat will provide more than 10 percent of the work(based on contract amounts Name Work to be Provided Est, Percent HUB/MWBEof Contract Firm e o not anticipate any sv ontracts be issued for more than 10% of the contract. 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. v Provide a list of major equipment proposed for use on this project. Attach Additional Information if necessary Furnish Furnish FIUB/M Vendor Name Equipment / Material Provided Only and WBE Install Firm N/A N/A N/A N/A A 23 LOUIS CONSTRUCTIONOF 1 Northwest Lubbock Drainage Improvement Project - Phase 2 RFP 17-46457-MA APPROACH TO PROJECT COMPLETION 1. CONTRACT ADMINISTRATION a. S.J. Louis seeks to actively partner with the City of Lubbock and its representatives on monitoring the progress of the Contract. Our project team, made up of Lucas C. Menebroker, Samuel Montoya, and Terry Morgan will work collectively on assuring conformance to all Contract provisions; while maintaining an open line of communication with the City and its representatives on all project related issues. MANAGEMENT OF SUBCONTRACTOR AND SUPPLIERS a. The proposed S.J. Louis project team will engage directly with major and minor —� subcontractors and suppliers to ensure the City receives procured materials on - time and in accordance with our proposed schedule. Our team shall only obtain quality supplies and services that meet or exceed the Contract Specifications. In order to maintain this approach, S.J. Louis will implement`a master procurement schedule that lists Contract deliverables required to move forward with work, so that Subcontractors and Suppliers shall be effectively monitored and managed in a manner not to disrupt the flow of the project. 3. TIME MANAGEMENT a. S.J. Louis anticipates dedicating many high-level resources to this project to ensure its success for the City and our company. Due to the size and scope of this project, S.J. Louis will employ a three (3) person Management team, consisting of VP/ Area Manager, Lucas C. Menebroker acting as the Primary Project Manager, Samuel Montoya as the Assistant Project Manager, and Terry Morgan as the Full -Time General Superintendent. This will allow the Project to receive the attention it deserves and the ability of our staff to properly implement best time management practices for each participant's role. We anticipate each of our Project Staff to dedicate anywhere from 75% to 100% of their time to this Project through its completion. Large scope projects spanning multiple calendar months require multiple people to be fully engaged and not be scattered on other projects. I � - . 1 -1 1 ", visitors access to all necessary safety equipment to perform their work or to visit the project site. c. The importance of safety in our industry cannot be emphasized enough. It cannot be assumed that all companies in the industry mirror best -practices when it comes to safety and standards. S.). Louis does not just implement safety standards and meet safety regulations, we put SAFETY FIRST. Assuring a safe environment for our employees and clients comes above all things. d. S.J. Louis offers bilingual instruction for our Spanish and English employees. We employ a full-time translator, as well as English and Spanish translations of our Field Safety Manual. Additionally, our corporate safety staff offers weekly employee led meetings on quality and safety related topics. e. S.J. Louis currently has an EMR of 0.84; which demonstrates our company's diligence in making Safety a priority. 7. MANAGING CHANGES TO THE PROTECT a. When managing changes to the project regardless of size or scope, S.J. Louis shall openly ct mmunicate the impacts with the C y and its representatives. SJ. Louis will always provide a recommendation to the City if there is an alternate approach or methodology to limit any time or monetary impacts. Any Contract Modification Request (CMR) will first be sent as informal drafts for discussion and questions from the City and/or its representatives. Our project team, will next meet with the City and/or its representatives to discuss the CMR in detail. S.J. Louis's overall intent is to keep the project moving forward and to be open about impacts, so we can address them quickly and maintain schedule. Some changes may not require CMR's and in that case, may just require an RFI and response to manage the project change. S.J. Louis seeks to partner with the City and its representatives on equitable solutions in order to provide the best value for the projects stakeholders. 8. MANAGING EOUIPMENT a. One of Terry Morgan's main roles will be to actively manage S.J. Louis's equipment and the equipment of our subcontractors; should it be necessary. This project will require an extensive amount of large construction equipment in sometimes tight working spaces. Terry will be working with our Field Foreman and his crew of operators to ensure safe operating practices are being followed and equipment is not posing any threat or danger to the public. S.J. Louis owns all equipment necessary to construct this project. We believe this serves as a significant advantage to the City, as no equipment is being leased or purchased .., r.. .... ,....s.._......_.,..,.s - _».�.._.��,..w......,....��..,«.r+..,,....-_.»....+..,..�.,.........:.�t.ic. - - -�ta..•..la7iY,....i:sk±:s:a. s3..aw..av r Organization Structure s I � 1 t 1. AP t Fes; PROJECT MANAGEMENT TEAM FLOWCHART PROJECT MANAGER LUCAS C. MENEBROKER ALTERNATE PROJECT MANAGER SAMUEL D. MONTOYA PROJECT SUPERINTENDENT TERRY MORGAN ALTERNATE PROJECT SUPERINTENDENT KEN GLOVER PROJECT SAFETY OFFICER CARLOS SIGUENZA ALTERNATE PROJECT SAFETY OFFICER KEN SMITH QUALITY CONTROL MANAGER TERRY MORGAN ALTERNATE QUALITY CONTROL MANAGER KEN GLOVER ->-.g 3 --�c,_c=n°r?,` s" �'" �Fw -.�sz v Attarhment A Current Projects and Project Completed within the last 10 Years See Attached Lists Project Owner Project Name General Description of Project: Project Cost Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Reference Contact Information (listing names indicates approval to contacting the names ind'i'viduals as a reference) Name Title/ Position Organization Telepho E-mail Owner Designer Construction Manager Project Owner I I Project Name General Description of Project: Project Cost Date P ' ct Completed Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Reference Contact Information (listing names indicates approval to contacting the es individuals as a reference) Name Title/ Position zOrganization Telephone E-mail Owner Designer Construction Manager Project Owner Project Name General Description of Project: Project Cost Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Reference Contact Informatiaqfllsting names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construct onager m Project information Project owner : North Texas Municipal Water District project name North Pipeline Lake Tawakoni i General description of project Construction of tnarmnisslon One for NTMWD. Prajed consisted of 9,680 LF of 42" Steei C200 Transmission Main and 27,220 LF of 48" C200 Steel Transmission Main. Additionally there was 332 LF of 66 s tunnel and 150 LF of 60" tunnel.._.' Budget history Schedule performance Amount % of Bid Amount Date Days % Bid $8,692.424.16 NIA Notice to Proceed 5-20-20110 N/A Change orders $-4,208.59 .04% Contract Substantial Completion date at Notice to Proceed 124-2010 195 Owner enhancements NIA 0% Contract final completion date at Notice to Proceed 1-1-2011 205 Unforeseen conditions NIA 0% Change order authorized Substantial Completion date 4-28-2011 343 Design issues Total N/A ' S-4,208.59 0% 1 .04% Change order autholrized final completion date Actual / estimated 't;ubstantiat Completion date 5-28-2011 373� 4-28-2011 343 Final cost $8,688,215.57 99.96% Actual / estimated anal completion date 5-28.2011 373 Project Manager Project Superintendent Safety Manager Quality Control Mana er Name Seth Rowney Herculano Lopez Michael Kleln eter Stephsn Kohler Percentage of time devoted to the project. 50% 1000% 25% 100/0 Proposed for this project. Yes Yes yes Yes Did individuai start and cpmpiete the project? Yes Yes Yes Yes If not, who started or completed the project In their place. 1141A NtA WA NIA Reason for change. Name ` Title/ position Organization Telephone E-mail Owner ruse Cole Project Manager NTAM1WD 972-442-5405 bcole($nlr wvd.com Designer7Manager, Cott Maughn Engineer FNI 214-920-2500 asm@freese.com Construc NIA Surety Gamall Elliot Assistant Secretary Liberty Mutua! 610.832-8240 gametLettiot8pbertymutuatcom Number resolved:0 Total amount involved in resolved issues: Number of issues Total amount involved in $0 endin : 0 resolved issues: so Project information Project Owner . City of Amarillo Project Name Potter County Transmission Line General Description of Project Constructim 'of transmission line to supply long tern water needs, including 70.800 LF of 48" bar wrapped pipe and 36,050 LF of 42' bar wrapped *a.. The tunnel scope included 1,120 LF of 66" tunnel. Project crossed varying terrain and had a rapid completion deadline to help Amarillo most emergency water needs. millc Budget History Schedule Performance - Amount % of Bide Amount Date Days Bid $24,515,941.00 Notice to Proceed 10/25/10 Change Orders $930,056.02 3.8% Contract Substantial Completion Date at Notice to Proceed 10/5/11 345 Owner Enhancements $930,056.02 3.8% Contract ,anal Completion' Date at Notice to Proceed 11/5/11 375 'Unforeseen Conditions U Ch ange Order Authorized Substantial Completion Date 6/12/12 595 Design Issues •:N Change Order Auti wrized Final Completion Date 7/11/12 625- Total $930,056.02 3.896 Actual / Estimated Substantial Completion Date 10/28/11 368 Final Cost ;: $25,445,997,02 Actual / Estimated Final Completion Date 6/11/12 1595 Project Manager SupeProject ntendent Safety Officer Quality Control Manager Name SethRown'iy John Hughes Michael Klelnpeter Stephen Kohler Percentage of Time DeV,oted to the Project 50% 100% 25% 10% Proposed for this Project Yes Yes Yes Yes Did Individual Start and.Complete the Project? Yes Yes Yes Yes If not, who started crcompleted the project in their place. n/a n/a n/a n/a Reason fqr change. Title/ Position Orghnization Telephone E-mail Name Owner Floyd Hartman Utility Director City of Amarillo 806-378-9086 Floyd.hartman@amarillo.gov Designer Mike Ramirez Engineer Parkhill, Smith & Cooper 915-533-6911 mramirez@team-psc.com Construction Manager—' n/a Surety -: Garnett Elliott Assist. Secretary liberty Mutual 610-832-8240 gamett.eliiot@llbertymutual.com • . r r r . Number of issues Total Amount involved In None None Resolved Resolved Issues r Number of Issues Total Amount Involved in one No Pendin Resolved Issues i Ae� F ,....,..- ..�. .� Y t� r4 F z >. � 1 �* ,..-�.�..,... � _i3:z 5 < _ ,,, � ii i zY .': � 3 6 { _;S4'' i. ,:� s L,. � - T s�'` � _� -",w �.ftT�"'� ;�'y°r ."�.'r�e'gT -r--'� x �a'w .. � p1 -t i s ���� y�.�.yr�wS4 .a..�•- f F � .,�., a "": y,�r} .E eu ;+,F. �� b � � �. r-h�'1 - 3 ��f t 2 � zw� -. 2�fy a x�, t ��c�� �£� ��£a '' j* t ..... . ....... L a ` 77 7"M 77,"IF '7777777777777777 No Text vr^vd ,.--v—�.- Y.- ,�&�`r+f°"'--t-`-`-�y+�•l�tF• "'a�j �}�4 } '�` ?.�q,.5' �, ti4».t tnr t{.•,ur,-..Y.,f {.�.�.....`.. zM r +i. No Text r�,,,.......-•.-.,.................+. 5tA r5 +Y ; r � .� �^ $i } 1. j, � r.., t � �{f,. L S sib r � �} . x, sti ; .....-...N.'iit3� #:a: �4:;.,.�:'...5.: '• ��� f .»ai:».3-._,..;ut' 6a ,t - �:.�..W ` Z �L ` r �� �u tr .f.,S.a ,� .,..�'.""'i'.�r.i'"at;`"�SY'�' �`�-s ^'�.� ,. a �."`$'"". { �2- t c ".'.�.'""."` x�- i t' t �'*`�""�"'��#t f ig k -r ,�u-,,.�' ���� }{;� � �f}�,� - fi /�.�.' KxlCr� 2 �'3� z £ra .-: him --.'ai � � `S-Y .: � t fr�*�'"3 - ��� .i 'iF�� �4 f � _ s �. J, Lucas C. Menebroker Vice President /Area Manager PROFESSIONAL EXPERIENCE Mr. Menebroker has had over 8 years of experience in managing and coordinating the performance of large diameter water and wastewater pipeline construction contracts via open. -Cut and trenchless methods. He has successfully worked on challenging projects with various Municipal and Private Owners. S.J. Louis Construction of Texas, Ltd. Area Manager Education Real Estate Finance and Developmerd Finance Graduated 2008 USAF Veteran Certifications OSHA 30 CPR/FkstAid Certification Competent Person Confined Space Entry INDUSTRY TENURE 8+Years 2014 Present Houston, TX Duties include bidding, managing, and coordinating the performance of 'all construction contracts in the Greater Houston Area. Supervise, manage, and support the activities of project managers, project coordinators, field staff, and support staff. Responsible for overall area operational performance. S.J. Louis Construction of Texas, Ltd. Project Manager 2012 - 2014 San Antonio, TX E Managed and coordinated the daily operations of multiple large -diameter water and wastewater pipeline projects. Supervised and supported the daily activities of project coordinators and subcontractors. Prepared and submitted competitive bids on various construction projects. Procured and negotiated major material purchase agreements and scheduled labor and equipment resources for several active projects. Coordinated with Owners of Utility Projects and other involved stakeholders. S.J. Louis Construction of Texas, Ltd. 2008 - 2011 Project Coordinator San Antonio, TX Responsibilities include purcFiafiing, pay estimates, •oubcontracts, payra4 ts, submittals, coordination with project owners, engineers and Inspectors, planning, scheduling, closeout and estimating assistance. SA LOUIS' u y Samuel D. Montoya Education Flange & Wildlife Management Project Manager Graduated 1992 certifications PROFESSIONAL EXPERIENCE oss->A ao C CPR/FirstAid Certification Mr. Montoya has over 15 years' experience managing and Competent Person-� coordinating construction of large diameter water and wastewater pipeline projects via open-cut,and trenchless Confined Space Entry methods. He has successfully worked on challenging projects with multiple Municipal and Private Owners. INDUSTRY TENURE 15+ Years S.J. Louis Construction of Texas, Ltd. 2014— Present �1 Project Manager Houston, TX Managed and coordinated the daily operations of multiple large -diameter water and wastewater pipeline projects. Supervised and supported the daily activities of project coordinators and subcontractors and material suppliers. Procured and negotiated major material purchase agreements and scheduled labor and equipment resources for several active projects. Coordinated with Owners of Utility Projects and other involved stakeholders. S.J. Louis Construction of Texas, Ltd. 2012 - 2014 Project Manager San Antonio, TX _ Managed and coordinated the daily operations of multiple large -diameter water and wastewater pipeline f projects. Supervised and supported the daily activities of project coordinators and subcontractors and material suppliers. Procured and negotiated major material purchase agreements and scheduled labor and equipment resources for several active projects. Coordinated with Owners of Utility Projects and other Involved stakeholders. S.J. Louis Construction of Texas, Ltd. 2002 - 2011 Project Coordinator San Antonio, TX Responsibilities include purchasing, pay estimates, subcontracts, payments, submiitals,�coordination with project owners, engineers and inspectors, planning, scheduling, closeout and estimating assistance. Terry Morgan r s' Education t t*& ; 345 3 Construction Management' Superintendent ! Quality Control Manager Graduated 1993' Certifications PROFESSIONAL EXPERIENCE ; OSHA so Competent Person 20+ years' experience in heavy highway, underground utilities, commercial site work, bridge work, paving, rail and ContYned space Entry light rail. Effective leader and team builder dedicated to f . achieving on -time and on -budget projects. ffNDUSTRY TENURE r �'��O+Years 50 ;. 4Y,4a zl f j .v?�_ S.J. Louis Construction of Texas, Ltd. July 2015 — Present Superintendent / Quality Control Manager Manage daily operations of pipe crews, coordination with owners, engineers, project managers, project coordinators, and subcontractors. MCM Inc. ' Superintendent i 2011 - 201 B General operational and cost control for projects, scheduling and maintenance of schedule, coordination i with owners, dispute resolution. B&K Construction, Inc. 2011 - 2008 General Superintendent i Reviewing data to determine material, labor and equipment requirements and prepare bid forms, compute cost factors and prepare estimates used for managgement, day to day project operations, identify problems I and determine corrective action, proper layout andstaking of project and coordination of subcontractors, liaison officer between owner and company, scheduling and change orders, budgeting and equipment and. personnel projection needed for projects. j r r 7 .ass^-, n ,7...7 .,. ;777 �, �. < PROJECT EXPERIENCE PROJECT Northwest Water Reclamation Plant Phase 1A Outfall Line CONTRACT AMOUNT $8,375,658.00 LOCATION Lubbock, TX DESCRIPTION 18,700 LF of 36" FRP outfall pipeline, 15,700 SY of 6' ilex base and 2" HMAC, and concrete outfall structure. OWNER City of Lubbock CONTACT Mr. Zoltan Fekete, P.E. COMPLETION DATE Currently in construction STRENGTHS 1, 20+ Years of heavy highway / utility constriction Z Able to communicate and interact effecfively with individuals at all levels 3, Able to handle multiple project concurrently 4. Able to direct and lead other to produce desired results i 5. Able to create a workable schedule to meet deadline efficiently 6. Able to develop and implement new systems when necessary 7. Able to work independently and under pressure to meet deadlines 8. Computer literate, can quickly learn new software, proficient with Heavy B'id. Primavera, Paydirt/Terramodel and Auto Cad , 9. Extensive experience in asphalt paving and asphalt plant operations and material crushing operations I 10. Experience in roller -compacted concrete and concrete paving 11. Machine control 2D/3D (it 7,a.,.- T "," "7'>""""'"tri Kenneth Glover -Quality Control Manager PROFESSIONAL EXPERIENCE For the past 17 years, Ken Glover has proven himself as an invaluable asset for S.J. Louis Construction as Quality Control Manager. Over that period of tune, Ken has managed a vast array of utility water, sewer, and large storm sewerrprojects for several different municipalities as well as state and government agencies. He has shown project after project, the Integrity and forlitude to achieve his project objectives, while paying close attention to project safety and maintaining minimal Impact on the project environment. Over the past six years, he has overseen project totals of nearly $22 million for the North Texas Municipal Water District, $35.9 million for the City of Amarillo, and $25.13 million for our other municipal clients. We believe that he has grown to be an elite QC Managerand has continued to perform at the highest level that we expect from our employees. S.J. Louis Construction Qualify Control Manager } '•Nai�thirr�lilghS¢tsoot'�_� j'='. I VVi/llllGlt "�7i.tiS6iG,,G.1,��/�/4• �'�V-1:�. .;Competent P ersonf :GPRA FIrstAid ice','• �. ``•� �. . , , , _ � ? £,`•' -,, 3 ryC� �v � � . ••� " "•• �i' .•7"ih �ti jnt�isrrrr�r€uua� � ' . t 32�1'�eet8i;'�,�� d �' • 1998 - Present Mansfield, TX Over 30 years of construction experience as a Quality Control Manager, Project Superintendent, Team Leader, Feld Engineer and Pipe Foreman. Successfullymanaged pipe crew In the installation of water, sewer and storm sewer pipe. Current duties include overseeing the everyday supervising of rbuhiple project managers, foreman and utility pipe crews In Installation of water, sewer and storm sewer pipe, Duties as a team leader included supervising utility pipe crew in the Installation of water, sewer, storm sewer pipe. John D. Stephens Field Englneer/RCCP Pipe Foreman 1986-1998 Duties Included Installation of 36 mites of 90" TRWA, Richland Chambers Raw Water, 5 miles of 54" RCCP & ductile-- Hwy. 1 Cobb, Co., Georgia; Instailed'108' Price Brothers Pipe —Georgia Billy Casstevens Surveyors Instrument NJain to Party Chief Duties included all aspects of surveying and limited drafting experience. Freese & Nichols Engineering Surveyor - Duties Included preliminary surveys, topography, and line slaking. 1983-1986 Arlington, TX 1982-1983 ..,- t` s'v"."{",�` :��'»,�`"�'i '.. }-.rn•.rr�-.+.., � � ..; ' .,.+r"..�.-"".�5«,�.rr'.` .yp"' _4 t`"�%y,�"f� a�.a`t�!'�'kj*'• _'""�Y•"^'� ¢ �r �w� : t ,fir _. • 3 � � z—,�'�'.ft`` -'2 �', a '� s, a - . s. ..-�x .{ .,..�s . , < �; � f } {-.�. 2 �v �rn.v.< [S g.x�.ie3•.#� :'� .�x! i : Y c w,..., -.i ,t� v" s )NTRACT AMOUNT )CATION SBCRIPTION )NTACT ►MPLETION DATE tOJECT ►NTRACT AMOUNT ►CATION ON DATE OJECT NTRACT AMOUNT CATION UNIAU1 O!dP P -'A DATE ROJECT ` ONTRACT AMOUNT OCATION MPLETION DATE CONTRACT AMOUNT LOCATION DESCRIPTION COMPLETION DATE PROJECT EXPERIENCE Eastside 11— 64" Water Main, Phase IN $4, 920,941.11 Fbd Wo& TX Approx. 6.460 LF of W. 2,650 LF of W PVC,1,210 of 78' Linear Pule Tunnel by Hand CRY of Fat Worth, TX. Tony Shotota, 817.392-60M June 2013 Ward County Water Supply Transmission Pipeline A & 8 $52,732.408.00 BW spring. TX 142.12 LF of 48' and 76,139 LF of 42' Steel Water Line Colorado River Municipal Water District Nick Lester,P.E., 817 735-7300 — Freese & Nichols Nwember2013 Potter County Well Field Collection System Pipelines TWDS No. 21628 $11, 387.713,61 Amaripo,.'iX 108.000 LF of 12' to Be PVC Water Line —This project was on an extremely tight schedule City of Amarillo. TX Floyd Hartman, SDB378-BM July 2012 Potter County Well Field Transmission Line $24,616.941.00 Amarillo, TX 56,550 LF of 48' and 38,050 LF of 42' 8303 Concrete Water Lines, City of Amarillo, TX Floyd Hartman, 806-37&SOW February 2012 Northside R 48" Water Main, Ph i Parti, City Project No 02082 $8, 626,144.45 Fort Worth, TX ApproX.12,805 LF of 48' RCP,1,200 LF of 727 casing, 72' tunnel liner plate ,1.200 LF of48' water carrier pipe. City of Fort Werth, TX, RobertSauceds, 817-392-2W7 February 2015 " :510:Sv - r 4t t Educatidn ill of t S{re CARLOS S { G U ENZA �"'°°°°"�t��; #� Giralen,ets k ; ty ;3 'S-afety-Field-Supervisor ! 3� Ctete�: _astia 132 eeri,eu itne.Y��.. PROFESSIONAL EXPERIENCE Carlos tree over 20 years' experience in the safety industry, as Field Supervisor he manages overall safety, production, profitability, oversight and coordina8on.of projects for excavation of trenches and tunnels for utility system installation Recommend adjustments in methods, procedures or equipment to ensure compliance wVh applicable OSHA safety and EPA environmental codes and standards. Carlos is a vital part of S.d. Louis and our commitment to safety. r re+ t" Kw wow - [rdan s tl At tt :YB ' z0':%• J. Louts Consfrgctfon of Texas, Ltd. 2014 -: PreeeM )nstructign Safety Field Supervisor Mansfield, W . ifety field supervlsormanage oversp safety, Producttan, profrtab�ily, oversight and coordtneVan of pm*ts for exCayatlbn of inches and tunnels for Wily system Waffation, recommend adjustments In meftds, procedures or equipment to enswe impffance with appllcable OSHA safely► and EPA envfnmental codes and standards.. Accident & Incident fnvsstbaffbim jury and Wness record kee ng• Manage employee wellness light duty company program. Manage and provide company fah► f s*fg program for the MetrWex area crews. Wynn hrm Arlington 2013-2014 instruction Safety and Health Specialist Arlington, VA 9nagement and ovewdght pf safety program for Pentagon Renovation Project and Pentagon Alternative Sites Projects Pennsylvania. Recommend adjustments In methods, procedures or equipment to ensure compliance with applicable SHA safely and EPA environmental codes and standards, espedaffy, the Cops of Engineers Safety Manuel EM 385- 1. oversight ofrecords for injury and Iriness rates for general industry and construction. otal safetyInc. 2072 2018 Construction Safety and Health Specialist Arlington, VA rovide Innovative solutions to safety challenges. [provide IH (Industrial hygiene) support and sarvfces forgeneral industry nd construction. Oversight of records for injwty and illness rates forgeneval Industry and construction. Support and provide mprehensfve tn3lning programs. Prevention of incidents Is the cornerstone of the Environmental Health & Safety process. �ftlts to construction sites and review reports of the constriction steff to observe and study construction methods In dealing h typical hazards and recommends appropriate corrective action, g necessary. 4ECOM 2004-2012 nstruction Safety and Health Specialist Arlington, VA anegement and oversight of safely program for Pentagon Renovation Project and Pentagon Alternative StUs Project& nsure compliance wffh applicable laws, OSHA, EPA, EM 385-1-1 regulations, and Department of Defense standards for I ,Revlew.of contractorpreltmloaryAPP (Accident Prevention Plan) .and AHA's (Acthrlty.gazard Analysls) to ensu r • f �n environmental codas AM adhered to.. MY,- iffik cc�stri io , mSec'f"$ s. �imea�s Canadian River Municipal Water Authority P.O. Box 9, 9875 Water Authority Rd Sanford, Texas 79078 Phone (806) 865.3325 Fax (806) 865-3314 wtvw.crmwa.com December 7, 2016 may concern: is to confirm and serve as a reference for the pipe installation work by S1 Louis Construction for the Canadian River Municipal Water Authority SJ Louis installed over 2-miles of large diameter pipe in a short time period rt notice. CRMWA serves water to 11 cities totaling % million people so this important project for the region. scovered several large areas of damaged pipe and needed to replace them s before the summer months. The project was on a tight schedule and they helpful with any issues that arose. We found both their management and to be conscientious of their work and wanting to have a successful project. could not have gone any better and SJ Loius was a significant reason for its re would gladly work with them again should the opportunity arise. - white, P.E. onager iver Municipal Water Authority 125 le@crmwa.com .d:,7 f t .. ........u-.n... .�..,,.«.i ....e;s,.a•ou+,...e ria+...ss:....�..�, .. �.,..!!...u.sa...vkxL..�..-......,..i...tr�.,.,-...,a.....,, f1 Ch 2AVK,-,, November 21, 2016 SJ Louis Construction of Texas 10515 Gulfdale, Suite 111 San Antonio, Texas 78216 Water Business Group cr12M 441 Executive Center Blvd.. Se m 110 0, 915-543-9089 F +1 915.545.2859 Re: Contractor Recommendation SJ Louis Construction of Texas, Bid No. SW43-15 Magnolia Stormwater Gravity Line To Whom It May Concern, Based on our experience on this project we recommend SJ Louis of Texas for similar water conveyance projects. The scope of SJ Louis' Completed Work on this project is described below: Installation of approximately 1,200 linear feet of 84-inch and 62 linear feet of 60-inch diameter stormwater gravity lines, including all appurtenances and crossings of TXDOT ROW at Gateway West, Interstate 10, and Gateway East. We have reviewed the overall performance by SJ Louis Construction of Texas, Ltd. (SJ Louis of Texas) and offer the following comments: 1. COMMUNICATION: Mr. Ted Zamora acted as the Project Manager and Mr. Clyde Meyer acted as the Superintendent for the duration of the project. Misters Zamora and Meyer maintained gaud Lviomunication throughout the project and were in attendance by telephone or in person for all progress meetings and were available to meet when construction issues arose. 2. SAFETY: The contractor's overall attention to job safety was acceptable as no lost time injuries were reported. Mr. Clyde Meyer who was reminded on several occasions by CH2M RPR to wear his safety vest, with that exception remaining personnel were wearing safety vests and hardhats during Engineer visits. SJ Louis did a good job maintaining safe conditions on the three tunnel shafts and 2 tunnels. CH2M RPR observed what appeared to be minimal ventilation and had Contractor complete air monitoring and increased ventilation in the 1-10 tunnel. A sinkhole developed at the south end of the Gateway East tunnel crossing from incomplete compaction on the waterline relocation and UPRR rubble removal above the tunnel — all exited the tunnel safely after the incident. With attention to the daily details by CH2M's RPR, the Contractor used proper trench safety procedures on the trenching and shoring for Installation of the 84-inch diameter HOBAS CCFMP pipeline in sandy soils on UPRR property. 3. SCHEDULE: The Contractor met the Substantial Completion date, ended their field work before the Contract Final Completion date, and no liquidated damages were needed/assessed. The Contractor completed their close-out package and their certified payroll as well as subcontracts submissions in a reasonably timely manner, allowing for Final Completion for paperwork in a reasonable period. 4. SUBMITTALS: The Contractor provided submittal and resubmittals in a timely fashion with the only exception being the junction box near Gateway West, which was determined to be because of issues with Contractor managing their subcontractor and their submittal preparation. The submittals were generally well organized and complete. .y--*•r^.......,..^.,.,,.+wMsrr«'rrt^�"'-.,'.n,.+.» yin-n,-�,�„*r..�....-:**- .�*g�t -..tr y.�.,y^^.�.-.ty+w.'rsre+hi .,i »1 n^,�.,.^.rg -*ii+77 x?...f.sf f c f 5. COORDINATION: The project required coordination with the Engineer, Pump Station Contractor, UPRR, TXDOT, and El Paso Water stormwater operations. The Contractor's Superintendent provided timely notices and coordinated generally well with all parties. The Contractor was responsive to both Engineer and Owner throughout the duration of the project. 6. EXECUTION OF WORK: The contractor possessed adequate equipment to perform the required construction. Material was delivered to the site in a timely manner. The Project Manager and Superintendent provided adequate construction management and coordination. The contractor executed all work in a timely and manner with high quality construction. The quality of the work placed by SJ Louis was very good. 7. CLAIMS & CHANGE ORDERS: The Contractor addressed the few construction Issues that arose, without asking for additional compensation. No claims were discussed or made. S. SUPERINTENDENCE: Si LOUIS employed Mr. Clyde Meyer as the Superintendent. Mr. Meyer served In his role for the entire length of the project. Mr. Meyer brings a high level of experience with him to the project and provides a high level of service to the Owner. Based on our experience on this project we recommend SJ Louis of Texas for similar water conveyance projects. Sincerely, Michael Ancell, P.E. Project Manager CH2M HILL Engineers, Inc. 1-1 .... .».,._�-�nsax :a:u�fi �_. xts¢?.�+ ,r�.�-w.<m.o.�.s•x�.- ,zr�e:..a?'tr-.....�7t.c:�'`"m ,..2�-.�`rrso-�,.,�s,.�c r.�..�. x s..�.�.r k �. t..� CP xyj Partners for a Better Quality of Life December 17, 2015 Mr. Ted Zamora Project Manager S.J. Louis Construction of Texas, LTD 520 S. 61h Avenue Mansfield, Texas 76063 RE: Construction of University Blvd Phase I — 36" Water Transmission Main Dear Ted, S.J. Louis was the successful bidder on the City of Round Rock's University Blvd. Phase I - 36" Water Transmission Main project, which was part of the overall two phase project. The overall project created a water loop to allow for future development of eastern Round Rock. Construction began May 19, 2014 and was completed on time in April 2015. S.J. Louis also met an interim milestone completion to deliver water to an adjacent development by September 1, 2014. All contract modifications were resolved with a collaborative attitude among the individuals involved. Thank you and your S.J. Louis team for your contributions to the overall success of the University Blvd 36" Phase i — 36" Water Transmission Main Projeci. It was a pleasure to work with all the members of the S.J. Louis construction team. Each contractor had to perform well in order for the overall project to meet its goal of finishing on time. It is notable that construction change orders were minimal Thank you for following up on the final closeout details for the contract. Best Wishes, q4a4--,- WQ. Jesse Penn, PE Phase I Project Manager CP&Y, Inc. i 360L9 Research &vd , Suite 300 Austin TX 75750 512 349 0700 .512 349 0727 fax WWW cpyi.cam w»77 Fv , z., Mayor Counclimembers Alan McGraw Craig Morgan Frank Leffingwell Will Peckham �yor Pro-Tem Writ 6aese George White Kris Whitfield Mr. Ted Zamora S.J. Louis Construction 10515 Gulfdale St. Ste. 1 I I San Antonio, TX 78216 City Manager Laurie Hadley Attomey in L. Sheets RE: S.J. Louis Construction -University Boulevard (Phase 1) and Parcel 150 (Phase II) Recommendation Letter Dear Mr. Zamora: We are pleased for the work that S.J. Louis Construction has made on the above reference project. Approximately 8,000 If of 36in transmission water main was installed along University Boulevard and approximately 7,000 If of 36in transmission water main along future Arterial A roadway. This project was completed months ahead of substantial completion and modifications were resolved with a teamwork attitude which include Design Engineers, S. J. Louis staff, and the City of Round Rock project team. On behalf of City of Round Rock, I want to thank S.J. Louis for its contribution to the overall success of this project. It was a pleasure to work with S.J. Louis construction team and found that the personnel to be very professional and easy to work with. The project came in under time allowed and under budget. In short, very well done and hope to do work with S.J. Louis Construction on future projects. Regards, Eddie Za11?�a a Project janager Senior — City of Round Rock C TY OF ROUND ROCK 2008 Enterprise Drive, Round Rock. Texas 78664 LitiiitiesAdmin: (PI 512.218.55S6 • Environmental Services: JP] 512.218,5559 Water and Wastewater Line Maintenance: f P1 512.218.5555 • roundrocktexas.gov N �� Ma��- SHEFFIELD ASSET MANAGEMENT COMPANY, INC. August 19, 2015 To Whom It May Concern: rS.. J. Louis Construction of Texas Ltd. constricted a two mile sewer interceptor line, 1 Whisper Valley 30 Wastewater Interceptor, under the direction of Sheffield Asset Management Company. We 1bund Lucas Menebroker and the personnel to be very professional and easy to work with. The project came in under time allowed, under the budget and bid, and with no change orders. In short, it was very well done. Gary Zent heffield 1'resi 9507 6RAN1.31;RY HI(i11WAY, WI`*HIIi1tI )RD, TX 76087 X17-61;1-1309 I'll 817-341-7911 FAN `�—��+- . �`�z v _�s,� ��-' y � �-.;, tea. ��..�'.,_ �'�?, _.�, ����� - _ � �'• �_ � � .,.. 2 . �. - n. . � �� � 1 nLockwood, Andrews &Newnam, Inc. A LEO A DALY COMPANY November 15, 2016 Letter of Recommendation for S.J. Louis Construction of Texas, Ltd. To Whom It May Concern: As a Senior Project Manager for Lockwood, Andrews & Newnam, Inc. (LAN), I had the opportunity to work with Mr. Derrick Gage of SJ Louis Construction on the Pilot Knob 30-Inch Regional Wastewater Interceptor, Phase 2A project. This project was located in southeast Austin, and was reviewed and permitted by the City of Austin and Travis County. The Phase 2A pipeline project included the installation of 1,660 linear feet of new wastewater line and 5 new manholes, which included approximately 920 linear feet of PVC pipe installed by open - cut construction, and 740 linear feet of fiberglass -reinforced polymer (FRP) pipe installed utilizing trenchless techniques. The 30-inch carrier pipe within the trenchless section was installed inside of a 54- Inch diameter welded steel casing pipe. The overall pipeline installation depth varied from 20-it to 50-ft, with the deepest section Installed within the tunneled section. Groundwater was encountered within the open trench, but was easily managed by Louis. The project passed all testing and inspections for the p;YY _. d manholes with no issues, and the pipeline was installed on line and grade. There were no major issues that SJ Louis was not able to handle, and there were no significant change orders on the project.. Overall, the project was Substantially Completed 3 weeks ahead of schedule. l would recommend Mr. Derrick Gage and SJ Louis for future pipeline improvement projects. Thank you, IUA,�i Oj4 Travis Michel, PE, CPESC Infrastructure Manager Lockwood, Andrews & Newnam, Inc. 8911 N. Capital of Texas Hwy. Bldg. 2, Su@e Z30D • Ausdn, Texas 78759 • 512.338.4212 • F= 512.338.4942 • wwwAn-hx.com ` r n.`"�t�� .'�, � n�- � � a. 1 , ... .. .,. �..✓. ... .�..».. e.. �._.. ....,...our_....,.. ti.,w....+-.wv.r.+n........c_...r........................ r.-•,.n•.....auib+ikSl..i+'Y4L:.d...i%tin:o.s�iy?F -a1 y:�sas3.FVF.:atX; £3 BRIERLEY ASSOCIATES Creating Space Underground September 26, 2016 Letter of Recommendation for S.J. Louis Construction of Texas, Ltd. To Whom it May Concern: My name is Kevin Mandeville, P.G. and I serve as the Project Manager for Brierley Associates on the City of Austin owned Pilot Knob Wastewater Interceptor Project — Phase 2A. Brierley handled the engineering design for the tunnel component of the wastewater interceptor in Austin, Texas. The overall phase 2A portion of the project included the installation of approximately 1,660 linear feet of new wastewater line, of which 740 linear feet was installed utilizing trenchless techniques. The 30-inch carrier pipe within the trenchiess section was installed inside of a 54- inch minimum diameter welded steel casing pipe. The tunnel alignment and associated shafts encountered saturated residual soils overlying the much older, Cretaceous -aged bedrock of the Austin Group (Kau) and Pilot Knob Tuff (Kpt). The site was situated on the northern flank of the ancient Pilot Knob volcano adding to t�,G Lo�:,� :axity of the geology found In this area. The limestone of the Austin Group (Kau) is often found interbedded within Cretaceous -aged Pyroclastic Rock from the Pilot Knob volcano. These challenges posed no problem for S.J. Louis Construction of Texas, Ltd. I have had the pleasure of working with Derrick Gage on this project and hope to have the opportunity to work with him again in the near future. The tunnel was easily the most high risk construction component on the project and S.J. Louis delivered ahead of schedule on this exciting project. I would recommend Derrick Gage of S.J. Louis Construction of Texas, Ltd. for your next challenging subsurface project. Thank you, J� s Kevin Mandeville, PG Associate/Project Manager Brierley Associates Corporation 15808 Ranch Rd. 620 N, Ste. 210, Austin, TX 787171512.219.1733 1 www.BrierleyAssociates.com z r.....,fs...vw..�.a.-+.c.+..—.,.-.-.�..,�.�..-.�.�.s.._.�.. �..}.,..........,�.v...�i........».�-t.._.._�..+-...�._...a.««... �.y.n�t-ire. .d .s.fr ...-4 .. ..-,._..�. ..<.. .., a....i.. �. u, r.ve ,n � .. ....«-�..-.a .... aw.nuv.-...... �. �.._...... .s -------------------- December 2, 2015 Robert "Derrick" Gage Project Manager 5J, Louis Construction of Texas Ltd. P 0 Box 834 Mansfield, TX 76063.0834 Re: Letter of Reference (Highland Sewer Redirect Phase 2) To Whom it May Concern: ERNEST R. WILLIAMS, Chairman ALBERT CARDENAS, Vice -Chairman ANTONIO "TONY" AGUIRRE, JR., Truster CHARLES E. AMOS, Trustee VERONICA V. WHITACRE, Ex -Official Commissioner MARCO A. VEGA, P.E., General Manager This project consisted of the installation of about 4,500 linear feet of 27-inch pipeline along the west side of a drain ditch, Including the demolishing of a lift station, and the tie-ins of 10", 12", and 15" gravity laterals. The general contractor, S.J. Louis Construction, was found to be the lowest responsible bidder and was awarded the construction contract. As the Owner's project manager I can provide a first-hand account of the construction work and attest to the quality of the work performed by the general contractor. One aspect in particular that stood out since the get -go from S.J. Louis Project Manager assigned to this project, Derrick Gage, was his professional and approachable demeanor. To me, this quality helped greatly when addressing and resolving construction issues out in the field and design changes. This project was completed within budget and within the expected timeframe. I can attribute this project'ssuccess to the overall construction experience SJ. Louis Construction has on these type of pr^jeµ- , es well as the exceptional communication that the McAllen Public Utility Staff had with the contractor from the initial stages. Constant accessible communication with the contractor helped promptly address field changes, onsite materials testing, pipe testing, coordination of road closures, delivery of materials, and site access logistics. Mr. Gage coordinated and communicated with other entities such as the railroad commission and the irrigation district to make sure that their construction schedule would not be hindered. SJ. Louis Construction proved once again to have competent supervisors and experienced employees. I was Informed that they have completed other projects for the City of McAllen, and I've received positive feedback on these previous projects. This was my first time working with SJ Louis and I can truly say that I'm very pleased to have had them as the general contractor on this deep gravity sewer project. I'm looking forward to working with them again an future projects. Please feel free to contact me for further feedback or If you have any questions. Regards, r _ Sergi Espinoza, PE Utility Engineer McAllen Public Utility 311 N.15`" St McAllen TX, 78504 1300 W.14OUSTON AVE,. - P.O. BOX 220 • McALLE:N. TEXAS 78505-0220 • (956) 681-1630 • fAX (956) 681-1639 • www.meattenpublicutifty.com 77777, � i f PUBLIC WORKS DEPARTMENT Project Management Division 505 Barton Springs Road, Suite 900, Austin, TX 78704 Phone 512.974.7213 Fax 512.974.2222 Email demira.wyatt(aaustintexas.gov July 22, 2015 Robert "Derrick" Gage Project Manager S.J. Louis Construction of Texas Ltd_ . P U Box 834 Mansfield, TX 76063-0834 Re: Letter of Reference (Harris Branch Interceptor "Lower B") Wiseman Blvd. Water Main Extension & Westpointe East Sewer Extension To Whom It May Concern: I am the City of Austin's project manager for the Harris Branch Interceptor "Lower B" project, In which S.J. Louis is performing as the prime contractor of the construction contract. The project consists of constructing 7,500 LF of 36-inch diameter gravity wastewater Interceptor (and associated appurtenances) west of State Hwy 130 along Gilleland and Harris Branch Creeks to State Highway 290 and tying into the existing wastewater Interceptor. The project began spring 2014 and will be completed at the erg of Daly 2015. S.J. Louis' construction staff has proven to be extremely knowledgeable and vigilant of the projects construction needs, as well as fair throughout the duration of the project Their staff remains to be attentive to and compliant with all of the required codes, laws and regulations, approved design plans, and technical specifications/special provisions. S.J. Louis has been a pleasure to work with, partnering with the City of Austin staff as a cohesive unit from the onset of the project and continuing as the project is reaching its completion. S.J. Louis' construction team is competent and experienced through all facets, always treating City of Austin staff and citizens with respect, and I look forward to working with them again on projects in the future. if any additional information is needed, please feel free to contact me at any time, my contact information listed below. Demira S. Wyatt, MBA City of Austin PWD - Project Management Division 505 Barton Springs Road, Ste 900 Austin, TX 78704 (512)974-7213 (Phone) (512)974-7222 (Fax) Demira.WvattD—austintexas.ctov (Email) utuiL Liberty Mutual Surety Rdbemr. Roh 2854 Hwy 55, Suite 250 EWn, MN 55121 :oba xd4gHbcgymutual com Tdepho= 651-365-7497 Fax: 651-365 7498 September 18, 2015 To Whom it May Concern: Re: S.J. Louis Construction of Texas, Ltd. Liberty Mutual insurance Company has been proving surety credit to S.J. Louis Construction, of Texas, Ltd. (S.J. Louis), for more than ten' years. We have approved bonds in excess of $200 meson with a backlog in excess of $500 million. Their financial stability and management team are exceptional. We would welcome the opportunity to provide bonds for S.J. Louis on your project and we consid--.rem one of the Industry's premier contractors. Approval of performance and payment bonds of all projects Is :., .s,; conditioned upon acceptable review of the contract terns and scope, bond forms and financing for the project as well as other pertinent underwriting information. The arrangement for performance and payment bonds Is a matter between S.J. Louis and Liberty. We assume no liability to you or third parties tf, for any reason, bonds for this project are not executed. Liberty Mutual 'Insurance Company Is listed on the U.S. Treasury Department's Listing of Approved Sureties and Is rated A (Excellent) with a financial size of XV by A.M. Best Company. We are fic ensed to write surety bonds In all 50 States. Please contact me if you have any questions. Sincerely yours, Liberty Mutual Surety -Robert J. Rath : Bond Manager Member of Liberty Mutual Group [ Bremer Bath June 5, 201S , SA Louis Constriction ofTcxas, Ud. Attn• Don Meyer 520 S.6o'Avenue ff Mansfield, TX 76063 Re: Reference Letter To Whom It MaY Concern: - + SJ. Louis Construction ofTexas, Ltd., 520 S.-0 Avena. Mansfield, TX and affiliates have been customers of Bremer Bank for the past 14 years, during which time they have utilized both deposit and loan reiationai►ips. They ourrently have available a twenty miilion. dollar . ($20,000,000) working capital line of credit, The crcditfacltities axiYesU'U' ,U Louis Construction of Texas are seournd by business assets and have been handled in an excellent meaner. Bremer Bank has a veryyfavorable regard for management and we consider S.J. Louis Construction of Texas vary responsible for their finanoial oommitments. If you have any questions, please fhel fieeto oonted me at (320) 656 3371. Sincerely, Troy R. Cameron . Vim President Bremer Bank ".: _ MAY 1 1 2015 Tdn'tiy River Auth©rky of Texas onstructlon Services Staff May S 21316 Mr. Adam Lunsford Lead Estimator S. J. Louis Construction of Texas. Ltd. 520 S. Sth Ave,, P.Q. Box 834 Mansfield, TX 76083 RE Trinity River Authority of Texas (TRA) Reference Letter Dear Mr. Lunsford: In accordance with your request, the purpose of this letter Is to forward to you my comments and observations relating to the performance of S. J. Louis Construction of Texas, Ltd, (S. J. Louis) on Trinity River Authority (TRA) Projects. It Is also my understanding that this letter may be used as a reference letter in obtaining a license with the State of Connecticut. As you are aware, S. J. Louis and TRA have a lengthy history of working together on many pipeline projects: WF-R1 Boyd Branch, Phase 1: $5 Milton project completed In 2014. Installation of 11,000 !(near feet of new 30-Inch up to 54-inch diameter relief pipeline and relocation of meter stailun I O.OW In Arlington and Fort Worth, TX. WF 3 Phase 1 Johnson Creek: $16.7 Million project completed in 2009. installation of approximately 11,000 linear feet of 5"ch and 72-Inch diameter corrosion resistant sewer pipe juat northeast of the intersection of interstate 30 and Highway 4180 In Grand Prairie, TX. • Approximately 5,5od linear feet of the pipe was installed_ by tunneling tp reduce construction Impacts to the City Park, road, and residential areas. MC5 & MC6 Phase IB: $7 Million project -completed In 2012. Construction of 6,536 linear feet of Winch sanitary sewer Interceptor including 2,295 linear feet installed by tunneling, associated manholes, and two junction boxes in Deltas, TX NE Lakeview Fbrce Main: $8 Million project substantially completed in 2008. Replacement of approximately 30,00p linear feet of 30-inch diameter fords main in Cedar Hill State Park near Cedar Hill, TX. Replacement was due to continuing failures caused by hydrogen sulfide corrosion and an increase In population growth. EF-6: $10.3 Million project substantially completed In 2009. 4.200 linear feet of 72 inch diameter pipeline arid 9,000 linear feet of 60-inch pipeline in Irving, Dallas and Farmers Br4nph, Texas, constructed in the frpp9bline of a 33-ireh 1ntprceplor that was previpusly removed fr.6M sbrvics. This prbjobf Was initiated to provide additional capacity. P.O. Box 6D Arlington, Texas 760N Metro: (617) 467-4M Thlefim (1117) 417-D3137 `pd ` 8 Mr. Adam Lunstord May 6, 2016 Page 2 BE--G;-$2.9.MMon.pmjeci-wmpWd-"866.--eon =near feet of 48-Inch diameter pipeline, as well as construction of a now meter station and several Junctibn boices. EF-2, Phase is $22.9 Million Joint venture projoct with Oscar Renda Contracting awarded In August 2013 and 75% complete. Construction of approyltnately 2.9 miles of I 08-Inch diameter pipeline being Installed by open -cut construction, 120 feet of road crossing by tunneling, two aerial creqk crossings, 200 linear feet of 48-Inch water One relocation, 5 junction boxes and 13 manholbs In Irving, TX One of the kdaresting Projects mentioned aboye.was NE LakavleW Force Main. Only i contractor bid on it, and Lee Whitman with S. J. Louis called me betre the bid and told me he thought they would be tho only bidder, and he was concerned that we might not award the projecL He said S. J. Louis was still going to bid It as If It had competition and give us a good price. Sure enough, S. J. Louis' bid was well under the engineer's estimate, so we had no trouble convincing the Board of DkWors to award the project Each of the projects above have been challenging, big pipe projects. S. J. Louis approaches each project with adequate manpower, equipment and resources to get the job done. Its team has been able to adapt quickly to TRA!s document and record keeping management system and to work well with our staff. We have worked for several years with S. J. Louis, and if it were low bid an a project tomorrow, we would not hesitate to work with it. TRA wishes S. J. Louis good fortune In the submission of your application for a license toth the State of Connecticut. RichardPostma Assistant Construction Services Manager AV S.J. LOURS CONSTRUCTION OF TEXAS LTD. 2912 W. Davis St Suite 310 832 767-4964 Office / 832-7674681 Fax Conroe, Texas 77304 Equal Opportunity Employer / Contractor December 13, 2016 City of Lubbock Purchasing and Contract Management 162513th Street Lubbock, Texas 79401 Re: NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS PROJECT - PHASE 2 (RFP 17-13124-MA) k Evaluation Committee, When considering the bid proposal submitted by S.J. Louis Construction of Texas Ltd. "S.J. Louis' we ask that you please consider the further evaluation of Bid Items rr' 15-25, as we believe this work may not be necessary based on the documents provided. S.J. Louis has bid these items as proposed and instructed; however, the City of Lubbock will recognize an immediate savings of up to $407,775.00, should these items be underrun or not utilized under this Contract. j Also, S.J. Louis is submitting an aggressive completion schedule of 680-calendar days; which we hope is attractive to the City. We have attached a preliminary schedule for this project for your review. It is based on receiving Notice to Proceed in February 2017, We have also accounted for "Rush Week" in our schedule and believe there may be other opportunities to further expedite our schedule if awarded. We look forward to partnering with the City and its representatives on this project. Regards, S.J. LOUIS CONSTRUCTION OF TEXAS LTD. Lucas C. Menebroker Area Manager YD Mask lail, Name ., ,,._. .. ;,.. .. {Duration 3taA_.... .mesh .... .. llesour" Names -, . ....-Es++ra+ 10, Notice toProceld�. 0days Wed2/15/17 Wed2/15/17 2 _.; 9p Orhkal Submittals 60 days Wed 2/25/27 Tue 4/25117 1 ,µ1 ar Tunnel Crew Mobilization 30days Wed 4/26/17 Tue 5/30/17 2 d- ` a ' Open Cut Crew Mobilization 30 days Wed 5131/17 Tue 714127 3 Rush Week 2017 - NO WORK a days Sat 8/19/17 Mon 9/28/17 6 ; Q Tunneling Work 365 days Wed 5/31/17 Tue 8/14/18 3 7 to Open Cut Work 365 days Wed 7/5/17 Tue 9/18/18 6SS+30 days ' B Rush Week 2018 - NO WORK 8 days Sal 9/18/18 Mon 8127/16 9 01v Paving Work 360days Wed9/13/17 Wed11/22/18 7SS+60days to ". v. Coffer Dam / L043 inlet Structure 90 days Wed 8/15/18 Tue 11/27/18 6 11 or. Site Restoration (Ongoing) 26 days Wed 21/28/19 Thu 12/27/18 j 10 iZ 0% Substantial Completion 0 days Thu 12/27/18 Thu 12/27/18 11 P i y r Task ..,... gyjaA Swnmery ""°"""""•"""'• Mnwal Tall l ,. ,,:.M t Stan w+y 4. DeNOW 4� I Project Northwest Lubbock Dra 5p►i ...... Snannetas4 Dwa �*^».""."�? rrmhca,ry Nogress . Oste: Mon 12AVI 6 Mitrsl 9 Wo"PAlestane Wd ISuevnaryaeaup E.teauw tali% h*1 �;°..°,':+i:='t`P3bCt M""P"9M, - Summary it Inactive Sumn-y ftanual S—r I^"""7 Ewtemd Miest— r Pagel a �, I M. �m 771, 77,1171"1., i "IT ...... ........... .. ... .......... .. . ... .. .. . . ............. . ............. ....... 4�K Fw . • CONSTRUCTION OF Y r Northwest Lubbock Drainage Improvement Project - Phase 2 RFP 17-46457-MA Bidding Documents Table of Contents I. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT II. SAFETY RECORD QUESTIONNAIRE III. SUSPENSION AND DEBARMENT CERTIFICATION IV. CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 V. CONFLICT OF INTEREST FORMS VI. PROPOSED LIST OF SUB -CONTRACTORS VII. CONTRACTORS STATEMENT OF QUALIFICATIONS VIII. CONTRACTOR'S GENERAL INFORMATION IX. CONTRACTOR'S ORGANIZATIONAL EXPERIENCE X. CONTRACTOR'S PROPOSED KEY PERSONNEL XI. PROPOSED PROJECT MANAGERS XII. PROPOSED PROJECT SUPERINTENDENT XIII. PROPOSED PROJECT SAFETY OFFICER XIV. PROPOSED PROJECT QUALITY CONTROL MANAGER XV. CONTRACTOR'S PROJECT EXPERIENCE AND RESOURCES XVI. CONTRACTOR'S PROPOSED SUBCONTRACTORS AND VENDORS XVII. ORGANIZATION STRUCTURE XVIII. PROJECT MANAGEMENT TEAM FLOWCHART XIX. CURRENT PROJECTS AND PROJECTS COMPLETED WITHIN THE LAST 10 YEARS XXI. XXII. r r .:s +-� ". > _ _,. � was n q ,�s '' _ ,� ' .' _ ..ter CITY OF LUBBOCK 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 (I0) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this proposal. Lucas C. Menebroker, Area Manager tractor ( Original Signature) Contractor (Print) CONTRACTOR'S BUSINESS NAME: S.J. Louis Construction of Texas Ltd. (Print or Type) CONTRACTOR'S FIRM ADDRESS: 2912 W. Davis St, Suite 310 Conroe, Texas 77304 NOTE TO CONTRACTOR If the time requirement specil;ed 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 Citv of Lubbock at t806I 775-2572. PROPOSAL 17-13124-MA - Northwest Lubbock Drainage Improvements Project — Phase 2 Page Intentionally Left Blank 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 faetor. 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 (7NRCC) (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 otherstates 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. f C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. L.: d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following three (3) questions and submit them with their proposals: Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES X NO If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. LC14 Offeror's Initials 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 ofenvironmental 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 X If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction; Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO X If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its proposal submission, the following €n :`-Ormation 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: 0.84 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. r 6-Signature Lucas C. Menebroker Area Manager Title 2 _7 77 lnspection Detail rage t c wvh r Cu 0 nr% n Co r' DEPARTMENT OF LABOR f 1 0 ` OSHA Find it In OSHA Q. i f. For Workers - For Employers - Law & Regulations Data & Statistics - Enforcement Training & Education - ' News & Pub9cations - English About OSHA A to Z Index Contact Us FAQs What's New N Case Status: VIOLATIONS UNDER CONTEST Note: The fallrnMng Inspection has trot been Indicated as dosed Phase be aware that the information shown may change, e.g. violations may be added or deleted. For open cases, in which a citation has been ismm4 the citation Information may not be avallabie for 5 days following recelpt by the employer for Federal inspections or for 30 days following fecelpt by the employer for State Inspections. inspection:1130217.015 - Sj Louis Construction OF Texas Ltd Inspection Information - Office: Houston North f .1130217.015 Report ID: 0626600 Open Date: 03/03/2016 Louis Cmubixtion Of Texas L press Creek Dend Or. 0 Tuckerton Rd. preps, Tx 77433 Union status: Nonunion , NAICS: 237110/Vtater and sewer une and Related SMKWm Construction f Man". 2525 N. Loop W.Sniite s220, Houston, TX 77008 inspection Type: Planned Scope: Complete Advanced Notice: N 1 } Ownership: Private Safety/Heafth: Safety Close Conference: 03/24/2016 &nphasis: P:Trench, N.Trendr Close Case: Case Status: VIOLATIONS UNDER CONTEST Violation Summary Serious i WIWW Repeat } Other ; Undass ! Total Initial Violauarls ! 2 1 3 Current Violations ` 21 1 1 3 Initial Penalty $13,600 j i $38,5001 $52,100 Cihrrertt Penaky $13,600 ' $38,500 i $52,100 g � FTA Amount: Violation Items � 0 , W T ' Standard ' Issuance 'Abate � A ype Curt$ Init; Fta; i Conteg LastEhront 1. ' 01001 Serious 19260651 CD2 06/3D/2016 , $6,600 $6,600 : $0 a 07/25/2016 - 2. = 01002 Serials 1926D651 K02 06/M2016 ` $7,000 $7,ODD: $0 07/25/2tii6 ttt , 3. 02001 Repeat 19260652 A01 06/30/2016 E 36,506 $38,500 $0 07/25/2016' hltncv//www nchn onv/nl.qrmis/a.ctAhlishmenLinsnection detail?id=1130217.015 11/2/2C Occupational So" and Health Administration 200 Constitution Ave., NW, WashUgton. DC 20210 V St10MI.0742 (OSHA) TTY www.OSHA.gov FEDERAL GOVERNMENT White House AfWdabls Cara Act Ohmster Recovery Assistance USA.yov DtsabiNty.gov Plain Writing Act Recovery Ad No Fier Act U.S. Office of Special Counsel OCCUPATIONAL SAFETY AND HEALTH ABOUT THE SITE Frequently Asked Questions Freedom of Information Act A - Z b dex privacy B security Statement Freedom of Information Act Disclatmbrs Read live OSHA Newsletter Important Web Site Notfoes Subscribe to the OSHA Newsletter Plup-ins Used by DOL OSHA Publlcatlons RSS Feeds from DOL OMcs of Inspector General Acceaeblity Statement 101"w hin■nv nano tt1QRPP}tnt't APtstil4ui =11'Af}?17 015 1112/20 ® x ` b x UNITED STATES DEPARTMENT OF LABOR Occupational Safety and Health Adnrfnistration Zoo constitution Ave., NW, WeshlVon, DC 20210 t ODO-321-6742 (OSHA) TTY www.OSHA.gov FEDERAL GOVERNMENT OCCUPATIONAL SAFETY AND HEALTH ABOUT THE SITE. White House Affordable Care Act Disaster Recovery Assistance USA.gov Disablllty.gov Plain ViC"Act Recovery Act No Fear Act U.S. Office of Special Counsel Frequently Asked Questions A - 2 Index Freedom of Informatlon Act Read the OSHA Newsletter Subw1be to the OSHA Newsletter OSHA Publications Office of Inspector general Freedom of Information Act Privacy & Security Statement Discialmem Important Web Site Notices Pkg4ns Used by DOL RSS Feeds from DOL Accessibility Statement ht+nc•//�xnxnu Welts anvMlc/imic%etahlicbmnnt vinlatinn de+tnil?iri=11lt)217.fili&citatiOn id-01001 1 1/2/20 v WIN Sj Louis Construction Of Texas Ltd rage I r U11411CU 01M1Ca t DEPARTMENT OF LABOR T ®� 0 { OSHA :t Find it in OSHA C1j For Workers - For Employers Law & Regulations - Data & Statistics - Enforcement - Training & Education - News & Publications - English About OSHA A to Z Index Contact Us FA09 What's New Spanish Violation Detail 1 s standard abed:19260651 K02 $pelaUlc dpvdhtar Re _ qu#e 7wts Violation Items _ i W. 1130217.015 atation: 01002INuanoe: 06/30/2016 ReportingID: 0626600 �} 7 Viol Type: Serious Nriratanoes: 1 Contest Date; 07/25/2016 ` Abatement Date: 3 Nr Exposed: 2 Final Order. Initial Penalty: $7,000.00 RM Emphasis: Current Penalty: $7,W0.00 Gravity: 10 Haz Category: i} Penalty and Failure to Abate. Event History Two a Event Date i Pwalty } Abatement Type F rA Insp 1 Penalty Z: Issued 000/2016 ! $7,000.00 ; Serious j Penalty 07/25/2016 $7,000.00 Serious UNITED STATES DEPARTMENT OF LABOR Occupational Safety and Health Administretlon 200 Constitution Ave., NW, Washington. DC 20210 1. WO-321-6742 (OSHA) mr www.OSHA.gov FEDERAL GOVERNMENT OCCUPATIONAL SAFETY AND HEALTH ABOUT THE SITE �- White House Frequently Asked Questions Freedom of Information Act Affordable Care Act A - Z Index Privaq JR security Statement Disaster Recovery Assistance Freedom of Information Act Disclaimers USA.gov Read the OSHA Newsletter Important Web Site Notices Disabllky.gov Subscribe to the OSHA Newsletter Plug -ins Used by DOL Plain MkIng Act OSHA Pubtkatione RSS Feeds from Dom. Recovery Act Office of Inspector General AeoeseltAity Statement No Fear Act U.S. Office of Spedel Counsel l., hlin�://www.nRha.cov/nlr,/imi.-lestablishment.violation detail?id=1130217.015&citation id=01002 11/2/20 f s . NJ Louts Construction Ur 1 exas Ltd rugu i u UNI I Cu 0 1 M I CQ t DEPARTMENT OF LABOR T 1 0 OSHA 1 Find it In OSHA For Workers - For Employers - Law & Regulation - Data & Statistics - Enforcement - Training & Education - News & Publications - English About OSHA A to Z Index Contact Us FAOs What's Now Spanish Violation Detail Standard Cfted.19260652 A01 Rests lbrprnlec�'Ir syste» - violation items Nr: 1130217.015 Citation: 02001 nuance: 06/30/2016 ReportingID: 0626600 Vld Type: Repeat Winstances: 1 Contest Date: 07/25/2016 Abatement late: 3 Nr Expmed: 2 Final Order. E Inittal Penally: $38,500.00 REC: Emphasis: I Current Penalty: $38,S00.00 Gravity: 10 Haz Category: a Penalty and Failure to Abate Event HWWry l Type Event Date Penalty Abatement Type i FTA Imp i t Penalty Z: Issued OW30/2016 s38,5o0.00 Repeat i 3 Penally j 07/25/2016 ; #38,500 00 Repeat UNITED STATES DEPARTMENT OF LABOR Occupational Safety and Health Administration 200 Constitution Ave., NW. Washington. DC 20210 %. aOO-321-6742 (OSHA) TTY www.OSHA.gov FEDERAL GOVERNMENT White House Affordabb'.._rs Ad Disaster Recovery Assistance USA.gov Disability.gov Plain Writing Ad Recovery Ad No Fear Ad U.S. Office of Special Counsel OCCUPATIONAL SAFETY AND HEALTH Frequently Asked Questions A- Z Index Freedom of Information Act Read the OSHA Newsletter Subscribe to the OSHA Newsletler OSHA Publications Office of Inspector General i ABOUT THE SITE Freedom of Information Act Privacy & Security Stalement Disclaimers Important Web Site Notices Ph*Ins Used by DOL RSS Feeds from DOL Accessibility Statement httvs://www.osha.p,ov/pis/imis/establishment.violation, detail?id=1130217.015&citation_id-02001 l l/2/20 t _ Establishment Search Results Page I Occupational Safety- and Health,Adrnbdstration UNITED STATES f /' 1 '0 Find It in OSHA DEPARTMENT OF LABOR Occupational Safety and Health Administration About OSHA iPage 1 of 2 ` A to Z Index Contact Us FAQs What's New English) Sp$nish For Workers - For Employers - Law & Regulations - Data & btatistics - Enforcement Training & Education - News & Publications - Establishment Search. Results Establishment Date Range Office State f S.]. Lobs Construction of Texas Ltd. 11/23/2013 to 11/23/2016 all all Please note M& kispecYaw * hk h are k7om7 to be kxamplte wlp have the kbnd4ftAdivfty Nr-Oam In k3 k. LzbvkVm for drew open cases Is x espdauy d�iramk; e.g., v/da6wv may ba adood or dek&d � 3 ' Sort By. Date Name j Office Stye Return to Search F 1-2 of By Date Date Get Detail Select All Reset } t # Activity Opened RID St Type Sc SIC NAICS Vlo Establishment Name [] 1 1089796.015 09/04/2015 W25400 TX ConViaint Partial 237110 SJ. LOUIS Construction Of Texas Ltd. '' n 2 1000660.015 10/09/2014 0626600 TX Fat/Cat Partial ` 237110 1 SJ. Louis Construction Of Texas Ltd ' Establishment Search Results PageOccupational Safety,and Health Administration UNITED STATES DEPARTMENT OF LABOR Occupational Safety and Health Administration 200 Constitution Ave., NW, Washington, DC 20210 t. SW-321-6742 (OSHA) TTY www.OSHA.gov FEDERAL GOVERNMENT White House Affordable Care Act Disaster Recovery Assistance USA.gov Disability.gov Plain Writing Act Recovery Act No Fear Act U.S. Office of Special Counsel OCCUPATIONAL SAFETY AND HEALTH Frequently Asked Questions A-Z Index Freedom of lnformation Act Read the OSHA Newsletter Subscribe to the OSHA Newsletter OSHA Publications _Office of Inspector General [Page 2 of 2 ABOUT THE SITE Freedom of Information Act ! Privacy & Security Statement Disclaimers Important Web Site Notices Plug -ins Used by DOL RSS Feeds from DOL Accessbitity Statement E i i s Inspection Detail ( Occupational Safety and Health Administration _ gPage l of 3 UNITED STATES ' ®.1 0 Find R In OSHA 4 _..4. DEPARTMENT OF LABOR Occupational Safety and Health Administration About OSHA uAtoZIndex contact Us FAQ What's New English Spanish For Workers - For Employers -, Law & Regulations - Data & Statistics - Enforcement Training & Education I News & Publications - Inspection Detail Quids Link Reference 1089796.015 1 10006W.015 Case Status: CLOSED Inspection:1089796.013 - SJ. Louis Construction Of Texas'Ltid. Inspection Information Office: Austin t Nr:1089796.015 Report ID: D625400 Open Dabs. 09/04/2015 SJ. Louis Construction Of Texas Ltd. ' = 707 1/2th East Sth Sheet Unioci Status: NonlMion Austin, TX 78701 SIC: }J. NAICS: 237110/Water and Sewer Line and Related Structures Construction ,. Mailing: P.O. Box 834, Mansfield, TX 76063 a inspection Type: Complaint Scope: Partial Advanced Notice: N Ownership: Private � ' C..Fnl+rlYn�NF.• Cai.J.• rL,eo rnnferonro- nomdnnlR a Inspection Detail Occupational Safety and Health Administration EPage 2 of 3 Related Activity►: Type ID Safety Health complaint 1016514 Yes ! Case Status: CLOSED i t; �r Case Status: HOSED Inspection: 1000660.015 - S.J. Louis Construction Of Texas Ltd 4 k jS Inspection Information - Office: Houston North Nr: 1000660.015 Report ID: 0626600 Open Date: 10/09/2014 SJ. Louis Construction Of Texas LW r 2326 Sendera Ranch Road Union Status: Nontnlon ` Magnolia, TX 77353 SIC: NAILS: 237110/Water and Sewer Line and Related Structures Construction rvM Mailing: 520 S. 6th Avenue, Mansfield, TX 76063 Inspection -type: Fat/Cat Scope: Partial Advanced Notice: N Ownership: Private ' 5afety/Health: Safety+ Close Conference: 10/09/2014 Emphasis: N:Trench Close Case: 05/28/2015 Related Activity: Type ID Safety Health Accident 914925 G. Case Status: CLOSED Violation Summary Serious Willful Repent Other Unclass Total Initial Violations 1 1 Current Violations 1 1 r Initial Penalty $7,000 $7,000 Current Penalty $5,000 $5,0M FTA Amount Inspection Detail I Occupational Safety and Health Administration Violation Items # ID Type Standard Issuance. Abate Curet$ Init$ Fta$ Contest LastEvent 1. 01001 Serious 19260555 A08 03/31/2015 04/10/2015 $5,000 $7,000 $0 I - Informal Settlement UNITED STATES DEPARTMENT OF LABOR Occupational Sallety and Health Administration 200 Constitution Ave., NW, Washington, DC 20210 % 800-321-6742 (OSHA) Try www.OSHA.gov FEDERAL GOVERNMENT While House Affordable Care Act Disaster Recovery. Assistance USA.gov Disabft.gov Plain Writing Act Recovery Act No Fear Act U.S. Office of Special Counsel (;' CCUPATIONAL SAFETY AND HEALTH Frequently Asked Questions A - Z Index Freedom of Information Act Read the OSHA Newsletter Subscribe to the OSHA Newsletter OSHA Ppbiications Offer of Inspector General ABOUT THE SITE Freedom of Information Act Privacy & Security: Statement Disdainers i Important Web Site Notices Plug4ns Used by DOL f RSS Feeds from DOL Accessibility Statement t Page 3 of 3 Page Intentionally Left Blank SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred Covered transactions include procurement contracts for goods or services 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: S.I. Louis Construction of. Texas Ltd. FEDERAL TAX ID or SOCIAL SECURITY No. 36-4255294 Signature of Company Official: Printed name of company official signing above: Lucas C Menebroker, Area Mang&C Date Signed: December 13, 2016 S Y'9' 77, *.'Na 4 I Page Intentionally Left Blank I PROPOSED LIST OF SUB -CONTRACTORS Minority Owned Company Name Location Services Provided Yes No I. U' i FzGP{' Lta f LT!Lx < E4ft4t4 „ �A ❑ V 2. wcgg l FWrfiAMgL L.U. AsPlfAk Vt J ° !� 3. AHD laJ w) lmn&ck, 5aAu,lu l t egaLfo aJ S- AilrP ❑ 4. LlAtStoGK wig �f1tl _ MAI- A,,Ats rresro! 5. ❑ Q 6. ° ° 7. ❑ o 8. ❑ ❑ g, o 0 l o. ° a I I. ° ° 12. ° ° 13. ° ° I4. ° ° 15. ° ❑ 16. ° ° THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: SJ. Louis Construction of Texas Ltd. (PRINT NAMIE F MPANY) PROPOSAL 17-13124-MA- Northwest Lubbock Drainage Improvements Project — Phase 2 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 f IJI Page Intentionally Left Blank ,L I Ll L IJ FINAL LIST OF SUB -CONTRACTORS Company Name 1. V-Tech Environmental 2. AMD Engineering 3. Lubbock Labs 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. Minority Owned Location Services Provided Yes No Lubbock, TX Environmental/SWPPP ❑ X Lubbock, TX Survey/ Construction Staking ❑ X Lubbock, TX Materials Testing Lab D X ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ SUBMITTED BY: S.J. Louis Construction of Texas Ltd. PRINT NAME OF COMPANY THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN BUSINESS DAYS AFTER THE CLOSE DATE WHEN PROPOSALS ARE DUE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO PROPOSAL 17-13124-MA - Northwest Lubbock Drainage Improvements Project — Phase 2 Page Intentionally Left Blank r PAYMENT BOND BOND NUMBER: 190034877 r ISSUED IN FIVE (5) COUNTERPARTS STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that S.J. Louis Construction of Texas Ltd. (hereinafter called the Principal(s), as Principal(s), and Liberty Mutual Insurance Company (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of TWENTY-FOUR MILLION SIX HUNDRED SIXTY-THREE THOUSAND TWO HUNDRED FIVE Dollars ($24,663,205.00) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 26th day of January, 2017 to 17-13124-MA - Northwest Lubbock Drainage Improvements Project — Phase 2 and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 30th day of January 2017. Liberty Mutual Insurance Company Surety t *By% ( itle)V. DeLe e Marshall, Attorney -In -Fact S.J. Louis Construction of Texas Ltd. (Company Name) By: Les V. Whitman (Printed Name) (SignatGr General Manager (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Ricardo Reyna an agent resident in Dallas County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Liberty Mutual Insurance Company Surety By: ( rtle)V. eLene Marshall, Attorney -In -Fact - Approved as to form: City of o k, � r By: g-. Ciiy Attorney * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. No Text PaEe Intentionally Left Blank BOND NUMBER: 190034877 ISSUED IN FIVE (5) COUNTERPARTS STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that S.J. Louis Construction of Texas Ltd. (hereinafter called the Principal(s), as Principal(s), and Liberty Mutual Insurance Company (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of TWENTY-FOUR MILLION SIX HUNDRED SIXTY-THREE THOUSAND TWO HUNDRED FIVE Dollars ($24,663,205.00) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 26th day of January, 2017 to 17-13124-MA - Northwest Lubbock Drainage Improvements Project — Phase 2 and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this30tnday Of January , 2017. Liberty Mutual Insurance Company S.J. Louis Construction of Texas Ltd. Sure (Company Name) * ByUle)5D�ehene ` By: Les V. Whitman Ji Marshall, Attorney -In -Fact (Printed Name) (Signature) General Manager (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Ricardo Reyna an agent resident in Dallas County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Liberty Mutual Insurance Company Surety QY*B (Title) V. DeLene Marshall, Attorney -In -Fact Approved as to Form City o i bbock, t By: ty Attorney * Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. RA THIS POWER OF. ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. 7555619 Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Don E. Cornell; Kelly A. Westbrook; Ricardo J. Reyna; Robbi Morales; Sophinie Hunter; Tina McEwan; V. DeLene Marshall Y all of the city of Dallas state of TX < each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 30th day of November 2016 P,IN rNSV PL lNSUgq sty tN5UR1 ca�Wr� �� odour tir QeP�z�fi The Ohio Casualty Insurance Company s 1919 a 1912 3 1991 fl Liberty Mutual Insurance Company West merican Insurance Company rA .%Sr'NAMPSr'��'d� 9�J RS FCHU`� :NDIA�>` Y d r * * By. STATE OF PENNSYLVANIA ss David M. Care ; Assistant Secretary COUNTY OF MONTGOMERY On this 30th day of November 2016 p� y ,before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual insurance � d Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes p 3 therein contained by signing on behalf of the corporations by himself as a duly authorized officer. i r IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. j 9P pgsr COMMONWEALTH OF PENNSYLVANIA -CQ�onwF!< Upper Marion Twp., Montgomery Notarial Seat y _ 'N 7 Teresa Pastella, Notary Public By: �/2� " �' v /p Q'��^ z" OF u g ry County Teresa Pastella, Notary Public L L �\Q My Commission Expires March 28, 2017 j O 41 0 Member, Pennsylvania Association of Notaries C 1Fry C W This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual 4 Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: LARTICLE IV— OFFICERS — Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the president, and subject i to such limitation as the Chairman or the President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, j O c acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective ti powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation, When so =� executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. c ARTICLE XIII — Execution of Contracts — SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, 3 d and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their ° U respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so i executed such instruments shall be as binding as if signed by the president and attested by the secretary. i Certificate of Designation The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attomeys-in F fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of 201 . 'I INSV �Msu'? -ONSUq Q�t`" a�p�opq�Z�'n a 19t9 0 1912 °� ¢ 1991 2 By: .� i y b a Renee C. Liew sistant Secretary �iyFyNSM:PS���,ba ��i7y955ACStUS� ` Pc, 'NOIAY.P 102 of 300 L LMS-12873_082016 M...___ __ ____. .u� Paee Intentionallv Left Blank CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 TYPE OF PROJECT: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions ' ' ' f of the standard policies used b y this company, the further hereinafter er described. Exceptions xcepttons t o standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL M.4BILI7Y 11 Commercial General Inability General Aggregate $ ❑ Claims Made Products-Comp/Op AGG S 0 Occurrence Personal & Adv. Injury $ Owner's & Contractors Protective Each Occurrence $ ❑ Fire Damage (Any one Fire) $ $ Med Exp (Any one Person) AUTOMOTIVE LIABILITY Any Auto Combined Single Limit $ All Owned Autos Bodily Injury (Per Person) $ Scheduled Autos Bodily Injury (Per Accident) $ Hired Autos Property Damage $ Non -Owned Autos GARAGE LIABILITY Cam' Any Auto Auto Only- Each Accident $ u vwer wan rtulo wry: Each Accident $ Aggregate $ BULLDE"'S RISK 100% of the Total Contract Price $ EVST,4LLATION FLOATER $ EXCESS LIABILITY ❑ Umbrella Form Each Occurrence $ Aggregate $ ❑ Other Than Umbrella Form $ WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY The Proprietor/ ❑ Included Statutory Limits Partners/Executive ❑ Excluded Each Accident $ Officers are: Disease Policy Limit $ Disease -Each Employee $ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE (Name of Insurer) MUST BE SENT TO THE CITY OF LUBBOCK By: Title: The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto General Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. CONTRACTORCIIECKLIST A CONTRACTOR SHALL: X (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; X (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; X (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; X (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; X (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; X (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; X (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK 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, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARITCULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBLITY TO PROVIDE OT THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKER'S COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. 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 1_i 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 7 (G) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (IT), with the certificate of coverage to be provided to the person for whom they are providing services. Page Intentionally Left Blank F CONTRACT E CONTRACT 13124 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 26' day of January, 2017 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and S.J. Louis Construction of Texas Ltd of the City of Conroe, County of Montgomery and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: PROPOSAL 17-13124-MA - Northwest Lubbock Drainage Improvements Project — Phase 2 and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. S.J. Louis Construction of Texas Ltd.'s proposal dated December 13', 2016 is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance 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: S.J. Louis Construction of Texas Ltd. By: 4 4A4�v PRINTED E: Les V. Whitman TITLE: General Manager COMPLETE ADDRESS: Company S.J. Louis Construction of Texas, Ltd. Address 2912 W. Davis Street, Ste. 310 City, State, Zip Conroe Texas 77304 ATTEST: CITY OF L�YJ�BOCK, TEXAS (OWNER): By� — atrellc Joy, MA R O TEM I ,V�—� U.; DO FORM: 4 . Corporate Secretary Philips J. Vallakalil elli Leisure, Assistant City Attorney Le Jv, Page Intentionally Left Blank CONFLICT OF INTEREST QUESTIONNA FR F. CHAPTER 176 CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES I Texas Government Code 2252.908 Disclosure of Interested Parties Form 1295 House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. §2252.908, Texas Government Code requires the commission to adopt rules necessary to implement the new disclosure requirement and to prescribe the disclosure form. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Section 2252.908 provides definitions of certain terms occurring in the section. House Bill 1295 provides that §2252.908 applies only to a contract entered into on or after January 1, 2016. An interested party is defined as a person who has a controlling interest in a business entity with whom a governmental entity or state agency contracts or who actively participates in facilitating the contract or negotiating the terms of the contract, including a broker, intermediary, adviser, or attorney for the business entity. Contractors are required to acquire Form 1295 via the Texas Ethics Commission website. This requires registration, generation of Form 1295 with a unique Certificate Number & filing date, printing the form, notarizing and returning the form to City of Lubbock Purchasing & Contract Manage-nient Department. Once the form is received by the Purchasing and Contract Management Department, the Buyer associated with the project will log -in to the Texas Ethics Commission portal and acknowledge receipt of the form not later than the 30th day after the date the contract for which the form was filed binds all parties to the contract. This will complete the form for the contract with which the form is associated. The completed form will be made available via the Texas Ethics Commission website. Form 1295 can be generated via the Texas Ethics Commission web portal. The website and detailed instructions are located at: hops://www.ethics.state.tx.us/whatsnew/elf info forml295.htm I Pa2e Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT Paee Intentionall-v Left Blank n 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 is used in this contract, it shall be understood as referring to the individual or entity with whom Owner has entered into the contract, an agreement between Owner and Contractor covering the work. The contract supersedes prior negotiations, representations, or agreements, whether written or oral. The work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the contract documents. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or Resident Project Representatives as may be authorized by said Owner to act in any particular way under this agreement. Engineers, supervisors or Resident Project Representatives will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes referred to herein as the "contract" or "contract documents". INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no _._.. responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of 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. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. The pipeline must be backfilled, tested, final grading and seeding performed for substantial completion. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for layirb cut 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 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 V, I these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative (as distinguished from Resident Project Representative(s))has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint fry-- time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident Project Representative, as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance veitil till -- specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in t: c prosccution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such pointsas 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. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticip#ted profits on the work that may be dispensed with. If they inprease 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 workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written Vequest to the Owner's Representative for a written order authoAzing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the proposals are received, and if no such notice is received by the Owner's Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than seven (7) calendar days prior to the opening of proposals. In the absence of a requested clarification for a conflict in the documents prior to proposals being reviewed, it will be assumed that the Contractor proposes the higher cost alternative on conflicts identified after proposals are reviewed. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and Engineer and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safet34precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor.- A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A ADDITIONAL INSURED ON A PRIMARY AND NON CONTRIBUTORY BASIS AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKER'S COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS AND HEAVY EQUIPMENT. A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000.000 Combined Single Limit in the aggregate and per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury € Heavy Equipment . XCU B. Owner's and Contractor's Protective Liability Insurance. — NOT REQUIRED C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,000,000 Combined Single Limit per occurrence, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. D. Builder's Risk Insurance/Installation Floater Insurance. — NOT REQUIRED E. Umbrella Liability Insurance — NOT REQUIRED __... The Contractor shall have Umbrella Liability Insurance in the amount of $1,000,000 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverage's. F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $1,000,000. 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-....' 83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or, entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on l the project, for the duration of the project. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on the project, and provide to the ' governmental entity: 4 c_.1 (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 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. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the proposal specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the 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 thb project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30-point bold type and text in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-8044000 (www tdi.state. ft. us) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage, " and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and Engineer and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION = The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner and Engineer, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to offering. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner and Engineer and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the Notice to Proceed and contract documents, respectively, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $300 dollars (THREE HUNDRED) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. 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)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 It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the proposal; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative (as distinguished from the Resident Project Representative) may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than within twenty (20) calendar days of written submission by Contractor shall bey deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project, provided that the over run or under run of estimated quantities note exceed 15% of the estimated quantity. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner and Engineer, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK 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. 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 RP„*-sentative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other co:.tr: ctors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time but not to exceed 30 days after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or relating to such correction or removal. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed, (b) Claims filed or reasonable evidence indicating possible filing of claims, (c) Damage to another contractor, (d) Notification to owner of failure to make payments to Subcontractors or Suppliers, (e) Failure to submit up-to-date record documents as required, (f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner, (g) Failure to provide Project photographs required by Specifications. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABAN15ONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case f `ncrease in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have bcen the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them, to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the - Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contractprovided, 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, r materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall be submitted on forms supplied by the Owner, and executed by a Surety Company listed on the State Treasury's "Approved" list ^nd authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52.. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the a- ',)ns 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. 0 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 mmrvetenglme2Omaynglormeyaalal m#b &wcn#atemty,o otherwise, including without limitation, the right t se any and all forms o rlie!£inacourt o competent jurisdiction. Furth & the City shall not be subject may 2b!#a!!on p o es prior to exercising i! unrestricted right mse]uicaremedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. Tothe extent oany conflict between tkpoiSonadanother provision in or related to, this document, this provision shall control. � 1 17 � � � � � . [ , , � � � � Page Intentionally Left Blank DAVIS-BACON WAGE DETERMINATIONS EXHIBIT A EXHIBIT A General Decision Number: TX160334 10/14/2016 TX334 Superseded General Decision Number: TX20150334 State: Texas Construction Type: Building Counties: Crosby and Lubbock Counties in Texas. BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories). Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Davis -Bacon Act for which the solicitation was issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/08/2016 1 10/14/2016 BOIL0074-003 01/01/2014 Rates Fringes BOILERMAKER ...................... $ 23.14 21.55 --------------------------------------------------------------- CARP0665-001 05/01 /2014 0 Rates Fringes CARPENTER ........................ $ 20.81 6.76 ---------------------------------------------------------------- * ELEC0602-008 09/01/2016 Rates Fringes ELECTRICIAN ...................... $ 21.31 3%+9.05 ---------------------------------------------------------------- ENGI0178-005 06/01/2014 Rates Fringes POWER EQUIPMENT OPERATOR (1) Tower Crane ............. $ 29.00 10.60 (2) Cranes with Pile Driving or Caisson Attachment and Hydraulic Crane 60 tons and above... 28.75 10.60 (3) Hydraulic cranes 59 Tons and under .............. $ 27.50 10.60 ---------------------------------------------------------------- IRON00 84-011 06/01 /2015 Rates Fringes IRONWORKER, ORNAMENTAL ........... $ 23.02 6.35 ---------------------------------------------------------------- IRON0263-003 06/01/2015 Rates Fringes IRONWORKER, STRUCTUP ........... $ 23.00 6.55 PLUM0404-026 07/01/2013 Rates Fringes PIPEFITTER ....................... $ 22.80 7.16 PLUMBER .......................... $ 22.80 7.16 ---------------------------------------------------------------- SHEE0049-001 06/01 /2015 Rates Fringes SHEET METAL WORKER (HVAC Duct Installation Only) ............... $ 22.93 11.33 ---------------------------------------------------------------- SUTX2014-060 07/21/2014 Rates Fringes BRICKLAYER ....................... $ 20.04 0.00 CEMENT MASON/CONCRETE FINISHER ... $ 19.60 INSULATOR - MECHANICAL (Duct, Pipe & Mechanical 0.00 System Insulation) ............... $ 19.77 7.13 IRONWORKER, REINFORCING .......... $ 12.27 LABORER: Common or General ...... $ 12.35 LABORER: Mason Tender - Brick...$ 11.36 LABORER: Mason Tender - Cement/Concrete..................$ 10.58 0.00 0.00 0.00 1 11 LABORER: Pipelayer.............. $ 12.49 2.13 LABORER: Roof Tearoff........... $ 11.28 0.00 OPERATOR: Backhoe/Excavator/Trackhoe....... $ 14.25 0.00 OPERATOR: Bobcat/Skid Steer/Skid Loader ................ $ 13.93 0.00 OPERATOR: Bulldozer .............$ 18.29 1.31 OPERATOR: Drill ................. $ 16.22 0.34 OPERATOR: Forklift .............. $ 14.83 0.00 OPERATOR: Grader/Blade .......... $ 13.37 0.00 OPERATOR: Loader ................$ 13.55 0.94 OPERATOR: Mechanic ..............$ 17.52 3.33 OPERATOR: Paver (Asphalt, Aggregate, and Concrete) ......... $ 16.03 0.00 OPERATOR: Roller ................ $ 12.70 0.00 PAINTER (Brush, Roller, and Spray) ........................... $ 14.27 0.00 ROOFER ...........................$ 13.75 0.00 SHEET METAL WORKER, Excludes HVAC Duct Installation ........... $ 21.13 6.53 TILE FINISHER .................... $ 11.22 0.00 4 TILE SETTER ...................... $ 14.00 2.01 TRUCK DRIVER: Dump Truck ........ $ 12.39 1.18 TRUCK DRIVER: Flatbed Truck ..... $ 19.65 8.57 TRUCK DRIVER: Semi -Trailer Truck ............................ $ 12.50 0.00 TRUCK DRIVER: Water Truck ....... $ 12.00 4.11 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which Vrevailed 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 ex—ple 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 indicaic 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, ihuli "a interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION EXHIBIT B Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT C Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. Pam Intentionalb, Left Blank 0 E Ci No Text NWLDIP — PHASE 2 SPECIAL CONDITIONS NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS PROJECT — PHASE 2 SC-1 OWNER'S REPRESENTATIVE Add the following to paragraph 3, Owner's Representative, of the General Condition of the agreement. A. For this project, the Owner will contract with a firm to provide Owner's Representative services. As discussed in SC-5 below, the Owner's Representative shall hire and supervise the Resident Project Representative(s), and act as the main coordinator of information between all other parties contracted with the Owner. B. For this project, the Owner will contract with an engineering firm to provide Construction Engineering services. The Construction Engineer may or may not be the same as the Design Engineer (Parkhill, Smith & Cooper, Inc.) who sealed the construction drawings and specifications. All instances of "Engineer" in the technical specs will refer to the "Construction Engineer". C. For this project, if the Owner chooses to select a Construction Engineer that is not the same as the Design Engineer, the Owner will maintain a separate contract with the Design Engineer for the purposes of plan changes and other limited services. Coordination with the Design Engineer, if not the same as the Construction Engineer, will be through the Owner. SC-2 SUBSTANTIALLY COMPLETED Add the following to paragraph 9, substantially completed, of the General Conditions of the Agreement: The work shall not be considered substantially completed as long as items of work listed in the Proposal Submittal Form, remain to be completed. SC-3 CONTRACTOR'S LAYOUT OF WORK Add the following to paragraph 10, Layout, of the General Conditions of the Agreement: The Contractor's responsibility for laying out all work shall include, but not be limited to, surveying services and equipment as needed for horizontal and vertical location and control ofthe work. The Owner will not be furnishing surveying services. SC-4 KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE Add the following to paragraph 11, Keeping of Plans and Specifications Accessible. The Contractor will be furnished five (5) copies of the plans and specifications. Additional sets of plans and specifications may be purchased by Contractor at Contractor's expense. 01267514 SPECIAL CONDITIONS Sc- 1 10/16 NWLDIP — PHASE 2 SC-5 LINES AND GRADES Lines and grades are indicated in the drawings for the Contractor's layout of the work, therefore the Owner's Representative has furnished lines and grades to the Contractor. SC-6 CONTRACTOR'S DUTY AND SUPERINTENDENCE Delete Paragraph 15, Superintendence and Inspection, of the General Conditions in its entirety, and replace with the following: The Owner's Representative shall hire, appoint and supervise the Resident Project Representative(s) and hire and supervise an independent testing laboratory for verifying compliance with the specifications. The Contractor shall furnish all reasonable aid and assistance required by the Owner or Owner's Representative and their RPR(s), supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any such individuals so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided. The Owner will separately contract with a Construction Engineer who shall be responsible for supplying an engineering judgment on questions that may arise during construction, such as review of submittals and shop drawings, interpretation of plans and specifications, and advisability of implementing plan changes that may be needed. Said Construction Engineer's role will be considered advisory and will not have direct authority over the t ontractor. Where the technical specifications state that the Engineer if to be notified, submit a duplicate notification to the Owner's - Representative. RPR is the OWNER'S REPRESENTATIVE'S agent during construction, will act as directed by and under the supervision of OWNER'S REPRESENTATIVE, and will confer with OWNER'S REPRESENTATIVE regarding RPR's actions. RPR's dealings in matters pertaining to the on -site work shall in general be with OWNER'S REPRESENTATIVE and CONTRACTOR keeping OWNER advised as necessary. RPR's dealings with subcontractors shall only be through or with the full knowledge and approval of CONTRACTOR. RPR shall generally communicate with OWNER with the knowledge of and under the direction of OWNER'S REPRESENTATIVE. SC-6A Liaison: The RPR shall serve as OWNER'S REPRESENTATIVES liaison with CONTRACTOR, working principally through CONTRACTOR's superintendent and assist in understanding the intent of the Contract Documents, and assist OWNER'S REPRESENTATIVE in serving as OWNER's liaison with CONTRACTOR when CONTRACTOR's operations affect OWNER's on -site operations. Assist in obtaining from OWNER additional details or information, when required for proper execution of the Work. 01267514 SPECIAL CONDITIONS SC - 2 10/16 NWLDIP — PHASE 2 SC-613 Shop Drawings and Samples: The RPR shall receive samples which are furnished at the site by CONTRACTOR, and notify OWNER'S REPRESENTATIVE of availability of samples for examination. Advise OWNER'S REPRESENTATIVE and CONTRACTOR of the commencement of any Work requiring a Shop Drawing or sample if the submittal has not been approved by the OWNER'S REPRESENTATIVE. SC-6C Review of Work, Rejection of Defective Work, Inspections and Tests: The RPR shall conduct on -site observations of the Work in progress to assist OWNER'S REPRESENTATIVE in determining if the Work is in general proceeding in accordance with the Contract Documents. Report to OWNER'S REPRESENTATIVE whenever RPR believes that any Work is unsatisfactory, faulty or defective or does not conform to the Contract Documents, or has been damaged, or does not meet the requirements of any inspection, test or approval required to be made; and advise OWNER'S REPRESENTATIVE of Work that RPR believes should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval. Verify that tests, equipment and systems startups and operating and maintenance training are conducted in the presence of appropriate personnel, and that CONTRACTOR maintains adequate records thereof; and observe, record and report to u-WNER'S REPRESENTATIVE appropriate details relative to the test procedures and startups. Accompany visiting inspectors representing public or other agencies having jurisdiction over the Project, record the results of these inspections and report to OWNER'S REPRESENTATIVE. SC-613 Reports: Furnish OWNER'S REPRESENTATIVE periodic reports as required of progress of the Work and of CONTRACTOR's compliance with the progress schedule and schedule of Shop Drawing and sample submittals. Consult with OWNER'S REPRESENTATIVE in advance of scheduled major tests, inspections or start of important phases of the Work. I # Report immediately to OWNER'S REPRESENTATIVE and OWNER upon the occurrence of any accident. SC-6E Payment Requests: Review applications for payment with CONTRACTOR for compliance vpith the established procedure for their submission and forward with recommendations to OWNER'S REPRESENTATIVE, noting particularly the relationship of the payment requested to the schedule of values or unit price bid items. Work completed and materials and equipment delivered at the site but not incorporated in the Work. 01267514 SPECIAL CONDITIONS SC - 3 10/16 NWLDIP — PHASE 2 SC-617 Limitations of Authority: Resident Project Representative: Shall not authorize any deviation from the Contract Documents or substitution of materials or equipment, unless authorized by OWNER'S REPRESENTATIVE. Shall not exceed limitations of OWNER'S REPRESENTATIVE'S authority as set forth in the General Conditions of the Agreement or the Contract Documents. Shall not undertake any of the responsibilities of CONTRACTOR, subcontractors or CONTRACTORSs superintendent. Shall not advise on, issue directions relative to or assume control over any aspect of the means, methods, techniques, sequences or procedures of construction unless such advice or directions are specifically required by the Contract Documents. Shall not advise on, issue directions regarding or assume control over safety precautions and programs in connection with the Work. Shall not accept Shop Drawing or sample submittals from anyone other than CONTRACTOR. Shall not authorize OWNER to occupy the Project in whole or in part. Shall not participate in specialized field or laboratory tests or inspections conducted by others except as specifically authorized by OWNER'S REPRESENTATIVE. SC-7 CONTRACTOR'S DUTY AND SUPERINTENDENCE Add the following to paragraph 16, Contractor's Duty and Superintendence, of the General Conditions of the Agreement. The person representing the Contractor (i.e., superintendent) shall be considered the single, authorized point of contact between the Owner's Representative and the Contractor. Designations of different persons of contact, or contact designations that divide, or attempt to divide, the Contractor's accountability and responsibility under the contract documents shall be grounds for suspending the operations of the Contractor without recourse on the part of the Contractor. The L Contractor's designated superintendent shall be physically and locally pre§ent until such time as the Owner issues notice of final completion. SC-8 CHARACTER OF WORKERS Add the following to paragraph 18, Character of Workers, of the General Conditions of the Agreement: The provisions regarding the character of workmen shall also include persons of female gender wherever the words "man" or "men" are used. The provisions for character of workmen shall be 01267514 SPECIAL CONDITIONS SC - 4 10116 NWLDIP — PHASE 2 construed to include, but not be limited to, the Contractor's superintendent, Contractor's subcontracted work forces, subcontractor superintendents, laborers, and supervisors. When such workmen are discharged from the work, such workmen shall not be associated with the work in any capacity or function whatsoever. SC-9 CONTRACTOR'S INSURANCE Add the following to paragraph 28, Contractor's Insurance, of the General Conditions of the Agreement: The insurance certificates furnished shall name the City of Lubbock, Parkhill, Smith & Cooper, Inc. and Hugo Reed & Associates, Inc. as additional insureds. SC-10 DEFINITIONS For the following paragraphs of these Special Conditions, DESIGN ENGINEER shall be defined as the Owner's primary consultant which is Parkhill, Smith and Cooper, Inc. (PSC) and consultants to PSC, namely Hugo Reed and Associates, Inc., Terra Engineers, Inc., Southwest Geological and Environmental Services, Inc., and Hi Plains Drilling, Inc. SC-11 DOCUMENT OWNERSHIP Contractor, and any Subcontractor or Supplier or any other person or organization performing or furnishing any of the work under a direct or indirect contract with Owner (i) shall not have or acquire any title to or ownership rights in any of the drawings, specifications or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, and (ii) shall not reuse any of such drawings, specifications, other documents or copies on extensions of the project or any other project without written consent of the Owner and DESIGN ENGINEER and specific written verification or adaptation by DESIGN ENGINEER. SC-12 SUBSURFACE SOIL INVESTIGATION The DESIGN ENGINEER conducted subsurface soil investigations through Terra Engineers, Inc. The Terra Engineers' report is STR 2264 dated June 8, 2016.One photocopy of the report will be made available to each bidder for information purposes, but the report is not a part of the Contract Documents. The DESIGN ENGINEER conducted monitor well investigations through Southwest Geological and Environmental Services, Inc. The Southwest Geological reports are dated October 9, 2015 and March 3, 2016.One photocopy ofthe reports will be made available to each bidder for information purposes, but the reports are not a part of the Contract Documents. These subsurface investigations, samples and reports were prepared for design purposes, and any reliance on the samples and report data by the Contractor is at the sole risk of the Contractor. Any conclusions, interpretations or opinions based on the samples and report data are the sole province of the Contractor. Neither the Owner nor the DESIGN ENGINEER assume any liability or responsibility for the various differing subsurface materials that may be encountered, whether cr not shown in the soil investigation reports. 01267514 SPECIAL CONDITIONS SC - 5 10/16 NWLDIP — PHASE 2 Contractor may not rely upon or make any claim against OWNER or DESIGN ENGINEER with respect to: ■ the completeness of such reports and drawings for CONTRACTOR's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by CONTRACTOR and safety precautions and programs incident thereto, or ■ other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings, or ■ any CONTRACTOR interpretation of or conclusion drawn from any "technical data" or any such data, interpretations, opinions or information. SC-13 UNDERGROUND FACILITIES For the purpose of this Special Provision, Underground Facilities shall be defined as all pipelines, conduits, ducts, wires, cables, manholes, vaults, tunnels or other such facilities or attachments, and any encasements containing such facilities which have been installed underground to furnish any of the following services or materials: electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal, traffic or other control systems or water. The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based on information and data furnished to OWNER or DESIGN ENGINEER by the owners of such Underground Facilities or by others. Unless it is otherwise expressly provided in the General Conditions of the Agreement: ■ OWNER and DESIGN ENGINEER shall not be responsible for the accuracy or completeness of any such information or data; and ■ The cost of all the following will be included in the Contract Price and CONTRACTOR shall have full responsibility for: (i) reviewing and checking all such information and data, (ii) locating all Underground Facilities shown or indicated in the Contract Documents, (iii) coordination of the Work with the owners of such Underground Facilities during construction, and (iv) the safety and protection of all such Underground Facilities as provided in paragraph - 21 of the General Instructions to Offerors and repairing, to the satisfaction of the facility owner, any damage thereto resulting from the Work. If an Underground Facility is uncovered or revealed at or contiguous to the site which was not shown or indicated in the Contract Documents, CONTRACTOR shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby of performing any Work in connection therewith (except in an emergency as required to prevent injury, loss of life, or damage to property), identify the owner of such Underground Facility and give written notice to that owner and to OWNER and DESIGN ENGINEER. 01267514 SPECIAL CONDITIONS SC - 6 10/16 NWLDIP — PHASE 2 SC-14 SUBSTITUTES AND "OR -EQUAL" ITEMS SC-14A Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent or "or -equal" item, or no substitution is permitted, other items of material or equipment of other Suppliers may be accepted by CONSTRUCTION ENGINEER under the following circumstances: SC-14B "Or -Equal": If in CONSTRUCTION ENGINEER'S sole discretion an item of material or equipment proposed by CONTRACTOR is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by ENGINEER as an "or -equal" item, in which case review and approval of the proposed item may, in CONSTRUCTION ENGINEER'S sole discretion, be accomplished without compliance with some or all of the requirements for acceptance of proposed substitute items. SC-14C Substitute Items: If in CONSTRUCTION ENGINEER'S sole discretion an item of material or equipment &- proposed by CONTRACTOR does not qualify as an "or -equal" item under subparagraph g SC-15B, it will be considered a proposed substitute item. CONTRACTOR shall submit sufficient information as provided below to allow CONSTRUCTION ENGINEER to determine that the item of material or equipment proposed is essentially equivalent to j that named and an acceptable substitute therefor. The procedure for review by the CONSTRUCTION ENGINEER will include the following as supplemented in the General Requirements and as CONSTRUCTION ENGINEER may decide is appropriate under the circumstances. Requests for the review of proposed substitute items of material or equipment will not be accepted by CONSTRUCTION ENGINEER from anyone other than CONTRACTOR. If CONTRACTOR wishes to furnish or use a substitute item of material or equipment, CONTRACTOR shall first make written application to CONSTRUCTION ENGINEER for acceptance thereof, certi in PP P fY g that the proposed substitute will perform adequately the functions and achieve the results called ; for by the general design, be similar in substance to that specified and be suited to the same use as that specified. The application will state the extent, if any, to which the evaluation and acceptance of the proposed substitute will prejudice CONTRACTOR's achievement of Substantial Completion on time, whether or not acceptance of the substitute for use in the Work vriill require a change in any of the Contract Documents _,, (or in the provisions of any other direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute and whether or not incorporation or use of the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service will be indicated. The application will also contain an itemized estimate of all costs or credits - that will result directly or indirectly from acceptance of such substitute, including costs - of redesign and claims of other contractors affected by the resulting change, all of which will be considered by CONSTRUCTION ENGINEER in evaluating the proposed 01267514 SPECIAL CONDITIONS 10/16 SC-7 NWLDIP — PHASE 2 substitute. CONSTRUCTION ENGINEER may require CONTRACTOR to furnish additional data about the proposed substitute. SC-14D CONTRACTOR'S Expense: All data to be provided by CONTRACTOR in support of any proposed "or -equal" or substitute item will be at CONTRACTOR's expense. SC-14E Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence or procedure of construction is shown or indicated in and expressly required by the Contract Documents, CONTRACTOR may furnish or utilize a substitute means, method, technique, sequence or procedure of construction acceptable to CONSTRUCTION ENGINEER. CONTRACTOR shall submit sufficient information to allow CONSTRUCTION ENGINEER, in CONSTRUCTION ENGINEER'S sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. The procedure for review by CONSTRUCTION ENGINEER will be similar to that provided in subparagraph SC- 15C. SC-14F CONSTRUCTION ENGINEER'S Evaluation: CONSTRUCTION ENGINEER will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to paragraphs SC- 15C and SC- 15E. CONSTRUCTION ENGINEER will be the sole judge of acceptability. No "or-equ,, " or substitute will be ordered, installed or utilized without CONSTRUCTION ENGINEER'S prior written acceptance which will be evidenced by either a Change Order or an approved Shop Drawing. OWNER may require CONTRACTOR to furnish at CONTRACTOR's expense a special performance guarantee of other surety with respect to any "or -equal" or substitute. CONSTRUCTION ENGINEER will record time required by CONSTRUCTION ENGINEER and CONSTRUCTION ENGINEER'S Consultants in evaluating substitutes proposed or submitted by CONTRACTOR pursuant to paragraphs SC-15C and SC-15E and in making changes in the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) occasioned thereby. Whether or not CONSTRUCTION ENGINEER accepts a substitute item so proposed or submitted by CONTRACTOR, CONTRACTOR shall reimburse OWNER for the charges of CONSTRUCTION ENGINEER and CONSTRUCTION ENGINEER'S Consultants for evaluating each such proposed substitute item. SC-15 RECORD DOCUMENTS CONTRACTOR shall maintain in a safe place at the site one record copy of all Drawings, Specifications, Addenda, Written Amendments, Change Orders, Work Change Directives, Field Orders and written interpretations and clarifications in good order and annotated to show all changes made during construction. These record documents together with all approved Samples and a counterpart of all approved Shop Drawings will be available to CONSTRUCTION ENGINEER for reference. Upon completion of the Work, these record documents, Samples and Shop Drawings will be delivered to CONSTRUCTION ENGINEER for OWNER. 01267514 SPECIAL CONDITIONS SC - 8 10/16 NWLDIP — PHASE 2 Failure to maintain and safeguard these required documents shall be grounds for the Owner to issue a non-compliance directive to the Contractor and withhold all payments until such non-compliance is remedied. SC-16 SUBMITTAL REVIEW One initial submittal of shop drawings, samples, "or -equal" items and other required submittals and one resubmittal of the same item will be reviewed by the CONSTRUCTION ENGINEER at no cost to the Contractor. Subsequent reviews for resubmittals of the same item will be reviewed at a cost to the Contractor of $100.00 per man-hour. Such cost shall be deducted from progress payments to the Contractor and result in a reduction of total contract price. SC-17 CONSTRUCTION OBSERVATION General Condition Paragraph 21 is retained in its entirety. Add the following to General Condition Paragraph 21, Observation and Testing: The Contractor shall make available, or leave in place, for the Owner's observing or testing party equipment for the safe ingress and egress pertaining to the item of work. Such equipment shall include, but not be limited to, oxygen monitors, toxic gas monitors, flammable gas indicators, hoists, harnesses, ladders, excavation shoring, lighting, and ventilation. Failure to make sufficient equipment and monitors available for Owner's observation of the work shall be prima facie evidence that the work does not comply with the Contract Documents, specifications, or drawings. SC-18 PARTIAL PAYMENTS Add the following to paragraph 42, Partial Payments, of the General Conditions of the Agreement: Partial payments requested by the Contractor may include materials delivered, but not yet incorporated into the project. If payment is requested on the basis of materials and equipment not incorporated in the work but delivered and suitably stored at the site, or at another location agreed to in writing, then the application for payment shall also be accompanied by a bill of sale or invoice warranting that the equipment and materials are free and clear of all liens and evidence that the materials and equipment are covered by the appropriate property insurance and other arrangements to protect the Owner's interest therein. Materials and equipment shall not be considered for partial payment if stored where the Owner can not confirm the quantities or otherwise seize and secure the equipment and materials in the event that the Contractor defaults on the work. Materials and equipment that are eligible for partial payment will be carried as "Materials on Hand" on the partial pay estimates and then moved from "Materials on Hand" to completed items of the work once those materials and equipment are incorporated into the work. Partial payments for "completed items of work will reflect adjustments for prior partial payments made to the Contractor, for the same completed items of work, for "Materials on Hand". Partial payments for "Materials on Hand" shall be subject to the five -percent retainage. Only actual invoice amounts and actual freight invoice amounts for delivered items to the locations stated above will be eligible for partial payment as "Materials on Hand". Materials on hand shall be limited to materials manufactured at a manufacturing facility such as precast reinforced concrete pipe, fiberglass pipe, precast manholes, manhole frames and covers, check valves and grates. Items not considered as materials on hand are those items which require further processing for use in the project such as cements, aggregates, asphalts, fill materials, concrete, riprap, etc. The final determination of whether a substance or item 01267514 SPECIAL CONDITIONS SC-9 10/16 NWLDIP — PHASE 2 qualifies as materials on hand is the sole province of the Owners representative under General Conditions Paragraph 14. SC-19 SUBSTANTIAL COMPLETION General Condition paragraph 43 is retained in its entirely. Add the following to General Condition Paragraph 43: Contractor's written notice of substantial completion shall be rejected and not considered when items of work listed in Exhibit A, Bid Submittal, are not complete. SC-20 FINAL COMPLETION General Condition paragraph 44 is retained in its entirety. Add the following to General Condition Paragraph 44: Contractor's written notice of final completion shall be rejected and not considered when any items of work remain to be completed. SC-21 TEXAS WATER DEVELOPMENT BOARD SUPPLEMENTAL CONTRACT CONDITIONS SC-21A Supersession: The Owner and the Contractor agree that the TWDB Supplemental Conditions apply to that work eligible for Texas Water Development Board assistance to be performed under this contract anj these clauses supersede any conflicting provisions of this contract. SC-21B Privity of Contract: Funding for this project is expected to be provided in part by the Texas Water Development Board. Neither the State of Texas, nor any of its departments, agencies or employees is, or will be, a party to this contract or any lower tier contract. This contract is subject to applicable provisions 31 TAC Chapter 371 (DWSRF) or 375 (CWSRF) in effect on the date of the assistance award for this project. SC-21C Definitions: (a) The term "Owner" means the local entity contracting for the construction services. (b) The term "TWDB" means the Executive Administrator of the Texas Water Development Board', or other person who may be at the time acting in the capacity or authorized to perform the functions of such Executive Administrator, or the authorized representative thereof. (c) The term "Engineer" means the engineer the Owner has authorized to work on the project. SC-21D Laws to be Observed: In the execution of the Contract, the Contractor must comply with all applicable Local, State and Federal laws, including but not limited to laws concerned with labor, safety, minimum wages, and the environment. The Contractor shall make himself familiar with and at all times shall observe and comply with all Federal, State, and Local laws, ordinances and regulations which in any manner 01267514 SPECIAL CONDITIONS Sc- 10 10/16 NWLDIP — PHASE 2 affect the conduct of the work, and shall indemnify and save harmless the Owner, Texas Water Development Board, and their representatives against any claim arising from violation of any such law, ordinance or regulation by the Contractor, their Subcontractor or their employees. SC-21E Review by Owner and TWDB: (a) The Owner, authorized representatives and agents of the Owner, and TWDB shall, at all times have access to and be permitted to observe and review all work, materials, equipment, payrolls, personnel records, employment conditions, material invoices, and other relevant data and records pertaining to this Contract, provided, however that all instructions and approval with respect to the work will be given to the Contractor only by the Owner through authorized representatives or agents. (b) Any such inspection or review by the TWDB shall not subject the State of Texas, or its representatives, to any action for damages. SC-21F Performance and Payment Bonds: Each Contractor awarded a construction contract must furnish performance and payment bonds: (a) The performance bond shall include without limitation guarantees that work done under the contract will be completed and performed according to approved plans and specifications and in accordance with sound construction principles and practices; (b) The performance and payment bonds shall be in a penal sum of not less than 100 percent of the contract price and remain in effect for one year beyond the date of approval by the Engineer of the political subdivision; and (c) The Contractor shall utilize a surety company which is authorized to do business in Texas in accordance with Surety Bonds and Related Instruments, Chapter 3503 of the Insurance Code. SC-21 G Payment Schedule and Cost Breakdown: (a) The Contractor shall submit for approval immediately after execution of the Agreement, a carefully prepared Progress Schedule, showing the proposed dates of starting and completing each of the various sections of the work, the anticipated monthly payments to become due to the Contractor, and the accumulated percent of progress each month. (b) The following paragraph applies only to contracts awarded on a lump sum contract price: COST BREAKDOWN - The Contractor shall submit to the Owner a detailed breakdown of the estimated cost of all work to be accomplished under the contract, arranged and itemized as to meet tht approval of the Owner or funding agencies. This breakdown shall be submitted promptly after execution of the agreement and before any payment is made to the Contractor for the work performed under the contract. After approval by the Owner the unit prices established in the breakdown shall be used in estimating the amount of partial payments to be made to the Contractor. SC-21H Workman's Compensation Insurance Coverage (as applicable, consistent with Texas Labor Code § 406.096): (a) The Contractor shall certify in writing that the Contractor provides workers' compensation insurance coverage for each employee of the Contractor employed on the public project. 01267514 SPECIAL CONDITIONS SC - 11 10/16 NWLDIP — PHASE 2 (b) Each Subcontractor on the public project shall provide such a certificate relating to coverage of the Subcontractor's employees to the general Contractor, who shall provide the Subcontractor's certificate to the governmental entity. (c) A Contractor who has a contract that requires workers' compensation insurance coverage may provide the coverage through a group plan or other method satisfactory to the governing body of the governmental entity. (d) The employment of a maintenance employee by an employer who is not engaging in building or construction as the employer's primary business does not constitute engaging in building or construction. (e) In this section: i. "Building or construction" includes: • erecting or preparing to erect a structure, including a building, bridge, roadway, public utility facility, or related appurtenance; • remodeling, extending, repairing, or demolishing a structure; or • otherwise improving real property or an appurtenance to real property through similar activities. ii. "Governmental entity" means this state or a political subdivision of this state. The term includes a municipality. SC-21I American Iron & Steel: The following statement must be completed by the Contractor and made a part of the agreement between the Owner and the Contractor: The Contractor acknowledges to and for the benefit of the Owner ("Purchaser') and the Texas Water Development Board (TWDB) that it understands the goods and services under this Agreement are beingfunded with monies made available by the Clean Water State RevolvingFund and/or Drinking Water State Revolving Fund that have statutory requirements commonly known as "American Iron and Steel " that requires all of the iron and steel products used in the project to be produced in the United States (`American Iron and Steel Requirement') including iron and steel products provided by the Contactorpursuant to this Agreement. The Contractor hereby represents and warrants to and for the benefit of the Owner and the TWDB that (a) the Contractor has reviewed and understands the American Iron and Steel Requirement, (b) all of the iron and steel products used in the project will be and/or have been produced in the United States in a manner that complies with the American Iron and Steel Requirement, unless a waiver of the requirement is approved, and (c) the Contractor will provide any further verified information, certification or assurance of compliance with this paragraph, or information necessary to support a waiver of the American Iron and Steel Requirement, as may be requested by the Owner or the TWDB. Notwithstanding any otherprovision of this Agreement, any failure to comply with this paragraph by the Contractor shall permit the Owner to enforce this Agreement and recover as damages against the Contractor any loss, expense, or cost (including without limitation attorney's fees) incurred by the Owner resulting from any such failure (including without limitation any impairment or loss offunding, whether in whole or in part, from the TWDB or any damages owed to the TWDB by the Owner). While the Contractor has no direct contractual privity with the TWDB, as a lender to the Ownerfor the funding of its project, the Owner and the Contractor agree that the TWDB is a third party beneficiary and neither this paragraph (nor any other provision of this Agreement necessary to give this paragraph force or effect) shall be amended or waived without the prior written consent of the TWDB. 01267514 SPECIAL CONDITIONS SC- 12 10/16 NWLDIP — PHASE 2 Additional information on the American Iron and Steel (AIS) and its applicability to this contract can be found in the TWDB-1106 guidance. It is recommended the Owner receive and maintain files documenting the Contractor's use of AIS. Monthly compliance with AIS will be verified by the Owner through the submittal of the TWDB form TWDB-1106-A. SC-21J Davis -Bacon Wage Rate Requirements: (a) Compliance Procedures In order to be held in compliance and satisfy this federal requirement, the following must be fulfilled: i. Wage Determinations - U.S. Department of Labor (DOL) wage determination must be included in. the bidding and contract documents. DOL wage determinations may be obtained online at http://www.wdol.gov/. Once it is determined that Davis -Bacon wage rates will apply to a construction contract, the Owner must state in the solicitation that Davis -Bacon prevailing wage rates are applicable and bid packages must include the current Davis -Bacon general wage determination for the area where construction will occur. While the solicitation remains open, the Owner must monitor www.wdol.gov on a weekly basis to ensure that the wage determination contained in the solicitation remains current. The Owner must amend the solicitation if the DOL issues a modification more than 10 days prior to the closing date (i.e. bid opening) for the solicitation. If DOL modifies or supersedes the applicable wage determination less than 10 days prior to the closing date, the Owner may request a finding from the TWDB that there is not a reasonable time to notify interested Contractors of the modification of the wage determination. ii. Insert wage rate requirements in full for all contracts and subcontracts in excess of $2,000 - If the Owner is a governmental entity such as a city or district, it must insert in full the contract clauses shown below as Option 1: Section 3, Section 4 if the contract exceeds $100,000, and Section 5. If the Owner is a non -governmental entity such as a water supply corporation or a private company, it must insert in full the contract clauses shown below as Option 2: Section 3, Section 4 if the contract exceeds $100,000, and Section 5. The Owner must ensure all prime contracts require the same full text in any subcontracts. iii. Monthly Certification — The Owner must complete and submit monthly a Davis Bacon Wage Rate Certificate of Compliance once construction has begun. (Use Monthly Davis Bacon Wage Rate Certificate of Compliance Submittal by Owner (Subrecipient) DB0154). iv. Contractor Payroll Requirements - The Contractor is required to pay the prevailing wage rates on a weekly basis to laborers and mechanics in accordance with the requirements of 29 CFR 5.5, which are incorporated into the actual construction contract. Contractors/Subcontractors must furnish weekly a statement with respect to the wages paid to each employee during the preceding week. They may use the Department of Labor (DOL) Payroll Form WE-347 and weekly Statement of Compliance on the reverse, or their own payroll form with all of the same data elements as the DOL Payroll Form WH- 347, and the TWDB's form, Statement of Compliance Certification by Contractor for SRF, DB-0155. The DOL Payroll Form WH-347 can be found under the forms section of this document or at the following link: http://www.dol.gov/whd/programs/dbra/wh347.htm. v. Interviews - The Owner must periodically interview a sufficient number of employees entitled to the Davis -Bacon prevailing wages to verify that Contractors or Subcontractors are paying the appropriate wage rates. All interviews must be conducted in confidence. 01267514 SPECIAL CONDITIONS SC - 13 10/16 NWLDIP — PHASE 2 The Owner must use Standard Form 1445 (SF 1445) found in the forms section of TWDB guidance document TWDB-0156 or equivalent documentation to memorialize the interviews. The Owner must establish and follow an interview schedule based on its assessment of the risks of noncompliance with Davis -Bacon posed by Contractors or Subcontractors and the duration of the contract or subcontract. The Owner must conduct more frequent interviews if the initial interviews or other information indicated that there is a risk that the Contractor or Subcontractor is not complying with Davis -Bacon. The Owner must immediately conduct interviews in response to an alleged violation of the prevailing wage requirements. vi. Payroll Records - Certified payroll records are required to be retained by the Owner and Contractor for three years after completion of the construction project. The Owner must periodically conduct spot checks of a representative sample of weekly payroll data to verify that Contractors or Subcontractors are paying the appropriate wage rates. vii. Wage Rate Poster — The Contractor must post the required Poster (WH-1321) and applicable wage rates at the construction site. The wage rate poster may be found at under the forms section of TWDB Guidance DB-0156 or at http://www.dol.gov/whd/programs/dbra/whl321.htm. viii. Report Violations — The Owner must immediately report violations of the Davis -Bacon prevailing wage requirements to the EPA Davis -Bacon Coordinator listed in the assistance agreement and to the appropriate DOL WHD Office listed at http://www.dol.gov/dol/contactlindex.htm. (b) Subcontracts The Contractor will insert in full the required wage rate requirement in any subcontract in excess of $2,000 as specified in (a)(ii) of this section. (c) Davis -Bacon General Wage Determinations A "wage determination" is the listing of wage and fringe benefit for each classification of laborers and mechanics which the Administrator of the Wage and Hour Division of the U.S. DOL has determined to be prevailing in a given area for a particular type of construction. The Davis -Bacon Wage Determinations are classified by the nature of the construction projects performed, specifically listed as "schedules": residential, building, highway, and heavy construction. A brief outline of the definitions for each schedule is listed below. Construction Type: Heavy determination This determination includes those projects that are not properly classified as either "building," "highway," or "residential." Unlike these classifications, heavy construction is not a homogenous classification. Because of this catch-all nature, projects within the heavy classification may sometimes be distinguished on the basis of their particular project characteristics, and separate schedules may be issued for dredging projects, water and sewer line projects, dams, major bridges, and flood control projects. • Construction Type: Highway determination This determination includes construction, alteration or repair of roads, streets, highways, runways, taxiways, alleys, trails, paths, parking areas, and other similar projects not incidental to building or heavy construction. • Construction Type: Building determination 01267514 SPECIAL CONDITIONS SC - 14 10/16 NWLDIP — PHASE 2 This determination includes construction of sheltered enclosures with walk-in access for the purpose of housing persons, machinery, equipment or supplies; all construction of such structures; the installation of utilities and of equipment, both above and below grade levels; as well as incidental grading, utilities and paving. Such structures need not be "habitable" to be building construction. Also, the installation of heavy machinery and/or equipment does not generally change the project's character as a building. • Construction Type: Residential This determination includes the construction, alteration or repair of single-family houses, apartment buildings of no more than four stories in height. This includes all incidental items such as site work, parking areas, utilities, streets, and sidewalks. The Owner should review their Contractor's wage decisions and confirm they provide an adequate classification of the labor required for the specific construction contract. Most CWSRF and DWSRF projects will fall under the "Heavy" construction type, but Owners should ask their consulting Engineers if unsure. Some contracts or projects may require more than one general schedule to be included depending on the nature and extent of the work (i.e. a building is constructed in a water treatment facility). This is described in more detail in DOL's All Agency Memorandum 130 with Addendum 131. See the DOL's website http://www.dol.gov/whd/programs/dbra/memorand.htm. In such cases, the TWDB would designate the work to which each wage determination or part thereof applies per Federal Acquisition Regulations (FAR) 22.404-2 thru 404-3 https://www.acquisition.gov/far/current/html/Subpart%2022_4.htm1%20-%20wp 1102017. Should overlaps occur in the wage classification schedules Tor the contract(s), the Owner may consider adopting the higher rate classification. In all cases, the Owner is responsible to insure an adequate classification is provided to insure compliance with the law. Where a Contractor alerts the Owner that the classification is inadequate, the Owner should work with the Contractor and the DOL to address any valid concerns. All questions regarding Davis -Bacon guidance can be directed to: U.S. Department of Labor Wage and Hour Division 1-866-4USWAGE (1-866-487-9243, TTY: 1-877-889- 5627, Monday -Friday 8 a.m. to 8 p.m. Eastern Time. If you require further information about Davis -Bacon and how to apply it to your project, please contact the Texas Water Development Board Project Team Manager for your region or Clay Schultz, Director, Regional Water Project Development, (512) 463-6277. The Owner and Contractor may obtain additional information on the Davis -Bacon Wage Rates requirements in the TWDB's Guidance DB-0156 — "Guidance on Davis -Bacon Wage Rate Requirements". Option 1- Applies to Governmental Entities (such as Cities and Districts) 1. Applicability of the Davis -Bacon (DB) prevailing wage requirements. DB prevailing wage requirements apply to the construction, alteration, and repair of treatment works carried out in whole or in part with assistance made available by the Clean Water State Revolving Fund and to any construction project carried out in whole or in part 01267514 SPECIAL CONDITIONS SC- 15 10/16 NWLDIP — PHASE 2 by assistance made available by the Drinking Water State Revolving Fund. If an Owner encounters a unique situation at a site that presents uncertainties regarding DB applicability, the Owner must discuss the situation with the TWDB before authorizing work on that site. 2. Obtaining Wage Determinations. (a) Owners shall obtain the wage determination for the locality in which a covered activity subject to DB will take place prior to issuing requests for bids, proposals, quotes or other methods for soliciting contracts (solicitation) for activities subject to DB. These wage determinations shall be incorporated into solicitations and any subsequent contracts. Prime contracts must contain a provision requiring that Subcontractors follow the wage determination incorporated into the prime contract. i. While the solicitation remains open, the Owner shall monitor www.wdol.gov weekly to ensure that the wage determination contained in the solicitation remains current. The recipients shall amend the solicitation if DOL issues a modification more than 10 days prior to the closing date (i.e. bid opening) for the solicitation. If DOL modifies or supersedes the applicable wage determination less than 10 days prior to the closing date, the Owners may request a finding from the TWDB that there is not a reasonable time to notify interested Contractors of the modification of the wage determination. The TWDB will provide a report of its findings to the Owner. ii. If the Owner does not award the contract within 90 days of the closure of the solicitation, any modifications or supersedes DOL makes to the wage determination contained in the solicitation shall be effective unless the TWDB, at the request of the Owner, obtains an extension of the 90 day period from DOL pursuant to 29 CFR 1.6(c)(3)(iv). The Owner shall monitor www.wdol.gov on a weekly basis if it does not award the contract within 90 days of closure of the solicitation to ensure that wage determinations contained in the solicitation remain current. (b) If the Owner carries out activity subject to DB by issuing a task order, work assignment or similar instrument to an existing Contractor (ordering instrument) rather than by publishing a solicitation, the Owner shall insert the appropriate DOL wage determination from www.wdol.gov into the ordering instrument. (c) Owners shall review all subcontracts subject to DB entered into by prime Contractors to verify that the prime Contractor has required its Subcontractors to include the applicable wage determinations. (d) As provided in 29 tFR 1.6(f), DOL may issue a revised wage determination applicable to an Owner's contract after the award of a contract or the issuance of an ordering instrument if DOL determines that the Owner has failed to incorporate a wage determination or has used a wage determination that clearly does not apply to the contract or ordering instrument. If this occurs, the Owner shall either terminate the contract or ordering instrument and issue a revised solicitation or ordering instrument or incorporate DOL's wage determination retroactive to the beginning of the contract or ordering instrument by change order. The Owner's Contractor must be compensated for any increases in wages resulting from the use of DOL's revised wage determination. 01267514 SPECIAL CONDITIONS SC- 16 10/16 NWLDIP — PHASE 2 3. Contract and Subcontract provisions. (a) The Owner(s) shall insert in full in any contract in excess of $2,000 which is entered into for the actual construction, alteration and/or repair, including painting and decorating, of a treatment work under the CWSRF or a construction project under the DWSRF financed in whole or in part from Federal funds or in accordance with guarantees of a Federal agency or financed from funds obtained by pledge of any contract of a Federal agency to make a loan, grant or annual contribution (except where a different meaning is expressly indicated), and which is subject to the labor standards provisions of any of the acts listed in 29 CFR 5.1, the Water Resources Reform and Development Act of 2014 for a CWSRF-funded project or the Consolidated Appropriations Act, 2016 (or subsequent federal law) for a DWSRF-funded project, the following clauses: (1) Minimum wages. (i) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the Contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (a)(1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph (a)(1)(ii) of this section) and the Davis -Bacon poster (WH- 1321) shall be posted at all times by the Contractor and its Subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. Owners may obtain wage determinations from the U.S. Department of Labor's web site, www.dol.gov. 01267514 SPECIAL CONDITIONS SC - 17 10/16 NWLDIP — PHASE 2 (ii)(A) The Owner(s), on behalf of EPA, shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The TWDB shall approve a request for an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) If the Contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the Owner(s) agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), documentation ofthe action taken and the request, including the local wage determination shall be sent by the Owner (s) to the TWDB. The TWDB will transmit the request, to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210 and to the EPA DB Regional Coordinator concurrently. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification request within 30 days of receipt and so advise the TWDB or will notify the TWDB within the 30-day period that additional time is necessary. (C) In the event the Contractor, the laborers or mechanics to be employed in the classification or their representatives, and the Owner(s) do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the TWDB shall refer the request and the local wage determination, including the views of all interested parties and the recommendation of the TWDB, to the Administrator for determination. The request shall be sent to the EPA DB Regional Coordinator concurrently. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt of the request and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (a)(1)(ii)(13) or (C) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the Contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. 01267514 SPECIAL CONDITIONS SC- 18 10/16 NWLDIP — PHASE 2 (iv) If the Contractor does not make payments to a trustee or other third person, the Contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, provided, that the Secretary of Labor has found, upon the written request of the Contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the Contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (2) Withholding. The Owner(s) shall, upon written request of the EPA Award Official or an authorized representative of the Department of Labor, withhold or cause to be withheld from the Contractor under this contract or any other Federal contract with the same prime Contractor, or any other federally -assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime Contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the Contractor or any Subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the EPA may, after written notice to the Contractor, sponsor, applicant, or Owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violatiOns have ceased. (3) Payrolls and basic records. (i) Payrolls and basic records relating thereto shall be maintained by the Contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section I (b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of thA Davis -Bacon Act, the Contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or `- trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. 01267514 SPECIAL CONDITIONS SC - 19 10/16 NWLDIP — PHASE 2 (ii)(A) The Contractor shall submit weekly, for each week in which any contract work is performed, a copy of all payrolls to the Owner, that is, the entity that receives the funds from the TWDB. Such documentation shall be available on request of the TWDB or EPA. As to each payroll copy received, the Owner shall provide written confirmation in a form satisfactory to the TWDB indicating whether or not the project is in compliance with the requirements of 29 CFR 5.5(a)(1) based on the most recent payroll copies for the specified week. The payrolls shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on the weekly payrolls. Instead the payrolls shall only need to include an individually identifying number for each employee (e.g., the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/whd/forms/wh347instr.htm or its successor site. The prime Contractor is responsible for the submission of copies of payrolls by all Subcontractors. Contractors and Subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the Owner(s) for transmission to the TWDB or EPA if requested by EPA, the TWDB, the Contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime Contractor to require a Subcontractor to provide addresses and social security numbers to the prime Contractor for its own records, without weekly submission to the Owner(s). (B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the Contractor or Subcontractor or his or her agent who _ pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be provided under § 5.5 (a)(3)(h) of Regulations, 29 CFR part 5, the appropriate information is being maintained under § 5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete; (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without `rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR Part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. o 01267514 SPECIAL CONDITIONS SC - 20 1. 10/16 NWLDIP — PHASE 2 (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph (a)(3)(ii)(B) of this section. (D) The falsification of any of the above certifications may subject the Contractor or Subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. (iii) The Contractor or Subcontractor shall make the records required under paragraph (a)(3)(i) of this section available for inspection, copying, or transcription by authorized representatives of the TWDB, EPA or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the Contractor or Subcontractor fails to submit the required records or to make them available, the EPA or TWDB may, after written notice to the Contractor, sponsor, applicant, or Owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. (4) Apprentices and trainees (i) Apprentices. Apprentices will be permitted to work at less than the predetennined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the Contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a Contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the Contractor's or Subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. 01267514 SPECIAL CONDITIONS SC - 21 10/16 NWLDIP — PHASE 2 Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the Contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the LLl amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll as a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the Contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. i (iii) Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended and 29 CFR part 30. (5) Compliance with Copeland Act requirements. The Contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. 01267514 SPECIAL CONDITIONS SC - 22 10/16 NWLDIP — PHASE 2 (6) Subcontracts. The Contractor or Subcontractor shall insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as the EPA determines may by appropriate, and also a clause requiring the Subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for the compliance by any Subcontractor or lower tier Subcontractor with all the contract clauses in 29 CFR 5.5. (7) Contract termination; debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a Contractor and a Subcontractor as provided in 29 CFR 5.12. (8) Compliance with Davis -Bacon and Related Act requirements. All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. (9) Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the Contractor (or any of its Subcontractors) and Owner(s), TWDB, EPA, the U.S. Department of Labor, or the employees or their representatives. (10) Certification of eligibility. (i) By entering into this contract, the Contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the Contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. 4. Contract Provision for Contracts in Excess of $100,000. (a) Contract Work Hours and Safety Standards Act. The Owner shall insert the following clauses set forth in paragraphs (a)(1), (2), (3), and (4) of this section in full in any contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by Item 3, r '� above or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards. (1) Overtime requirements. No Contractor or Subcontractor contracting for any part of the contract work which may require or involve the employment of 01267514 SPECIAL CONDITIONS SC - 23 10/16 NWLDIP — PHASE 2 laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (a)(1) ofthis section the Contractor and any Subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such Contractor and Subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (a)(1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess ofthe standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (a)(1) of this section. (3) Withholding for unpaid wages and liquidated damages. The Owner, upon written request of the EPA Award Official or an authorized representative of the Department of Labor, shall withhold or cause to be withheld, from any moneys payable on account of work performed by the Contractor or Subcontractor under any such contract or any other Federal contract with the same prime Contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime Contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or Subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (a)(2) of this section. (4) Subcontracts. The Contractor or Subcontractor shall insert in any subcontracts the clauses set forth in paragraph (a)(1) through (4) of this section and also a clause requiring the Subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for compliance by any Subcontractor or lower tier Subcontractor with the clauses set forth in paragraphs (a)(1) through (4) of this section. (b) In addition to the clauses contained in Item 3, above, in any contract subject only to the Contract Work Hours and Safety Standards Act and not to an?ofthe other statutes cited in 29 CFR 5.1, the Owner shall insert a clause requiring that the Contractor or Subcontractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve them for a period of three years from the completion of the contract for all laborers and mechanics, including guards and watchmen, working on the contract. Such records shall contain the name and address of each such employee, social security number, correct classifications, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. Further, the Owner shall insert in any such contract a clause providing that the records to be maintained under this paragraph shall be made available by the Contractor or Subcontractor 01267514 SPECIAL CONDITIONS SC - 24 10/16 NWLDIP — PHASE 2 for inspection, copying, or transcription by authorized representatives of the EPA, TWDB, and the Department of Labor, and the Contractor or Subcontractor will permit such representatives to interview employees during working hours on the job. 5. Compliance Verification (a) The Owner shall periodically interview a sufficient number of employees entitled to DB prevailing wages (covered employees) to verify that Contractors or Subcontractors are paying the appropriate wage rates. As provided in 29 CFR 5.6(a)(6), all interviews must be conducted in confidence. The Owner must use Standard Form 1445 (SF 1445) found in the forms section of TWDB guidance document TWDB-0156 or equivalent documentation to memorialize the interviews. Copies of the SF 1445 are also available from EPA on request. (b) The Owner shall establish and follow an interview schedule based on its assessment of the risks of noncompliance with DB posed by Contractors or Subcontractors and the duration of the contract or subcontract. Owners must conduct more frequent interviews if the initial interviews or other information indicated that there is a risk that the Contractor or Subcontractor is not complying with DB. Owners shall immediately conduct interviews in response to an alleged violation ofthe prevailing wage requirements. All interviews shall be conducted in confidence." (c) The Owner shall periodically conduct spot checks of representative sample of weekly payroll data to verify that Contractors or Subcontractors are paying the appropriate wage rates. The Owner shall establish and follow a spot check schedule based on its assessment of the risks of noncompliance with DB posed by Contractors or Subcontractors and the duration of the contract or subcontract. At a minimum, if practicable, the Owner should spot check payroll data within two weeks of each Contractor or Subcontractor's submission of its initial payroll data and two weeks prior to the completion date the contract or subcontract. Owners must conduct more frequent spot checks if the initial spot check or other information indicates that there is a risk that the Contractor or Subcontractor is not complying with DB. In addition, during the examinations the Owner shall verify evidence of fringe benefit plans and payments there under by Contractors and Subcontractors who claim credit for fringe benefit contributions. (d5 The Owner shall periodically review Contractors and Subcontractor's use of apprentices and trainees to verify registration and certification with respect to apprenticeship and training programs approved by either the U.S Department of Labor or a state, as appropriate, and that Contractors and Subcontractors are not using disproportionate numbers of, laborers, trainees and apprentices. These reviews shall be conducted in accordance with the schedules for spot checks and interviews described in Item 5(b) and (c) above. (e) Owners must immediately report potential violations of the DB prevailing wage requirements to the EPA Region 6 DB Coordinator, TWDB, and to the 01267514 SPECIAL CONDITIONS SC - 25 10/16 NWLDIP — PHASE 2 appropriate DOL Wage and Hour District Office listed at http://www.dol.p-ov/whd/america2.htm. Option 2 —Applies to Non -Governmental Entities (such as Water Supply Corporations and Private Companies) 1. Applicability of the Davis -Bacon (DB) prevailing wage requirements. DB prevailing wage requirements apply to the construction, alteration, and repair of treatment works carried out in whole or in part with assistance made available by the CWSRF and to any construction project carried out in whole or in part by assistance made available by the DWSRF. If an Owner encounters a unique situation at a site that presents uncertainties regarding DB applicability, the Owner must discuss the situation with the TWDB before authorizing work on that site. 2. Obtaining Wage Determinations. (a) Owners must obtain proposed wage determinations for specific localities at www.wdol.gov. After the Owner obtains its proposed wage determination, it must submit the wage determination to the TWDB for approval prior to inserting the wage determination into a solicitation, contract or issuing task orders, work assignments or similar instruments to existing Contractors (ordering instruments unless subsequently directed otherwise by the TWDB.) (b) Owners shall obtain the wage determination for the locality in which a covered activity subject to DB will take place prior to issuing requests for bids, proposals, quotes or other methods for soliciting contracts (solicitation) for activities subject to DB. These wage determinations shall be incorporated into solicitations and any subsequent contracts. Prime contracts must contain a provision requiring that Subcontractors follow the wage determination incorporated into the prime contract. (i) While the solicitation remains open, the Owner shall monitor www.wdol.gov on a weekly basis to ensure that the wage determination contained in the solicitation remains current. The recipients shall amend the solicitation if DOL issues a modification more than 10 days prior to the closing date (i.e. bid opening) for the solicitation. If DOL modifies or supersedes the applicable wage determination less than 10 days prior to the closing date, the Owners may request a finding from the TWDB that there is not a reasonable time to noti.7 interested Contractors of the modification of the wage determination. The TWDB will provide a report of its findings to the Owner. (ii) If the Owner does not award the contract within 90 days of the closure of the solicitation, any modifications or supersedes DOL makes to the wage determination contained in the solicitation shall be effective unless the TWDB, at the request of the Owner, obtains an extension of the 90 day period from DOL pursuant to 29 CFR 1.6(c)(3)(iv). The Owner shall monitor www.wdol.gov on a weekly basis if it does not award the contract within 90 days of closure of the solicitation to ensure that wage determinations contained in the solicitation remain current. 01267514 SPECIAL CONDITIONS SC - 26 10/16 NWLDIP — PHASE 2 (c) If the Owner carries out activity subject to DB by issuing a task order, work assignment or similar instrument to an existing Contractor (ordering instrument) rather than by publishing a solicitation, the Owner shall insert the appropriate DOL wage determination from www.wdol.gov into the ordering instrument. (d) Owners shall review all subcontracts subject to DB entered into by prime Contractors to verify that the prime Contractor has required its Subcontractors to include the applicable wage determinations. (e) As provided in 29 CFR 1.6(f), DOL may issue a revised wage determination applicable to an Owner's contract after the award of a contract or the issuance of an ordering instrument if DOL determines that the Owner has failed to incorporate a wage determination or has used a wage determination that clearly does not apply to the contract or ordering instrument. If this occurs, the Owner shall either terminate the contract or ordering instrument and issue a revised solicitation or ordering instrument or incorporate DOL's wage determination retroactive to the beginning of the contract or ordering instrument by change order. The Owner's Contractor must be compensated for any increases in wages resulting from the use of DOL's revised wage determination. 3. Contract and Subcontract provisions. (a) The Owner(s) shall insert in full in any contract in excess of $2,000 which is entereij into for the actual construction, alteration and/or repair, including painting and decorating, of a treatment work under the CWSRF or a construction project under the DWSRF financed in whole or in part from Federal funds or in accordance with guarantees of a Federal agency or financed from funds obtained by pledge of any contract of a Federal agency to make a loan, grant or annual contribution (except where a different meaning is expressly indicated), and which is subject to the labor standards provisions of any of the acts listed in 29 CFR 5.1, the Water Resources Reform and Development Act of 2014 for a CWSRF-funded project or the Consolidated Appropriations Act, 2016 (or subsequent federal law) for a DWSRF-funded project, the following clauses: (1) Minimum wages. (i) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll *deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the Contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics 01267514 SPECIAL CONDITIONS SC - 27 10/16 NWLDIP — PHASE 2 are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (a)(1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph (a)(1)(ii) of this section) and the Davis -Bacon poster (WH- 1321) shall be posted at all times by the Contractor and its Subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. Owners may obtain wage determinations from the U.S. Department of Labor's web site, www.dol.gov. (ii)(A) The Owner(s), on behalf of EPA, shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The TWDB shall approve a request for an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) If the Contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the Owner(s) agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), documentation of the action taken an6he request, including the local wage determination shall be sent by the Owner(s) to the TWDB. The TWDB will transmit the request, to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210 and to the EPA DB Regional Coordinator concurrently. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification request within 30 days of receipt and so advise the TWDB or will notify the TWDB within the 30-day period that additional time is necessary. 01267514 SPECIAL CONDITIONS SC - 28 10/16 NWLDIP — PHASE 2 01267514 10/16 (C) In the event the Contractor, the laborers or mechanics to be employed in the classification or their representatives, and the Owner(s) do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the TWDB shall refer the request and the local wage determination, including the views of all interested parties and the recommendation of the TWDB, to the Administrator for determination. The request shall be sent to the EPA DB Regional Coordinator concurrently. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt of the request and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (a)(1)(ii)(B) or (C) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the Contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the Contractor does not make payments to a trustee or other third person, the Contracv, may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the Contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the Contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (2) Withholding. The Owner(s) shall, upon written request of the EPA Award Official or an authorized representative ofthe Department ofLabor, withhold or cause to be withheld from the Contractor under this contract or any other Federal contract with the same prime Contractor, or any other federally -assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime Contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the Contractor or any Subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the EPA may, after written notice to the Contractor, sponsor, applicant, or Owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. (3) Payrolls and basic records. SPECIAL CONDITIONS SC-29 J NWLDIP — PHASE 2 (i) Payrolls and basic records relating thereto shall be maintained by the Contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section I (b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section I (b)(2)(B) of the Davis -Bacon Act, the Contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii)(A) The Contractor shall submit weekly, for each week in which any contract work is performed, a copy of all payrolls to the Owner, that is, the entity that receives the funds from the T%VDB. Such documentation shall be available on request of the TWDB or EPA. As to each payroll copy received, the Owner shall provide written confirmation in a form satisfactory to the TWDB indicating whether or not the project is in compliance with the requirements of 29 CFR 5.5(a)(1) based on the most recent payroll copies for the specified week. The payrolls shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on the weekly payrolls. Instead the payrolls shall only need to include an individually identifying number for each employee (e.g., the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/whd/forms/wh347instr.htm or its successor site. The prime Contractor is responsible for the submission of copies of payrolls by all Subcontractors. Contractors and Sub;contractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the Owner(s) for transmission to the TWDB or EPA if requested by EPA, the TWDB, the Contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime Contractor to require a Subcontractor to provide addresses and social security numbers to the prime Contractor for its own records, without weekly submission to the Owner(s). 01267514 SPECIAL CONDITIONS SC - 30 10/16 f�; NWLDIP — PHASE 2 (B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the Contractor or Subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be provided under § 5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under § 5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete; (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WE-347 shall satisfy the requirement for submission of the `,statement of Compliance" required by paragraph (a)(3)(ii)(B) of this section. (D) The falsification of any of the above certifications may subject the Contractor or Subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. (iii) The Contractor or Subcontractor shall make the records required under paragraph (a)(3)(i) of this section available for inspection, copying, or transcription by authorized representatives of the TWDB, EPA or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the Contractor or Subcontractor fails to submit the required records or to make them available, the EPA or TWDB may, after written notice to the Contractor, sponsor, applicant, or Owner, take such action as may be necessary to cause the suspension of any fur&er payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant t 29 CFR 5.12. (4) Apprentices and trainees (i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor 01267514 SPECIAL CONDITIONS SC - 31 10/16 NWLDIP — PHASE 2 Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the Contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a Contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the Contractor's or Subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe im.flefits, apprentices must be paid the full ai-mount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office ofApprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the Contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the. trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits 01267514 SPECIAL CONDITIONS SC - 32 10/16 NWLDIP — PHASE 2 for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the Contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended and 29 CFR part 30. (5) Compliance with Copeland Act requirements. The Contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. (6) Subcontracts. The Contractor or Subcontractor shall insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as the EPA determines may by appropriate, and also a clause requiring the Subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for the compliance by any Subcontractor or lower tier Subcontractor with all the contract clauses in 29 CFR 5.5. (7) Contract termination; debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a Contractor and a Subcontractor as provided in 29 CFR 5.12. (8) Compliance with Davis -Bacon and Related Act requirements. All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. (9) Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be rSsolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the Contractor (or any of its Subcontractors) and Owner(s), TWDB, EPA, the U.S. Department of Labor, or the employees or their representatives. (10) Certification of eligibility- (i) By entering into this contract, the Contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the Contractor's firm is a 01267514 SPECIAL CONDITIONS SC - 33 f 10/16 NWLDIP — PHASE 2 person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. 4. Contract Provision for Contracts in Excess of $100,000. (a) Contract Work Hours and Safety Standards Act. The Owner shall insert the following clauses set forth in paragraphs (a)(1), (2), (3), and (4) of this section in full in any contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by Item 3, above or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards. (1) Overtime requirements. No Contractor or Subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (a)(1) of this section the Contractor and any Subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such Contractor and Subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (a)(1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (a)(1) of this section. (3) Withholding for unpaid wages and liquidated damages. The Owner shall upon the request of the EPA Award Official or an authorized representative of the Department of Labor, withhold or cause to be withheld, from any moneys payable on account of work performed by the Contractor or Subcontractor under any such contract or any other Federal contract with the same prime Contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime Contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or Subcontractor for 01267514 SPECIAL CONDITIONS SC - 34 10/16 NWLDIP — PHASE 2 unpaid wages and liquidated damages as provided in the clause set forth in paragraph (a)(2) of this section. (4) Subcontracts. The Contractor or Subcontractor shall insert in any subcontracts the clauses set forth in paragraph (a)(1) through (4) of this section and also a clause requiring the Subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for compliance by any Subcontractor or lower tier Subcontractor with the clauses set forth in paragraphs (a)(1) through (4) of this section. (b) In addition to the clauses contained in Item 3, above, in any contract subject only to the Contract Work Hours and Safety Standards Act and not to any of the other statutes cited in 29 CFR 5.1, the Owner shall insert a clause requiring that the Contractor or Subcontractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve them for a period of three years from the completion of the contract for all laborers and mechanics, including guards and watchmen, working on the contract. Such records shall contain the name and address of each such employee, social security number, correct classifications, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. Further, the Owner shall insert in any such contract a clause providing that the records to be maintained under this paragraph shall be made available by the Contractor or Subcontractor for inspection, copying, or transcription by authorized representatives of the EPA, TWDB, and the Department of Labor, and the Contractor or Subcontractor will permit such representatives to interview employees during working hours on the job. 5. Compliance Verification (a) The Owner shall periodically interview a sufficient number of employees entitled to DB prevailing wages (covered employees) to verify that Contractors or Subcontractors are paying the appropriate wage rates. As provided in 29 CFR 5.6(a)(6), all interviews must be conducted in confidence. The Owner must use Standard Form 1445 (SF 1445) found in the forms section of TWDB guidance document TWDB-0156 or equivalent documentation to memorialize the interviews. Copies of the SF 1445 are also available from EPA on request. (b) The Owner shall establish and follow an interview schedule based on its assessment of the risks of noncompliance with DB posed by Contractors or Subcontractors and the duration of the contract or subcontract. Owners must conduct more frequent interviews if the initial interviews or other information indicated that there is a risk that the Contractor or Subcontractor is not complying with DB. Owners shall immediately conduct interviews in response to an alleged violation of the prevailing wage requirements. All interviews shall be conducted in confidence." (c) The Owner shall periodically conduct spot checks of a representative sample of weekly payroll data to verify that Contractors or Subcontractors are paying the appropriate wage rates. The Owner shall establish and follow a spot check schedule based on its assessment of the risks of noncompliance with DB posed by Contractors or Subcontractors and the duration of the contract or subcontract. At a minimum, if practicable the Owner should spot check payroll data within two weeks of each 01267514 SPECIAL CONDITIONS SC - 35 10/16 NWLDIP — PHASE 2 Contractor or Subcontractor's submission of its initial payroll data and two weeks prior to the completion date the contract or subcontract. Owners must conduct more frequent spot checks if the initial spot check or other information indicates that there is a risk that the Contractor or Subcontractor is not complying with DB . In addition, during the examinations the Owner shall verify evidence of fringe benefit plans and payments there under by Contractors and Subcontractors who claim credit for fringe benefit contributions. (d) The Owner shall periodically review Contractors and Subcontractor's use of apprentices and trainees to verify registration and certification with respect to apprenticeship and training programs approved by either the U.S Department of Labor or a state, as appropriate, and that Contractors and Subcontractors are not using disproportionate numbers of, laborers, trainees and apprentices. These reviews shall be conducted in accordance with the schedules for spot checks and interviews described in Item 5(b) and (c) above. (e) Owners must immediately report potential violations of the DB prevailing wage requirements to the EPA Region 6 DB Coordinator, TWDB, and to the appropriate DOL Wage and Hour District Office listed at http://xvww.dol.gov/whd/america2.htm. SC-21K Payments: (a) Progress Payments: i. The Contractor shall prepare their requisition for progress payment as of the last day of the payment month and submit it, with the required number of copies, to the Engineer for review. Except as provided in paragraph (iii) of this subsection, the amount of the payment due to the Contractor shall be determined by adding to the total value of work completed to date, the value of materials properly stored on the site and deducting (1) five percent (5%) minimum of the total amount, as a retainage and (2) the amount of all previous payments. The total value of work completed to date shall be based on the actual or estimated quantities of work completed and on the unit prices contained in the agreement (or cost breakdown approved pursuant to section 7.b relating to lump sum bids) and adjusted by approved change orders. The value of materials properly stored on the site shall be based upon the estimated quantities of such materials and the invoices prices. Copies of all invoices shall be available for inspection by the Engineer. ii. The Contractor shall be responsible for the care and protection of all materials and work upon which payments have been made until final acceptance of such work and materials by the Owner. Such payments shall not constitute a waiver of the right of the Owner to require the fulfillment of all terms of the contract and the delivery of all improvements embraced in the contract complete and satisfactory to the Owner in all details. iii. This clause applies to contracts when the Owner is a District or Authority. The retainage shall be ten (10%) percent minimum of the amount otherwise due until at least fifty (50%) of the work has been completed. After the project is fifty (50%) percent completed, and if the District or Authority's Board finds that 01267514 SPECIAL CONDITIONS SC - 36 10/16 NWLDIP — PHASE 2 satisfactory progress is being made, then the District may authorize any of the remaining progress payments to be made in full. The District is not obligated to pay interest earned on the first 50% of work completed (Texas Water Code Sec. 49.276(d)). iv. The five (5%) percent retainage of the progress payments due to the Contractor may not be reduced until the building of the project is substantially complete and a reduction in the retainage has been authorized by the TWDB. (b) Withholding Payments. The Owner may withhold from any payment otherwise due to the Contractor so much as may be necessary to protect the Owner and if so elects may also withhold any amounts due from the Contractor to any Subcontractors or material dealers for work performed or material furnished by them. The foregoing provisions shall be construed solely for the benefit of the Owner and will not require the Owner to determine or adjust any claims or disputes between the Contractor and his Subcontractors or material dealers, or to withhold any monies for their protection unless the Owner elects to do so. The failure or refusal of the Owner to withhold any monies from the Contractor shall in no way impair the obligations of any surety or sureties under any bond or bonds furnished under this contract. (c) Payments Subject to Submission of Certificates. Each payment to the Contractor by the Owner shall be made subject to submission by the Contractor of all written certifications required of him and his Subcontractors by general and special conditions pertaining to this contract. (d) Final Payment. i. Upon satisfactory completion of the work performed under this contract, as a condition before final payment under this contract or as a termination settlement under this contract the Contractor shall execute and deliver to the Owner a release of all claims against the Owner arising under, or by virtue of, this contract, except claims which are specifically exempted by the Contractor to be set forth therein. Unless otherwise provided in this contract, by State law or otherwise expressly agreed to by the parties to this contract, final payment under this contract or settlement upon termination of this contract shall not constitute a waiver of the Owner's claims against the Contractor or his sureties under this contract or applicable performance and payment bonds. I After final inspection and acceptance by the Owner of all work under the contract, the Contractor shall prepare their requisition for final payment which shall be based upon the carefully measured or computed quantity of each item of work at the applicable unit prices stipulated in the Agreement or cost breakdown (if lump sum), as adjusted by approved change orders. The total amount of the final payment due the Contractor under this contract shall be the amount computed as described above less all previous payments. iii. The retainage and its interest earnings, if any, shall not be paid to the Contractor until the TWDB has authorized a reduction in, or release of, retainage on the contract work. 01267514 SPECIAL CONDITIONS SC - 37 10/16 NWLDIP — PHASE 2 iv. Withholding of any amount due to the Owner, under general and/or special conditions regarding "Liquidated Damages," shall be deducted from the final payment due the Contractor. SC-21L Equal Employment Opportunity and Affirmative Action: This provision applies to Clean Water State Revolving Fund Program and Drinking Water State Revolving Fund projects where the contract agreement is for more than $10,000. During the performance of this contract, the Contractor agrees as follows: (1) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex (including pregnancy), sexual orientation, gender identity, national origin, age (40 or older), disability, or genetic information. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. (2) The Contractor will, in all solicitations or advancements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (3) The Contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the Contractor's legal duty to furnish information. (4) The Contractor will send to each labor union or representative of workers with which the Contractor has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the Contractor's commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5) The Contractor will comply with all provisions of Executive Order No. 11246 of Sept. 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. 01267514 SPECIAL CONDITIONS SC - 38 10/16 NWLDIP — PHASE 2 (6) The Contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7) In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be cancelled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of Sept. 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (8) The Contractor will include the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each Subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as may be directed by the Secretary of Labor as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that in the event the Contractor becomes involved in, or is threatened with, litigation with a Subcontractor or vendor as a result of such direction, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the notice which contains the applicable goals set for minority and female participation and which is set forth in the solicitations from which this contract resulted. SC-21M Debarment and Suspension: This provision applies only to Clean Water State Revolving Fund Equivalency Program projects and Drinking Water State Revolving Fund projects. This contract is subject to the Title 40 Code of Federal Regulations Part 32 concerning Debarment and Suspension. The Contractor will comply with the assurances provided with the bid that led to this contract. Instructions for Certification (a) By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below. (b) The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. (c) The prospective lower tier participant shall provide immediate written notice to the person to whom this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or had become erroneous by reason of changed circumstances. 01267514 SPECIAL CONDITIONS SC - 39 10/16 NWLDIP — PHASE 2 (d) The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have' the meaning set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. (e) The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. (f) The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. (g) A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, suspended, ineligible, or voluntarily excluded from covered transactions, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the List of Parties Excluded from Federal Procurement and Nonprocurement Programs. (h) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. (i) Except for transactions authorized under paragraph (e) of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4, suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion 'Lower Tier Covered Transactions (1) The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. SC-2 IN Disadvantaged Business Enterprise: 01267514 SPECIAL CONDITIONS SC - 40 10/16 NWLDIP — PHASE 2 The Texas Water Development Board's (TWDB) Clean Water and Drinking Water State Revolving Fund programs receive federal funds from the U. S. Environmental Protection Agency (EPA). As a condition of federal grant awards, EPA regulations require that loan recipients make a "good faith effort" to award a fair share of work to DBEs who are Minority Business Enterprises (MBE's), and Women -owned Business Enterprises (WBE's) whenever procuring construction, supplies, services and equipment. The current fair share goals for the State of Texas are as follows: Category MBE WBE Construction 12.94% 8.72% Supplies 9.68% 9.34% Equipment 7.12% 5.39% Services 10.84% 5.72% After loan commitment, but prior to closing, Owners (Applicants) must provide forms TWDB-0216 and TWDB-0373. The project's Prime Engineer, Financial Advisor, and Bond Counsel must complete a TWDB-0217 form and indicate if any subcontracting opportunities will be available or if the Contractor will be self -performing the contract. Regardless of the procurement's outcome, all entities must submit a TWDB-0373 and list the Contractors selected by the Owner for the project. Failure to include a Contractor and contract amount will result in denial of payment until the proper documentation has been reviewed and approved. For each construction contract, Owners are required to submit a TWDB-0216 and TWDB0373 for the procurement of the project's Prime Contractor. If the Prime Contractor is utilizing Subcontractors for the project, then additional TWDB-0216 and TWDB-0373 forms will be required for submittal prior to request for payment. The following forms are required for each contract: Form Prime Contractor Submit Form To TWDB-0216 Required TWDB TWDB-0217 Required TWDB TWDB-0373 Required TWDB (a) The Contractor shall, if awarding sub -agreements, to the extent appropriate for the goals listed in the instructions to bidders make a good faith effort to award a fair share of work to DBE's who are Minority Business Enterprises (MBE's) and Women -owned Business Enterprises (WBE's) as sources of supplies, construction, equipment and services by taking the following steps: i. Ensure DBEs are made aware of contracting opportunities by including qualified small, minority, and women's businesses on solicitation lists; ii. Assuring that small, minority, and women's businesses are solicited whenever they are potential sources; iii. Dividing total requirements, when economically feasible, into small tasks or quantities to permit maximum participation of small, minority, and women's businesses; 01267514 SPECIAL CONDITIONS SC - 41 10/16 NWLDIP — PHASE 2 iv. Establishing delivery schedules, where the requirements of the work permit, which will encourage participation by small, minority, and women!s businesses; and v. Using the services and assistance of the Small Business Administration, Minority Business Development Agency of the U.S. Department of Commerce, and Texas Marketplace, as appropriate. SC21 O Archeological Discoveries and Cultural Resources No activity which may affect properties listed or properties eligible for listing in the National Register of Historic Places or eligible for designation as a State Archeological Landmark is authorized until the Owner has complied with the provisions of the National Historic Preservation Act and the Antiquities Code of Texas. The Owner has previously coordinated with the appropriate agencies and impacts to known cultural or archeological deposits have been avoided or mitigated. However, the Contractor may encounter unanticipated cultural or archeological deposits during construction. If archeological sites or historic structures which may qualify for designation as a State Archeological Landmark according to the criteria in 13 TAC Chapter 26, or that may be eligible for listing on the National Register of Historic Places in accordance with 36 CFR Part 800, are discovered after construction operations are begun, the Contractor shall immediately cease operations in that particular area and notify the Owner, the TWDB, and the Texas Historical Commission, 1511 N. Colorado St., P.O. Box 12276, Capitol Station, Austin, Texas 78711-2276. The Contractor shall take reasonable steps to protect and preserve the discoveries until they have been inspected by the Owner's representative and the TWDB. The Owner will promptly coordinate with the State Historic Preservation Officer and any other appropriate agencies to obtain any necessary approvals or permits to enable the work to continue. The Contractor shall not resume work in the area of the discovery until authorized to do so by the Owner. SC-21P Endangered Species: No activity is authorized that is likely to jeopardize the continued existence of a threatened or endangered species as listed or proposed for listing under the Federal Endangered Species Act (ESA), and/or the State of Texas Parks and Wildlife Code on Endangered Species, or to destroy or adversely modify the habitat of such species. If a threatened or endangered species is encountered during construction, the Contractor shall immediately cease work in the area of the encounter and notify the Owner, who will immediately implement actions in accordance with the ESA and applicable State statdtes. These actions shall include reporting the encounter to the TWDB, the U. S. Fish and Wildlife Service, and the Texas Parks and Wildlife Department, obtaining any necessary approvals or permits to enable the work to continue, or implement other mitigation actions. The Contractor shall not resume construction in the area of the encounter until authorized to do so by the Owner. SC-21 Q Hazardous Materials: Materials utilized in the project shall be free of any hazardous materials, except as may be specifically provided for in the specifications. 01267514 SPECIAL CONDITIONS SC - 42 10/16 F .il . m a:r:�a If the Contractor encounters existing material on sites owned or controlled by the Owner or in material sources that are suspected by visual observation or smell to contain hazardous materials, the Contractor shall immediately notify the Engineer and the Owner. The Owner will be responsible for the testing and removal or disposal of hazardous materials on sites owned or controlled by the Owner. The Owner may suspend the work, wholly or in part during the testing, removal or disposal of hazardous materials on sites owned or controlled by the Owner. SC-21R Project Signage: The Owner must implement one of the signage options below as described in TWDB Guidance TWDB-1109: • Online signage placed on community website or social media outlet; • Press release; • Posters or wall signage in a public building or location; • Newspaper or periodical advertisement for project construction, groundbreaking ceremony, or operation of the new or improved facility; or • Standard on -site signage erected in a prominent location at the construction project site or along a major thoroughfare within the community as directed by the Owner. If a recipient decides on a public or media event to publicize the accomplishment of significant events related to construction ofthe project, the U.S Environmental Protection Administration, Region 6, must be provided with at least a ten working day notice of the event and provided the opportunity to attend and participate. Please contact Associate Director Claudia Hosch, who can be reached at (214) 665-6464 or Hosch.Claudia@epa.gov. SC-21S Changes: *Provisions identified with an asterisk below are consistent with Local Government Code 271.060. Counties and Municipalities may modify the identified provisions, when applicable, to conform to Local Government Code 252.048 (Counties) or 252.048 (Municipalities). (a) The Owner may at any time, without notice to any surety, by written order designated or indicated to be a change order, make changes in the work within the general scope of the contract, including but not limited to changes: i. In the specifications (including drawings and designs); ii. In the time, method or manner of performance of the work; iii. To' decrease or increase the quantity of work to be performed'or materials, equipment or supplies to be furnished; (b) *The total price of a contract may not be increased by a change order unless provision has been made for the payment of the added cost by the appropriation of current funds or bond funds for that purpose, by the authorization of the issuance of certificates, or by a combination of those procedures. (c) *A contract with an original contract price of $1 million or more may not be increased by more than 25 percent. If a change order for a contract with an original contract price of less than $1 million increases the contract amount to $1 million or more, subsequent change orders may not increase the revised contract amount by more than 25 percent. 01267514 SPECIAL CONDITIONS SC - 43 10/16 (d) *A governing body may grant authority to an official or employee responsible for purchasing or for administering a contract to approve a change order that involves an increase or decrease of $50,000 or less. (e) Changes that involve an increase in price will be supported by documentation of the cost components. For projects funded through the EDAP program, or with grant proceeds, TWDB staff may request this information to be provided in a format equivalent to the Cost and Pricing Information form (No. WRD-277). (f) Any change orders involving a change in the project requiring a relocation of project components, sizing, or process may require additional environmental approval. A map and description of the proposed changes should be sent to the TWDB Environmental Reviewer for coordination and approval as soon as possible to avoid any delay. SC-2 IT Operation and Maintenance Manuals and Training: (a) The Contractor shall obtain installation, operation, and maintenance manuals from manufacturers and suppliers for equipment furnished under the contract. The Contractor shall submit three copies of each complete manual to the Engineer within 90 days after approval of shop drawings, product data, and samples, and not later than the date of shipment of each item of equipment to the project site or storage location. (b) The Owner shall require the Engineer to promptly review each manual submitted, noting necessary corrections and revisions. If the Engineer rejects the manual, the Contractor shall correct and resubmit the manual until it is acceptable to the Engineer as being in conformance with the design concept of the project and for compliance with information given it_ the Contract Documents. Owner may assess the Contractor a charge for reviews of the same items in excess of three (3) times. Such procedure shall not be considered cause for delay. (c) Acceptance of manuals by Engineer does not relieve the Contractor of any requirements of terms of Contract. (d) The Contractor shall provide the services of trained, qualified technicians to check final equipment installation, to assist as required in placing same in operation, and to instruct operating personnel in the proper manner of performing routine operation and maintenance of the equipment. (e) Operations and maintenance manuals specified hereinafter are in addition to any operation, maintenance, or installation instructions required by the Contractor to install, test, and start- up the equipment. Each manual i s to be bound in a folder and labeled to identify the coAtents and project to which it applies. The manual shall contain the following applicable items: i. A listing of the manufacturer's identification, including order number, model, serial number, and location of parts and service centers. ii. A list of recommended stock of parts, including part number and quantity. iii. Complete replacement parts list. iv. Performance data and rating tables. V. Specific instructions for installation, operation, adjustment, and maintenance. vi. Exploded view drawings for major equipment items. vii. Lubrication requirements. 01267514 SPECIAL CONDITIONS SC - 44 10/16 NWLDIP — PHASE 2 viii. Complete equipment wiring diagrams and control schematics with terminal identification. SC-21U As -Built Dimensions and Drawings: (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. (b) Upon completion of each facility, the Contractor shall furnish the Owner with one set of direct prints, marked with red pencil, to show as -built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: i. Horizontal and vertical locations of work. ii. Changes in equipment and dimensions due to substitutions. iii. "Nameplate" data on all installed equipment. iv. Deletions, additions, and changes to scope of work. V. Any other changes made. SC-21 V Close -Out Procedures: To close-out the contract and release final retainage, the following steps must be completed: (a) TWDB Staff must conduct a construction contract final inspection (CCFI); (b) The following submittals must be received, reviewed, and accepted by the TWDB: i. The final change order, adjustment of quantities, or a statement that all change orders have previously been submitted and there will be no more change orders; ii. The final pay request from the Contractor; iii. An affidavit by the Contractor that all bills have been paid; iv. Certification by the consulting Engineer that the work has been completed and was constructed in accordance with the approved plans and specifications and sound engineering principals and construction practices; V. Acceptance of the project by the Owner in the form of a written resolution or other formal action; vi. Notification of the beginning date of the warranty period for the contract; and vii. Confirmation that the Owner has received the as -built drawings from the Contractor. (c) TWDB will issue a Certificate of Approval allowing the release of retainage. ► ► SC-21 W Additional Forms and Information: The following forms and guidance documents, mentioned throughout this Guidance, are available on the TWDB site at: http://www.twdb.texas.gov/financial/instructions/index.asp END SPECIAL CONDITIONS 01267514 SPECIAL CONDITIONS SC - 45 10/16 Page Intentionally Left Blank MAYOR DANIEL M. POPE NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS PHASE 2 (STA. 139+86.59 to STA. 247+00.00) STORM DRAIN SYSTEM FROM THE INTERSECTION OF NORTH QUAKER AVE AND TEXAS TECH PARKWAY TO MAXEY PARK LI CITY COUNCIL TI JUAN CHADIS DISTRICT 1 SHEILA PATTERSON44ARRM DISTRICT 2 JEFF GRIFFITH DISTRICT 3 STEVE MASSENGALE DISTRICT a KAREN GIBSON DISTRICT 5 LATRELLE JOY DISTRICT 6 PARKHILL SMITH & COOPER umxt T.0 rWta eaewnmo NOTE 'ALL Tw cu eEEvdm eFEM OF MY OF ViCf LLBBT!E WWN VE MSOF M CRY OF apscw K T"a. Ok710N BTANOMR09 AND ePECIRGT10N3• OCTOBER 2016 CITY MANAGER JAMES W. LOOMIS, AEE STORM WATER ENGINEERING DEPT. L WOOD FRANKLIN, P.E. DIRECTOR OF PUBLIC WORKS MICHAEL G. KEEVUM, P.E., C.F.M., CITY ENGINEER JENNIFER DAVIDSON, P.E., STORM WATER ENGINEER HUGO REED AND ASSOCIATES, INC. Narc TYIEBE ORANtigB ARE APPFg7WATELY AT ONE41AF OF TRLE BCAIE I I � � tq � f I j � J i s j - � QUAKER AVE ` F P yyyy N a N N N-i-i-i-i1-i1111 11-pi p1Q p1p (-�i1-ppi 1pp-p11 O p Q p ��� v�V���V o�mVWJ1A 11 mum ammVmNAIJN+O mVmOIAW N+O V$ RR8 3 +O V 1-i-i1111111111-111111-11 1-I1 HIM F 1 11 co i fillifmumm HIM fill,q➢O G. G. ➢e G.BB BBG. ➢e ➢�71 131 i QQQ33SLSLSL a mmum 1 � � Jill � � � 00000000000 y00000000 m V 0 OI A W N+ m m m m m m m m 61'I•I"III �' ; Z � HY— REED x DZm r 06 o NZp A ;!o,q e "R-P, ` PARKHILL SMITH & COOPER eD HIM x1 gm6no�@E do$ S� a�Z_o$$8' 3g �aim � a_ ees. $mi - m,�3 b 8a � sif m a o 'a � g 5 q�� a' � ` mH � S�, a 8�'.se3�3g� ` 3 F� �gSq� 'a. a f �a. m �ss�����':a��s$ CR Fir n $3� 5�=3�4 g ���a� aS,A Do � fit o1i ig I i, i �. 3 our u _ Z s 3� sg•�aa laI�,; s$a sg� Rs s % -QUA 9 s Is 1 H a e fill g � s!P s .a a, 8 s N 5S, 33 7Y ssyaro > S�gR 7_� r �g,S� 3 SCm 9 4 -^6 �ara�nN • D gg � e. 3 a ns ga% ;m 3gg�a%agg8 fig$ by '$ g3 °ag g a R•3a Fa $g $e�� zSg$s :�$:3a fir, mr�a 3a g % �8 oR g8�.R�5 �`�•��� �ii i e�, z qg' � S� El� v 4: � $ xs t r e $egg a g a g-6is $'.g 1311SL O� a ; 8 Big= S sQn a 4. g gg Y NOX p Fg gpQ �c _3 3' S`D O z�. %SS��gos��R `}4ama is aO s g$@ 133FFF ` YY i a g %Fl" P' ; 8 y z �3oE i�ii °z a s;fi533�3 inig5 8 f 8 lit s 2 gSi a a `" s8 S �° a�Oz g 0 1 al`lal.l I I icu = ;OZO o z °I� MI 11 - N 1110'. 4ft r D� = m s3� o _ -,m TD aa m im �$ O r' S a CO m0 CA Q B m 7C �n O i (A e Fn< g PARMILL SMrrH & COOPER SHEET No. LINE No. DESCPoP K)N P-01 O-03 STA IW9 89M TO STA. 141+00.00 P-02 O-04 0d STA 149+00.00 TO STA. 161+00.00 P.M M-0O Q, Q-m O STA. 1al+0040 TO STA. 173+00m P-04 COS, 07 STA. 173+00.00 TO STA. 185+00.00 P-05 0.07, Q N STA. I95+0Dm TO STA. 197+010O P.M Q{6. 09 STA 197+00.00 TO STA. 20.i+00.OD P-07 009' 0.10 STA 205+00.00 TO STA. 210+00.00 P-06 0-10. 0,' STA 210+00.00 TO STA. 221+00.ao P-09 0-11. 0-12 STA. 221+ODA0 TO STA 233+00.00 P-10 0-12 0.13.0.14 STA 239+0100 TO STA 244100.00 P-11 0.14.015 STA 241+00.00 TO STA 247+01 PLAN VIEW LEGEND WATER SANITARY SEWER • - -'- - - - -•- - - - FORCE MAN - - --- - - - -P-- - - STORM SEWER . _ _-_ _ _ _ _- _ _ GAS ____.____ LP.1OW PRESSURE IP-NTERMEDIATE PRESSURE - HP -HIGH PRESSUREOVERHEAD TRSFM SIDNA S.— UNDERGROUND TPAFFIC SA94AJS OVERHEAD CABIE(TV) - - - - - - - - - - - - - —.. ..— UDERGROIIHD CABLE (TV) - - --.- - - - --.- - OVER HEAD RISER OPTIC CABLE --• ••— MCERGROUND FIBER OPTIC CAM (M OVERHEAD ELECTRIC UNDERGROUND ELECTRIC - - -A.- - - - - - - - —«—� . _ _- _ _ _ _r _ _ _ OVERHEAD TELEPHONE UHDERGROUND TELEPHONE OVERHEAD PEER OPTIC JELEOOMM.) —• �— • - -'- - - - -'- - - —'- "-- UtDERGROUHDFIBER OPTIC SELECOMAI.) E ISTNG ROHT OF WAY PERMANEITEASEMENT -•-•-----•-•-•-•-...- ---•----------------- TEMPORARY EASEMENT PROPOSED STORM SEWER PIPE --.._..—._._.�._..__. ............. •..•-•. EXISTING STORM SEWER MANHOLE O EMTING SEWER MANHOLE m E708TINLR WATER VALVE 0 PROPOSED MANGLE O ALIGNMENT PI POINT API TEST HOLE LOCATIONS 0 TH PROJECT MONITOR WELL LOCATIONS 0 Gw CRY MONNOR WELL LOCATONB 0 cww PROFILE LEGEND EOSTOD GROUND PROFILE LIE -------____ HYDPAUUC GRADE LNE EXSW PARALLEL UTILITY LINE EXISTM CROSSING UTILITY LINE (WATER GAS. SAN. SEWER) PROPOSED STORM SEWER PIPE EXSTIKi CROSSM PIPE MATERIAL (WHERE SHOW AC -ASBESTOS CEMENT Cl. CAST IRON 01. DUCTILE IRON PLC- POLYVWL CHLORIDE (PLASTIC) RCP- p9JFOpCED CONCRETE PIPE .-.CAC-STEEL CYU DE7 REINFORCED CONCRETE T-TRAl6DE VCT - %RRIFED CLAY PIPE TCEO -TEXAS COMMISSION ON ENVIRONMENTAL QUALITY W2 W lr� 0. O 08 9 O Uy o ,,,, p100 �s�• a DRAWING APPROXIMATELY HALF OF TRUE SCALE City o Lubbock TEXAS CITY OF LUBBOCK NORTHWEST LUBBOCK ORAINAQE IMPROVEMENTS PHASE 2 1625 13TH STREET LUBBOCK, TED(AS 79"1 m1 1111� d11111I111,Iwiil1D11 I:I::Y�i y,. :�unLllllmn. 1;;111111111 1 T111.1111 . 111 �11�11171�'�Ir 177fIY ROM - '!`1�5enlYilnril! '';�IIiRu1►_ In911i�\II��IP= PLAN PLAN & PROFILE LAYOUT, INDEX & LEGEND SHEET G-04 i 2 3 4 5 p a It W w Wo a o1 1118 V U Sk] J aizzors � a C C OC ayr WRy1N'E •-Ey{KWE REVflt10N E—MIT.. cP.xwaP oI cP•xwpm o" r e ero >•n h 3 ° J=A aa9 w.eeo psx'coo]Nicotrt x".�a wSIT s""`}g� ES.xwoN oS <P.xwow O. Y' i:o3o:'edi A.xaa .m 3: x.aao ax,n tl.o w nsk coxc bl_v 5 n cpx i P o0 s:oa,;;; ^S: n+e00 ;::wzl,, S>9u04e• ;, ;tlo ]30,1. �_: _ : <x — Kw.Na», Kw Uu ISR SET n Ea— TE Lubbock xxow w tl+Iao.6 0 ] BJbeJ.1a1 99.eo! 775E ].w2 a 0»2] s ro oxo a] .a00 31",D9 pqx sET w co KUYNUY q5x 5[T p+ COxCNET a5N SEl x+ cONCft E TEXAS xwOP 11 CP•map 1. ]1631]C.!! xe+160.e9a ]26+009Dw 93]RO.tq 9J613+.Se+ 935ML03a J1 I.qO 121..0 324T. KYYNYN asx SET P+ [0 R[FE K p'Sx S11.1 COxCR tE 10+w asR SIT X+ CONCRETE CITY OF LUBBOCK rn-xwaP 11 EP•NWEM w O[STROVED OURWE —STRUCrNN I S DUPoCONTRUcigt+ NORTHWEST LUBBOCK CPwwaP Po STROYEaRa>Rp IroIaNR c.ExSTNac1xN OE9 ROVED OUPox COMTRUC ION DRAINAGE P«waP m IP "0 SnIM0.I10 IBq,eJO axn wxx1R E=a N COxtRE'E IMPROVEMENTS xw�w x. '""�" °" NSET PHASE 2 b 'a,.n9SIT7E20 vJN, AB0 »1+w ao TE 797H 97AEET cP-nv mP in —_ '21ai p S—tO as. E. "uww» LVBBOCK TEXAS B a Nwr P 10 CP•xwON 11 o Itlp :iT+e:ivxo IS — fit. !>5 v uxe.em .a i sln90 oEv< .1 w Teen rE u 79401 nx SET nT N Co.. S. <Pww CPP•••xxNwlwwaaaPPP JSJ.>B9z P -a.11 . >2r+et1.. 5 3M6 T>263+q.520 ° 9i9i>a la 91tltl16. ! .3bb>5. 91-.— se,bl° ax.:.go —1 2-- :)-1 32.72 x+l.swO ISH P N C-11 uNUM a5N SET N E SN E-c—E -u.pSET N—ETE 11u SETN T Et M�Uuoawsx KSET o o—ElE s ] x+ cCoOxxccCRR SCC TIC rO110 IIELO OOONS fdt UYR 100PS a+ PCR CMT CONSROI u0nl yEx11: It�! NwaP, FUN CP-Nrgly pl - 4'P-MYgP 31 (}/O]/101p Ii !NwaP, W, 36-.3 fOR lY-NM1N 3] - Cn�NYgP SI (a)/ ]/1010� eie:vx P+ ca+cP f ] eozi 09. ax..ne ,o° • asx s xT ull coxcn E ! J1u' ):J00 rns,u0 ET x EaSTN—— — 71...1-2! /1B+BO, Na -1 9.. ?.ySO at,'K' Ar* bm?Nn— IYINp CUx xwplP ! �. ° rt _1 Fp 0 tl]! NwaP, W. 69-]+ FOR CP-MqV a3 CP-NYraP 6> l( ]/09/:01, R TIO, NwOIP, W, 3.-36 FOR CP-NwOP tle - CP-pwaP ), OS/19/xOT. EP •xwOW !I T M. ]By„5N1 9M.1°1:Mx1 ..1 15T— EM = — t COa1aNR1F V4YE3 ARE RCIAiaf t0 NRp pJ (COBS os) (ENe3 COOROIwtE SY51EN, xa91N C[N@Il SOME G+ (Y+N+WI N !9 CPMWON tlD725472D.714 r]> 0++9.R25 9)696'.69T .. E.' AS}0 0°I )3'>60D 5' Ir x!0 SxTT.yOO naN aft N1NE luxW SN SET a t SCi N MC CUPo CURB F O0E a10sIA IpaO MP/e'T A •El fl! RTpM ME WVO OB xwpw N WOW 01 D ] ] " M.I.— a13N N T N - ELIN Ny al¢ WmPM Yt xFRn Q O E. I�c01NERT CRq aW-TcE ro SURFKE. u .1y By tlaE PRp 1 ]NEMCE axEO SCKE FPCtOP Di .000335 NwaP na NAxP 0. (:P--ES Ccvw•NwaP b! 9 0 231E ]Sy5e3, .1-1 r . .09 91.. Sx1J.999 3118>00 3IpB.600 N` V nax SIT y, Ea,cR rE DESIGN SURVEY UUNU. sx s T w CCNfftfi[ U.a5N Xr w NE sew w°" N awN ,qN SXRRN <N SMS SN ET w,A E NSE Et , E. ,Y,F . ,„ ee B!B w>x9 ;°° 1 xa v;'oAx1a,D 9. s lJ KY 9 « 5 Exrs HORIZONTAL PONTS PFgR }O BEONNNC COx5MUC110x PNO C xnxcllxl N VEPoFY CGxT TO R[PORr .vn xscREPElx;rcs ro ]NE ENaxrzz <P.xwaP T.q > >Sa9e.v,. ;,, 9 a n 1i3C w x 9 Nn a NO" g51xt 5 Ens r+c cuuRa AND yw0�m 1 . >n PI> rc. Tae 1;� P"c T N cnSiNC C 0 5 VERTICAL M.CONTROL 10:;io U�aR 5 ' nc CURB i <I'wPET:IsT SHEET G-06 1 2 3 4 5 O O EXISTING PHASE to CONSTRUCTION END OF PHASE to BEGN PHASE 2 CONSTRUCTION TRANSITION FROM PHASE 1A O AUONME3i1` TO PHASE 2 ALgFMBNT* O i START OF PHASE 2 CONSTRUCTION I NONTM1lq EJ181Ii0 i I A Y.7291890.85 %.961II92.16 S Y.72518N.37 %-9319D7.62 i i i 1 i CONTRACTOR TO USE MAM M ALLOWABLE i DEFLECTION PER PIPE JOINT (AS DEEMED BY i PIPE MANUFACTURE SPECFICATIOW TO i IgrtfH ; � ESTABLISH SPECIFIED LINE AND GRADE FOR PHASE 2 CONSTRUCTION (SEE SHEET P-0l). I 6 ESTABLISH PROPER LINE AND GRAM USING L O M MAI REOlJ1RED PIPE JOINTS a141+78.0 END CONSTRUCTION ALION4BNT TRANSITION START PHASE 2 AUGMENT 1 t 6 0 * FINAL BOX FROM PHASE I IS I S TALLED W I0 Skl2' E DETAIL to OF CALCULATED BASE ALX7704BT PHASE 2 CONSTRUCTION POINT 7 ALIGNMENT - LINE Q - PH2 Chain UIE04ni2 oontalm LN0200 LN0201 LN0202 LN0203 LNQ2M LN0206 1.140206 L.N0207 LN020B LN020B LN0210 L- N0211 LN0212 LN0213 LN0214 LN0215 LN0210 LN0217 8...pkri. ==HA_E--_ch.ki IJJEO•%f2 dectpbn .......................... PoM LN0200 X 93188S22 Y 7281839.64 Sim 139+88.59 Calrae tram LN0200 io L.N0201 S 1 ^ SS' 2m r W Dist 2,852.03 Point LN0201 X 931,S06.39 Y 7279,189.13 Sta 188+311M Cauca *om LN0201 io LNOP02 S 13 ^ 03' 31A8' E Diet 2 SM Point LN0202 X 931,13STAO Y 7,27S,928.53 SIR 189+0820 Came *om LN020210 L3N0209 S 1 ^ 66' 26.17 W Dist 180.67 Pot1t L3N0209 X 931,861d6 Y 7276,786.04 Sta 170+88.77 Came tam LN0209 to LN0204 S 8 ^ 21721.98' W DYt 2D5.81 Point LN0204 X SM.84241 Y 7278A61.16 Sal 172+74.59 Cane *om LN02D4 to LN0205 S 2 ^ 17 542E W DDat 2.125.41 Pot1t L.N0206 X 931.78028 Y 7,278,437M Sto 194+00.00 Cauca tote LNQ20510 LN0208 S 2 ^ 51' 17.88' W DIN I M 3A1 Pots LN0208 X 931.709.78 Y 7275,424.97 Sta 204+13.61 Coup tam LN020810 LN0207 S 87 ^ OB' 37-W E DM 21 SAS Pots L.N0207 X 931,928.38 Y 7278,414.07 Sta 208+32.40 Couae tom LN0207 to WQ208 S BO ^ IN 5521• E Met ISM Pot1t LN0208 X WZ124AO Y 7275,380.38 Sto 2DB+31.38 Couae from L IMM to LN0209 S 88 ^ 06' 54.77 E DM 97.15 Pa*d L.NQM X 932,211.50 Y 79TU".51 Sto 209+18.53 Caraa from LN020B to LN0210 S 1 ^ 51' 62.31' W Dbt 1226.42 PokRL1,10210 X 932.171A0 Y 7274.151.74 Sh 221+44A5 Ca tam LN0210 to LNQ211 S 0 ^ W 91I.98' W Diet 204.60 PakR LN0211 % W4189M Y 7273,947.15 Su 223+49.SS Ca from LNQ211 io LNQ212 S 1 ^ 59' S1A0' W Dht 75.57 Pot1t LN0212 X 934166.76 Y 7273,871M Se 224+25.12 Coup*w U4QM2to LNQ21SS7^44'4828'W DM1A77A2 Point LN0213 X 93$021.46 Y 7272,603.64 Sim 235+03.04 Coup from LNQ21310 LNC214 S 1 ^ Or 42ZW E Dist 171.46 Pot1t LN0214 X W4024M Y 7272A IS Sim 238+74.49 Ca from LNC21410 LN0215 S 27 ^ 17 24AO' E Dist 72.10 Port LN0215 X 932AB7A0 Y 7,272,588A1 Sto 237+4SM Co111p tom IN021510 LN0218 S 54^ 484t1AB' E Dist lM Pa*d LN021S X 932215A3 Y 72.12,458.73 Sto 239+39.54 Ca tom LNQ21810 LNQ217 S 1 ^ 25' 31.9E W DM 9B2.6B Paint LNC217 X 93ZI91AS Y 7271A94AS Sts 249+M12 En*V - PHASE 2' urtl UFEQ•PFM d9aeAptlon cig Ir w . W 111c) 0 O 70 06 M-771�- DRAWING APPROXIMATELY HALF OF TRUE SCALE HORIZONTAL ALIGNMENT DATA SHEET SHEET G-06 TEST HOLE COORDINATE TABLE POINT NORTHING IYI FASTM P9 ELFAT�ION STATION' OFFSET T14•14 72830M.82 991921.04 52MM 127+9925 7.73A Tw5 7261853A88 9913M.464 J872955 141+MG7 9.47A T14•16 7250571.17 SM 84259 3234.01 152+5&14 10.38R TW17 7279339.77 931804.67 3218A9 184+SS.13 &82R TH•16 727537499 931111"1' ML72 174+61.L0 2422 AT TH•/9 727&Sk48 931764M 3238,72 1&9+4343 18.65 AT TH-20 727541365 931711.17 3235.73 204+15.57 11.32 AT TH41 7275007,69 932189.79 3229M 212+8898 9.68 R7 TH-22 7273M.68 93215352 322&35 223+47.20 ISM AT TI+-m 727VS&58 93202&71 3M1.49 23500.68 1&09 AT TH24 7271764,05 932221.76 3218.77 235.10.68 23M LT TW25 7279170.19 931901.88 3216.92 168+47.30 857 AT TH- 72SMM17 93188&94 3m" 149+21.62 2.98 LT THd 72799S&40 931837.73 3234.64 IM+41.75 4.36 LT T" 7778S27.64 1 93183927 3237.27 172+08.S9 9.40 AT TH79 7277889.16 93180&12 329&71 151+47.56 826 AT TH30 72744M.89 892184A7 3228.70 217+8&79 1.11 LT T" 72720&4.0 9 INM MM20 243+91.32 &%RT L 031'ATIQ 9 9 NOTE REFER TO PRO ECT SPECOWATODW FOR COMPLETE OEOTECHNIG\L REPORT. PROPOSED STORM SEWER ROUTE_ -._._._- TEST HOLE LOCATIONS-- O TH40 NAD 88 COORDINATES NAVD 88 ELEVATIONS TEST HOLE LOCATIONS ARE ALSO SHOWN ON PUN & PROFTLE SHEETS WHERE THEY PALL WITHIN THE PLAN VIEW PHOTO COVERAGE 0. Lu cc w �g a. 0 D 0 o cif 4 89100 J y� �ooac22ole Y a5 a DRAWING APPROXIMATELY HALF OF TRUE SCALE VjubDOCK Clty 0 TEXAS CITY OF LUBBOCK NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS PHASE 2 1625 13 H 31 RM LUB90CV, TEKAS 79401 r 4 P! b 8 Li! TEST HOLE LOCATION SHEET SHEET G-07 777 , MONITOR WELL COORDINATE TABLE G:,.'i� ..a'" i..:.Li�� '� �a!5fC•751Ey/.lfi::� •t'�<':a�� a.a R. � �� 5 LEGEND: PROPOSED STORM SEWER ROUTE - ------- MONITOR WELL LOCATIONS- O WW-00 PAD W COORDINATES NAVD Sa ELEVATIONS MONITOR WEU. LOCATIONS ARE ALSO SHOWN ON RAN A PROFILE SHEETS WHERE THEY FALL WITHIN THE PLAN VIEW PHOTO COVERPOE og W- ¢ w 0 CC 0 08 o O U dS d a DRAWING APPROXIMATELY HALF OF TRUE SCALE I, City O Lubbock TEXAS CITY OF LUBBOCK NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS PHASE 2 1626 13TH STREET LUBSOCIL, TEXAS 79401 r. MONITOR WELL LOCATION SHEET SHEET G-08 No Text ]■ RC BOX RCP FRP INTERNAL ASTM C1433/C1577 ASTM C655/C76 ASTM D326223754 HYDRAULIC PRESSURE PIPE SIZE 1 LINE O SEGMENT PIPE DIA. D-LOAD (1) PIPE DIA. SN (1) (PSI) LINE Q-03 S' X T 96' DIA. 2227 (CL-y 96" DIA. 72 11 LINE Q-04 8' X T 96' DIA. 2263 (CL-O 96' DIA. 72 11 LINE Q-05 8kT 96' DIA. 2299 (CLAD 96" DIA. 72 11 PIPE SIZE 2 LIN_ Q SEGMENT PIPE DIA. D-LCAD PIPE DIA. SN (1) (PSI) LINE 0-06 T X T 90' DIA. 2: 9 90' DIA. 72 11 LINE Q-07 T X T 90' DIA. 2359 90' DIA 72 11 LINE Q-08 N/A 90' DIA 2183 90' DIA 72 11 LINE Q-09 N/A 90" DIA 1984 90' DIA 72 11 LINE Q-10 N/A 90' DIA 1658 90' DIA. 72 11 LINE 0-11 N/A 90" DIA. 1757 90' DIA. 72 11 LINE Q-12 N/A 90" DIA. 1213 90' DIA. 46 11 UNE O-13 N/A 90' DIA. 1027 90' DIA. 46 11 LINE Q-14 N/A 90' DIA. 027 90' DIA. 46 11 STUB -OUT LINE LINE Q SEGMENT PIPE DIA. D-LOAD (1) LINE RU 24' DIA 3114 LINE L045 24' DIA 2467 RC BOX - REINFORCED CONCRETE BOX RCP - REINFORCED CONCRETE POPE FRP FIBERGLASS REINFORCED PIPE NOTES, T. CONTRACTOR TO PROVIDE PIPE OF SUFFICIENT STRENGTH TO RESIST ADDITIONAL CONSTRUCTION LORDS FOR TUNNELING OR BORE AND JACK INSTALLATION 2 SEE SPECIFICATIONS FOR ADDITIONAL REOUIREMENTS FOR INTERNAL HYDRAULIC HEAD CONTAINMENT. 3. INTERNAL HYDRAULIC PRESSURE IS RELATIVE TO CONDUIT CENTERUNE ag ¢ w- N ", w IL cc g 09 D 0 a o ,fig N1j� Al FNtL �uw� a DRAWING APPROXIMATELY HALF OF TRUE SCALE �® City of Lubbock TEXAS CITY OF LUBBOCK NORTHWESTLUBBOCK DRAINAGE IMPROVEMENTS PHASE 2 1625 13 H STREET LUBBOCK TEXAS "401 ALLOWABLE PIPE MATERIALS SHEET G-10 D $® 4 U Syr 0rTERMFKft €F0R AYdE M18 LdG.MV rtr�a+RqU. 9+7a Cf Jd�fllisWgeB �YiS � 84ET4m r0 WE'LAv rtu�e�asM rlriecr f is: t rSJ+rWMRF4-t-W PEM3+FT0PROJEGT,W0hN9JfWM V } +4Tp iTTFT'IF9FTxEATJUrIiJ9Arp.EUflh9JOfJf ''Jso�rinx Om wC{A JGMDd Ecu �-0P'r014 77 -' - - - •------------- - pSld3w"rxr__�_ .__ ___ .____ __�r~U4__.__. _.____ _ ___ _.�� 7 p•«gE iA - — .. C ' a ua vas srrrr ' � n7 hhVi�' E+LI%ffih rsaYOe IQA 67�Y+w.'t'Qi - - �_ __ - -- -- - - _- -- ----- --- -- -- - --- - - -- --- r 3230 3225 6 r 3225 i _ 15 ., �.. .. ... ..,... ......... - .. �.....7 77 7,. ..... .. ..... .. .., 3215 3210 3210 I...,. ......_.... ......... . .... . _. ., .....� ......... „ ...,..... .......... .. ,... .. ..... .....,. ..... ........ .�.. �.,. 3205 ........ ... .. ..:... .,. .,...��, ..,. ...... .,..,..,..,.. .. ... .... . . .,,.. .' .. ,.,__._, ....'..' � SMN '2PROPD9EDSTORM EAD 3 32� : 2 UNE 0-3. _��0.99TPRIOf TiEB.B➢ALIUKiPEMOVE . �.,. ;. ,. !. �., ..,. ,,., ., � (� ............... .... :...:....... ....... ...... .. ... ..... .... .. . .:.......�. ... ......, .... MTON rF MND PIPEB USED: .,....., ..,.... .. �.... .... .,.. . I..... ...... _ _.._... SEWER .. .......... ... .. ... .. ...... ........ ... ........ .. .........: ............. .. ... „ ... ,.....'84Y'9�Dx :.,... Sf 'ea9N'kA ..-.... .... ..... ..... ..... . .. ; .. ...., _ p...: .. .. i 3190 iA .,� ,. , :. ...... :, .. .... ,, ... .. ., . � . i' 15W.si tF ® :roeeec. , : .. . ,. .. 3190 w , I I 3185 3185 3180 .. 139+90 .� �..: �. , , ...� �. �... � � , 3180 137+W 138+OD 140+00 14" 142+00.� 143+00 144+00 145+00 148+00 147+Op 148 +00 149+00 cl 0 W W Ir s1110O O 0A DO 06 3ddddd A C 2 V rGt Oo 3 2 Y a DRAWING APPROXIMATELY HALF OF TRUE SCALE dy:gl City o LubbOCK TEXAS CITY OF LUBBOCK NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS PHASE 2 1025 13TH STFZET LUBBOCK, TEXAS 79401 r 3 e y Fl STORM SEWER PLAN & PROFILE SHEET LINE O STA. 139+86.69 — STA. 149+00 SHEET 12.01 r- r-- r --, �,, ►---, r--� �--, r--� -} -, ----, MEI� 0� tr w DRAWING APPROXIMATELY HALF OF TRUE SCALE wi a: 01 0� tr w DRAWING APPROXIMATELY HALF OF TRUE SCALE wi a: 01 (L 0 0 roo Do Tj a(5 W g�k City of Lubbock TEXAS CITY OF LUBBOCK NORTHWESTLUBBOCK DRAINAGE IMPROVEMENTS PHASE 1 625 13TH STREEIrr LUSSOM TEKAS 79401 ti LA,il ill. sm. Egsimmml llllllll IIr-"Ail NNUI.Ifflim V I MN-UPH STORM SEWER PLAN & PROFILE SHEET LINE Q STA. 149+00 STA. 161 +00 SHEET P-02 I . 931867.03 d., GEDGEOF RIGHbGFWAY. (�' w•. , ✓�„qrd SY'X` SEE PCUG END0FPIPfi.1�' . 9 r cm Olt; SIGNAL,,. �. -- _ _ 3235 __s_ —� w _ _ —. -. ,r 3235 _ 3230 . .:.. :.. .. ... ,.. ;. POFlCEfFM 1J i2 SE � 1 PMrtA U Nk P ECTAMNMENT ... FCRCE l/1,{W COP ..i.TO REMCV,EAN TRACTOR CISL'; ' . .... .:... .... ........ ;� .. .... OF LISA eN ..... ....., .. .'., .,. .. .... .... ........ .... �.... .. p: wT ,.t.MiESP . ' CH325 .... ... .. _ ... 3 3220 3220 3215 . ... . .... STA'.Y8Si18 STA. 189+00 . .. .... .< .: j: y.,. 'SURPAC@�1C'CE88' 3210 ...... ... . .._,,. ...._ . .. 3210 3205 _ .. .. _ .. 3205 .... .. .. 3200 fj .3�OL10 , .. 3266 VkS EsEGUNFO.6 3195 .11y�. ...., c.., .,.. .r .., PHASE _... ,.. ., �.. ., ... _. .. .:..: .. ._<.. .PHASE2 ,. .. ., Pm .: .. .. 3195 1 ... ..Z _,.� .. ..,, ..i... .. .,..: _.pb 98'. ..... ..,....., ..!..... .: .. ... .... .. STC,MSMEOX OR R?.., �.)Lk ...,109'4a0 CFt�0:1$9816... ..Z y�..o. .,. .. ....... .. ..:... .. :....:....1026:00' FrWO.108896 ...;.... ;. ....;.. ,.,.._. .....,: ... .. _..: ...,.: 3190 .. ,..... ..,. ..._. T...:. 3190 ..5. _ 9EFG1iE TA iOF80 .. '� .. . . ... $.. .. ... ...' .p' CHANGE If SZEAt DNS R + a . 3185 m. ;., d r :"PIPES E...,, g :. 3185 161+00 162+00 163+00 164+00 16M 166+00 167+00 158+00 169+00 170+00 171+00 172+00 173+00 11 2 1 3 1 4 1 5 06 W3 cc W AIL ¢ no 0 0 O Do N 4 ewao 111���111 ` _ a DRAWING APPROMMATELY HALF OF TRUE SCALE �� City of Lubbock TEXAS CITY OFLUBBOCK '. NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS PHASE 2 1629 13TH sTnE'Fr'.. LUBBOCK, TEXAS 79401 a STORM SEWER PLAN & PROFILE SHEET LINE Q STA. 161+00 - STA. 173+00 SHEET P-03 I is Ell 173+DO 174+00 175+00 176+00 177+00 178+00 179+00 1" 181+W 182+00 183+00 184+00 1 &,+W im w W uj. a. cc 0 0 0 Da a. DRAWING APPROXIMATELY HALF OF TRUE SCALE TC .1 City of� CLUbDOCK TEXAS CITY OF LUBBOCK NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS PHASE 2 1 623 13TH STREET LUBBOCK. TECAS 79401 WORM SEWER PLAN & PROFILE SHEET LINE 0 STA. 173+00 - STA. 185+00 SHEET P-04 1 2 3 1 4 5 -�—"� SEE GENERAL NOTES G-03 FOR ORK:UMTTS.' WELL nOHY N UN ANO CONTRACTOR M CAP.: ALLUNES PRIOR TO BACKFILUNG TRENCH'. r'.> p® TEMPO EASEMENT AT EAST TRENCH UMIT DISPOSEALL HYDRANTS T NNEUN00 BORING ANOJA NG. D NO SURFACE ACC +24 TO STA 204+p4 MH Q-07 tU' TTU PVC WELL: S41NCH MANHOLE STA'194+12.00 p LINE HYDRANT. Cltl' AND PLUG T + N E%LSTNG IRRIGATbN Y 7278426.34 , W } WATER UNE. ��. PERMANENT EASEMENT.PE MAN MEM' R.O:W z = 3 PROTECT E%ISTINCi 6 y. DAMAGE A2M+M ... .... E:AgT�i(7ipGRAbE'. NOB AA>a++2+ra 3235 .._ —NONDIS. E. ...,... ...,,. , .. _... ..... _. HY.OF URM 3230 ... ..eTTUPvcWELL ,. ... 3230 . ... TO REMOVEp�pMID POSE 0' VCT UFTEAST T ... WA 4NE.:..,. 3225 3225 3215 3215 ..... 3210 .. :.. ....,. ., ..... _.,,. _. ... .. ..... .: 3210 3205 i 3205 ... 3200 Ll ..... .. .:...... _ ....,, . ....., 3200 .,.:... ..... ... ....n7" ... '.,'. „ d .._ O' XOR SOwIA .. PROPOSED LNE 08.::: SEWERI— d 3195 +- SEWER .. 1on�ooiFDRM aioeesc 3195 A z z � 7 3190 3115 g 185+00 185+00 187t00 18" IBM 190+00 191400 192400 193t00 194t00 195'00 196+00 197+00 µ 11 2 1 3 4 1 5 W. W wi 1 Ir 0. 0., U Do ca IQ Mq4+� F oeawore Y a DRAWING APPROXIMATELY HALF OF TRUE SCALE ,I * Lubbock TEXAS CRY OF LUBBOCK NORTHWESTLUBBOCK DRAINAGE IMPROVEMENTS PHASE 2 1625 13TH STAEBT LUBBOCK. TEKAS 79401 Jell 1{ `���; muTrum N iew I �Va1 0 II STORM SEWER PLAN 3 PROFILE SHEET LINE O STA.185+00 - STA. 197+00 SHEET P-05 ]■ -- - - - - 3235 . J— ---- - 3235 .., .. ..... /_ uaw ............ :. �... .......... awnrEwu+E.... 4M9. ....... . ,. ..... .. .... .. ..,,. ...._. 3230 UNE 2- GAS L fe3230 6.9 PVC 016 .. ...'. . 3225 :. ..... ........ .:........... .. .. . '... .. .......... RE .... W S SOR 18r+2�4 09T AMACCESS. .. 206+01 ..., .,_ ...........:.. . ;. ..,,..,,, '.' ...:....,.....,...,....,1 ..., ._....... .. ..... ..., .... _ ._ ........ ......, ...... ... ..... 3225 nis . .. . ....... ... .... ..... 3210 .. :. .....:. .. ........... ....... ,. ..,,:..., ........:'.,.. _ .. .._ .,:� ,,,. .:...... ...:.'.. ..... .'. ...:.: .. ... ..:::... ... .:::.. .: .,. 3210 7- .9b PFIDK ;El STORM SEN�i... ..., ..., .. .. ...... .., .. ..,. .. .., 3205 .,...,,.,.. .: .. ..�, .. wsoo ®fi.ttx .,..,. ..,.. ., :...,.... .,..� _ .,�, 3205 3200 ... .. + ..... ., 3200 PHASE 2EE. ... ..:, a..,.. 3195 .. .' .. ,. '. 1027.00 tf ®0:1068% .. '. ;... t- 3195 :, kil ¢ w _ ......:. .. .... z ...: ,. :,. ., 3185 197+00 1%+00 199+00 200M0 201+00 202+00 203+00 20l+00 205+00 oz w- cc w e (r o 08 U DO A 69100 oo-oom22le �[ a DRAWING APPROXIMATELY HALF OF TRUE SCALE Lubboof ck TEXAS CITY OF LUBBOCK NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS PHASE 2 1625 13TH STREET LUBBOCK. Toes 79401 r STORM SEWER PLAN & PROFILE SHEET LINE Q STA. 197+00 - STA. 208+00 SHEET P-06 o � w. Ir (H w o 0� In C.)D a oa = In o� Y a DRAWING APPROXIMATELY HALF OF TRUE SCALE Lubboof ck TEXAS CITY OF LUBBOCK NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS PHASE 2 1925 13TH STREET LUBSOCK, TEXAS 79"l .maw STORM SEWER PLAN & PROFILE SHEET LINE 0 STA.204+00 - STA. 210+00 SHEET P-07 og w- It w Ir 0 08 0o U Do ad k '4w'° /I oFaam+e Y Q a DRAWING APPROXIMATELY HALF OF TRUE SCALE A, City 0 Lubbock TEXAS CITY OF LUBBOCK NORTHWESTLUBBOCK DRAINAGE IMPROVEMENTS PHASE 2 1 E25 13TH STREW LUBBOCK, TEKAS 79401 iiil 1111� p3i'i?3ii STORM SEWER PLAN 6 PROFILE SHEET LINE Q STA.210+00 - STA. 221 +00 SHEET P-08 mm I ® - 3240 1 17,1111111 3195 1 0� W-: cc Lu w CC 0� 111c.) IL 0 0 o ca x DRAWING APPROXIMATELY HALF OF TRUE SCALE LubDCity 0� OCK TEXA5 CITY OF LUBBOCK NOR111HWEST LUBBOCK DRAINAGE IMPROVEMENTS PHASE 2 1625 13TH STREET L.URISOM TEXAS 79401 STORM SEWER PLAN & PROFILE SHEET LINE 0 STA. 221 +00 -STA. 233+00 SHEET P-09 I mmm 10"A mm� =NJ Qd Wd m w w (L T 51 0 08 0 DRAWING APPROXIMATELY HALF OF TRUE SCALE STORM SEWER PLAN & PROFILE SHEET LINE 0 STA.233+00 -STA. 244+00 SHEET P-10 1 2 3 4 5 ' NOTES G-03 FOR WORK LfMITS. z - �REQUIPEO �' % a `� ENDOF PIPE STA. 24b+38 + 2aT+�po.00 i ACCESS .® ,$ x°�Feie°eb1 y. PARK 1.043 PEORIA AVENNE.. Z sNorErm. s ENNOTEOTEi " s"a '<°s+wm 1 sEENoies ° '. .. .. ....... ....... ,. TUNNELING ��ppEE STA. +45 ._ {: .. ....... 1. SHE1TT016 T SE40wom 89FE� .... CIF '. . 3235 O.... vkaAa99gN TErT 3235 �,... ..,.. ...... . ....... YES: NOA ... ..,... OSTodou.r,.. s. To 3230 DRIP uNE OF ANY 3230 2 LINE AT S7ATgN +71.lONM '.' iNiL ' � 3225 ...... ..... ................ . ...... .. �'.. ,. ......,... .. ...:. ... .,.,... ..... ................ ., .........,.., „�....... . ......,. .. ........ .. .. ........ .. ....... .,... ...,.... C10NSTROCT ATMOS ENU*Y Coo WAIN MONTHS IN ADVANCE ....... 3225 B 1 T HM. 'PA000SED oRAUM 3215 3215 3210 TeB ag ►+e 3210 3205 3205 ..... ......,, ..,. ........ �EH'tGia P ,. ... iuEale ... .. .. ... .. ... .. $ eadA sroR0. sEwER eMOD L alms pplopos em wA s000 roaM sEwER ®alms A z 3190 i .. 244+00 245+00 246+00 247+00 1 2 1 3 4 1 5 0 g W- fr W ir5 s O lIl(-) O O Do � Z .y� �ow,s�o2le a DRAWING APPROXIMATELY HALF OF TRUE SCALE iw City Of Lubbock TEXAS CITY OF LUBBOCK NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS PHASE 2 1625 13TM STREET LUSSOCK, TEXAS 79401 'a n Mf STORM SEWER PLAN 6 PROFILE SHEET LINE Q STA.244+00 - STA. 47+01 SHEET P-11 IONAL TO OTHER REBAR TYP. 8EE THIS W EET----I r-----I �----I low I I I MGRATTE eI " II ddaaHTroN I Op DeM Iill I ---I I ---_—I — — — OR APPROVED EOUAI. TYP. ARMORFLE( COWS 93 CONCRETE MATTRESS AS SPEC OR APPPA NM Ea AL-80 GRADING AND EROSION CONTROL SHEEiT GRO t. STAMPED CONCRETE HORODWAL SURFACES, S(POSED USW MATCR ETE PATTERN AS SPECR®. (SEESPECOSe00 CAST-FLACECa1CfEfE) 2. TEXTURED CONLIEM EIOPOSEO VERTICAL WALLS TO 2 BELOW GRADE I/SM FITZGE RALD RORMU ERR PATTERN AS SPEC14M a COLOR® ONASRPTM- ALL WALLS AND COVER (SEESPEC.01aD0 CAST4FPLACECONCRELE) A. P FIBERGLASS PPE 6 USED FOR LINE 0-14, CAST KOBAS TYPE 0 MASONRY COLPMq INTO LIEN STRUCRBE (OR APPROVED BOWALIBT) FOR PPE CONNECTION. ARNOfFLEx CLASS Nis CONCRETE MATTRESS AS SPECIFIED OR APPROVED EOLIAL -SEE GRADND AND EROSION M= CONTROL SKEET GROt 7EXRIL® PATTERN (FTnUERALD PATTER" SCANFY AND COMPACT P E08111O SCL — TO1101F MODIFIED PROCTOR ASTN D1 5e7 DENSITY. AS AN ALTE PIlATIVE CONTRACTOR CAN OVFRIXCAVATE AND INSTALL MACH LAYER OF ONE - INCH W JS CONCRETE GRAVEL 5 �IOPEaxss C PLAN VIEW NO SCAM mom RBiaFICINO OMTF® FOR CLAATY 80 DETAILS THIS BFffT, PNOPOS® Rio IO STOMI SEWER ELEVATION VIEW NO SCALE: —12 OPENINGS (,YPI SEE INSET e THIS SHEET SEEDD AL PORK SHEET T04.01 SEE WAT INLET GEDTOLI{P AS SPECFIEO Tecn.F® PATTERN 2410 TOP AND I1OffOM r� mw mw fON1 � viA' uM AO ���AKpp��TI ��AA�,1w Moo Nq eDNI NoeriNe 14 y § a -PVC WATER STOP LEY WAY TVP,rx COIMBRNMR INSET s 'SioFM WAFT INLET WALL SECTION NO SCALE: PROPOSED W O STORM SEWER Ie®tom WAY 08-EACH WAY FACE 08-EACH WAY EACH FACE rplM a PVC WATER STOP\ H12•II ALE ee !1 "p to Nro 012. e-ie COW. 24 D.... rwiw I A NAY FACE, TOPADSOTTOM INSET 4 FACE IOfY WAY -L 9 a PVC WATTEIE � R STOP E AS VERTICAL WALL CONSTRUCTION JOINT NO SCALE 1.11 xSKEY WAY 2.a • MM CENTER SM WATER STOP I HORIZONTAL COINER BARB DOWELED THRO" JOINT AS SPECIFIED NOTE: SEE IJ9ER A REINFORCNO OMITTED THIS SHOT CLAIM SEE DETAILS THIS SHEET. ® INLET L043 PROFILE NO SCALE: W� a LY s onCv� 0$ U Do $ ad I(— DO 16.0 N1 ( `Awmev ND7feT ''.. W-0F2016 ''. DRAWING APPROXIMATELY HALF OF TRUE SCALE fj City o bbock Lu TEXAS CITY OF LUBBOCK NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS PHASE 2 law 181M 6T1�1' LUBBOCK. TOWS 79401 Rrowsu�a INLET DETAILS L043 SHEET D-O7 I—fj HUGEED 0� m m rc r 0 c mo co L( In. PARKHILL SMITH & COOPER I By hil it'll $ aM TUNNBJM BOFM ACCESS WA" DEPTH (VARES) 69 Jill \Z Z --------- ----- IN L\ L\ L\ 7 VANES ts MIN HUGO REED o� °Isl31�1 � � S $ � CC � �� . o�X, C) z for Up rl c c mo all Cox 4 PARKHILL SMITH, COOPER 1] _ y�;Y��a��var�����r� `OIpUlAXXWA�MD aea,ru.e.Aw.rrn�wlr emx�+uwee,rrc R�MIEIIIi1MD INTMV. IU�YO[�! Mro�Cf. eIAIAA@lONMT61 MRelelACe IOIY�IIIX L �I�=. .-�lld� ha _1. 'a. l.:�al� ?:� 1?. 7:1 �Il '. oD• e,q: :r 11 17 1» ,'7: to v �,,owAro�Y.ro,rrrcYnwr,..ie.o ruo oX oeovr. wo woe ro M �. e TUNNEL SECTION DIETAA L USMK3 TUNNEL SONNO MACHINE (;i J1 X� ,. eeeearXOIO.eXme> RI@I AYD e.0.M. escrow /q1 rXeo,�.awiro�cawrm®ro ARY CIellY0.�m'R0f'1. MO�f1Y. i ffmmlllDIOP EIGYAIbX 6V 0{L CV 1NIL'INN IIrC01 R118R ow Xor ee ACXwYm. ewuuAccm eXur rmX C!lIrRA01113D eAOel1 roemrow arer,varewe wXrev:� 0 WS W OC a. 0o 0 O ca a DRAWING APPROXIMATELY HALF OF TRUE SCALE Lubbock TEXAS CRY OF LUBBOCK NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS PHASE 2 16= 13TH B7AEET LUBBOCK. TEX&A 79401 TUNNELING DETAILS CIRC. PIPE SHEET D-04 u DET A NOTE FLOWABLE FLL LATERALSHALL CONSIST OF 2 SACKS OF CEMENT PER CUBIC YARD OF CONCRETE SAND, NOTE THESE DETAeS INCLUDED FOR RE CONSTRUCTMN eY CCNTRACTOR OF H WNDICM RAMPS. ALLEY RERIAIS, PAVED ALLEY, AND VALLEY NUTTER THAT ARE DAMAGED PLAN VIEW BY CONTRACTOR OR RBgVED BY CONTRACTOR DUNG STORM SEWER CONSTRUCTIOK Cmp.urO Brr>Aee B etceMJx \ PROPBDYIlRe \J AOTe RA -MA FU SHAIL xTo H®IMC Sttt IMY9ALRBW®. f AYITHbroimw m Comy /TEA o'•ti' •. P110110Q IWQXININroCdlLY r.t •r•i !r:i MTINIAI RANDAPOL B » MANTAN wHrrAHr Ip ITIOMHIf, VpN61 Pale, erc DurTRyt RAMIE MT HAW DOMHep xw mm A11WNmO1Jmm UDcr.,= BR,NCLOSW ro YQ WTMIX NOULYE MHGRI role IFFUABAVOEw IAIG TKeeGR/II T!GlD®wHremetw,clwN TYPICAL DRIVEWAY w PROPERTY LINE SIDEWALK CONSTRUCTION DETAILS 'J w�wary io�Aaa RaaHm p1n TmrictoR a'r1Mp®iwa Sr erorA,mwelcwBRwstaL � f rL 2x MAC eLGPE vAnAeLc i fSOEWALX MIe Fu MR W 10/10WIEMESH AS IIBGI.A® CENTEIED N SlAS DIWEHIAY GUTTER //���� TNOS,.,.� roRE �ARA SECTION B$ BBe11YL eli@R/ •_•�•• •••- I.00C PAYBAENT REPAIR DETAL SHEET DGT FOR %JLCTOReaTNBIBHFA/IB pCe SURFACE AND BASE COURSE TH OeSS. FROM DINEWAY /1T8 CONCRETE VALLEY GUTTER DETAILVALLEY GUTTER DETAIL HWe CUM GUTTR HJ1DI Am We TO! PTowm*R OANOSGIaI®eT�S11B �W—AT i TIMYe, m/f6m NBM Tlw rolrtrf r we1 'r;r.• A'JM CUB NBWiTFRHrO1GF ACiBH FRCN PAT eT11�TroP �. /ATTl PoNf 4ID Nv0R `j} mr-/aRe¢rAnn�wJle•'r FAeMG Q1Nf1901r®61m • wFlRwexr ���• 6AT0 tTQF /GRHYIAYI. ro¢E.CNMM '�T r.• •roElla®MRI u1EYrlaritMOTH =CONiRACIgNJONTS to WOCKNESS THtRDI10H SLAB AT eNT6NALSTH10110H SLAB AT eNt6NM5 SECTION NTS 1. 'MJl IWUYe HLy L � �,a'K'naw°w°ca i0°' eTiP�`�IJurr y APPIgV®NOINNIR r NNOBRFAY[INAA ALLEY FEf111L AUZY_p1d11�I 0UT16L sAr-eGNxieMeomMrE rAsIC OIIN • C�IW ,P O.C. RRGIHR NArI, y i:•'• ;.��. J 1 fpf-a oAJaa Mea® 1 OEPoR�EO�QR8.111e 1T HOTS CENTM YAre. I.CONSTW RGHM TrFlrAJ1DN Y �+T� fS1191®NNM ��11lI11��AT CORDJONte NO rAMNG Gq e1��GUT rN�GGN CCWOIOH MLCPH ATTCA MKro E16P,aF8TaM1EY MYMO AIOOIMOa AIO AlRIYBfTAIl MTBrACRCRr �^�N� �,WO rJU AT1MY6 ROASSA ATAMAtrALMa l\6J� rn AR ta, +NFL se.Acrcr Lae ay.cr.9w-YMT6C �wav AAV TT. bh. CAf..NMOl MBP®MM IAp11f. CHIN Hca1B6YleP/L19f FNM mOCGr �BT�S11r1TOL gfXIrAr4 WMB IwRMor eOTiDrdMAr. ®11l�NW eTAI®QgTIrTMC11 MATGCI f1,VI1C TYPICAL ALLEY RETURN `til1.A:L � 0g Q W- 0 W 0 Ouji D o ca woo e►wao+a a DRAWING APPROXIMATELY HALF OF TRUE SCALE LUbbOCK TEXAS CITY OF LUBBOCK NORTHWESTLUBBOCK DRAINAGE IMPROVEMENTS PHASE 2 low 13TH OT11�T LUS19100K. TEXAS 79401 MISC. PAVEMENT REPAIR DETAILS SHEET D•05 TOPOFQM ..� r r.,�. L �. •,.;, ,�IFAaA�D OUMMYOIgOMiMm ppMNqq[[ Y,� �I:DAd�QI� MRB, � PII ICO OOM! 2 9 swnEM EA()1SMOFMMP. MAIMTN OMEN RDMISE .OINYMYS,rolL9RB1®NSIM TRUNCATED DOE S e A OOF lrRA011D1e ivoou,SCR NO1B 110EOETAAlIQIDm FOR RECONSfRLETIDN SY J$W=DEPTM R® M S1101ML cON,rtiCfO110F IMIOICVRUFS.AILM Rl,lSNO. M��WET. NIDVNIF'OVR61 T1NTMEWWO® ,•;}: s C% ,o IIAMDDMN 00NOTNXI ll�cOIT R1C0 M/MD •.}.• •. .• N•oNaDrx srs TYPICAL HANDICAP RAMP PLAN STRAIGHTCaG ewe xormAAPLYM i/r errL% cw EWANMN J0wTS MOIA RAN V AT Z Pf. SURFACE APRIp IIAIIl EINL ee CBRBEDNC3a MRtl TD TIE I W vIIAT exTetr raeT,oul6 910EWALR ljee 'L- - ".., BL" FRONTAL VIEW SECTION Im :I, R •'�R B � Mn,rANDcoIrrANr ovNaalltoS,Evncm}SMutt IRNITJRVR.POY.m11VlD.[IC alrrmnc,MrE NAND �l1Wx1AN MI#T,tNE PaweERlD'rtvAa �$ ALL WNIM4I A].Rp !A]DSEMfbRD,l:,! ro to W MGN IM[Igil1. CURB BACK SIDEWALK CONSTRUCTION DETAILS Im ClA!! A fANpRT& TPIAN M DOW SHALL cowoRM To PANS MATCH DDSTINO vam ARRICWZ SPOWMATIOW �UMOIOIAI I — N—HJ—OSV— Eff Mr RrCnO E N7EFABROR aSoTY$ •4 DEFOMEDSTEE eAne ,r O.C. %=go IITS,IS ®e,.D,®e BOTH WAYB. TO BE CENTERED IN SLAB i e ai s i BEC'!bN i i ,O i ---I SIDEWALK PLAN &SECTION PROIN LE wa - � - . � I a I s�• y .,!•, I PROPE } LSIE G8119®aaaGGG YD TRANSVERSE CONTRACTION JOINT ia,vrto w'�nt "° N,. t Ig¢ �@taFB RMW MTND Ems CONIM,CI011BWL1M7rMARtAMO DeelAucrlveroMVNfA11 AOA . MIINIIM IMRDIRDf V.IOR. 1 ♦ � �Q I 1 1 1p i I i � }rnr• i �",.7 7R46VER9E COMRAC1gN JONfT ! 9 ♦ V i (R W E COLD JMITS AND EVERY IS FEET OF PAYM TYPICAL T ALLEY INTERSECTION N� m AT R.v MlIII DBRBI®R3N SECTION D-0 Im r • / r IM61twe Ae� 0d W - 2 l IlCL Rl S 0 �o U yaw Li.0AQ01� a DRAWING APPROXIMATELY HALF OF TRUE SCALE MISC. PAVEMENT REPAIR DETAILS SHEET D-06 r--- �—'? .�.�,..�,...,.; •�.,�„�.. r .,q rev. •-«� ram.•...-.,,,., .�°•-•.�, I,.�,:,,� �*�� «..«.-�, �e ,w�^�.„::� �,.� ..*�. .�.�.,_..,9 P WOMAMati3OWNVART f PHWG 0.42 RIFT OAa FnFT F°cm�iDArai�vAm tl4IE: 3PE lro� 1.) STREETS WITH ANTICIPATED ABNORMALTRAFFIC LOADS, SUCH AS TRUCKS AND BUSES, SHALL REQUIRE A SPECIFIC 9UAOwioElHAcsOANME DESIGN TO BE APPROVED BY THE CITY ENGINEER —PE6i T-A CURB AND GUTTER STREETS PAVEMENT WIDTH (Face of Curb to Face of Curb) FINISH PAVEMENT SURFACE ABOVE GUTTER 32 FEET 0.62 FEET 38 FEET 0.56 FEET 42 FEET 0.67 FEET 46 FEET 0.73 FEET SS FEET IM FEET BB FEET 1.13 FEET IIOTE 1.) THE WIDTHS LISTED ABOVE REFER TO THE TOTAL PROPOSED FUTURE WIDTH OF STREET. 2) WHERE THERE 19 A DIFFERENCE IN ELEVATION BETWEEN TOP OF OPPOSITE STREET CURBS. THE CROWN ELEVATION SHALL BE ADJUSTED SUCH THAT THE CROSS SLOPES ARE 20%MINIMUM AND 4.0%MA70MUM. 3.1 WHERE THE MINIMUM CROWN SLOPES ARE NOT MET A CONCRETE VALLEY GUTTER MUST BE ADDED. NOTE: 1.) THOROUGHFARE CROSS-SECTION APPLES TO ALL FNEIANE AND SEV04-LME STREETS REPAIRSIREBIALD9. 2) RESIDENMUCOLLECTOR CROSS SECTION APPLIES TO NON-THROUGHFARE CURB AND GUTTER STREET SECTION 3) REPAIR OF TRENCH AND OTHER EXCAVATIONS, DEPENDING ON LOCATION, REQUIiE.9 THE DEPTH OF MATERWIS SHOWN IN THE TYPICAL STREET AND ROAD CROSS- SECIIONS ABOVE 4.) PAVEMENT OUTSIDE OF THE TRENCH REPAIR WIDTHS DESCRIBED N THE MEASUREMENT AND PAYMENT SPECIFICATION THAT B DAMAGED BY CONTRACTORS OPERATIONS SHALL BE REPLACED BY CONTRACTOR TO INCLUDE PAVEMENT AND BASE MATERIALS, AT NO ADDITIONAL COMPENSATION S.) CONTRACTOR 19 TO MATCH EXISTING CROSS-SECTION WHEN REPAIRING TRENCHES. PRE -CONSTRUCTION SURVEY WILL BE PROVIDED TO CONTRACTOR, BUT CONTRACTOR MAY NEEDTO OBTAIN ADDITIONAL TOPO PRIOR TO DEMOLITION. DETAIL FOR STANDARD TRENCH -SEE SHEET D43. 6• 4- 7R `Down Wrosaclon, •: •. b s: <• 1 H--24-� TYPE •A• 3'R 1 li1� � 11 TYPE W 4'+j'I � �DOwn Wro440tl0M. �' b � �ODwllWrot4C30I. .� ram-TIE--2a•-� F«—s�NNQQI zm—••7 COATRACTOR MAY USE EITHER OF THE PG gg;;RACTOR MAY USE EITHER OF THE ABOVE SECTIONS. ABOVESEOIIOILS. TYPE W TYPE'8' F�a�i s F 21— TYPE'C' MOTE: 1.) REINFORCED GUTTER SECTION WILL BE CONSTRUCTED WITH THREE NO.3 BARS RUNNING THE ENTIRE LENGTH OF THE DRIVEWAY SECTION AND THE THREE HORIZONTAL BARS WILL BE SUPPORTED WITH CHAIRS. DNA SPACING TO GIVE ACCURATE PLACEMENT 2) ALL CURB AND GUTTER TO BE RESTORED TO ORIGINAL GRADE TYPE 'Cl MOTE: 1.) REINFORCED GUTTER SECTION WILL BE CONSTRUCTED WITH THREE NO, 3 BARS RUNNING THE ENTIRE LENGTH OF THE DRIVEWAY SECTION AND THE THREE HORIZONTAL BARS WILL BE SUPPORTED WITH CHAIRS. ON A SPACING TO GIVE ACCURATE PLACEMENT 2) ALL CURB AND GUTTER TO BE RESTORED TO ORIGINAL GRADE TYPICAL 30" CURB AND GUTTER SECTIONS CURB AND GUTTER SECTIONS SHOWN ON THIS SHEET ARE TO GLADE THE CONTRACTOR FOR REBUILD OF CURB AND GUTTER DAMAGED OR DEMOLISHED BY CONTRACTORS OPERATIONS, THE CURB AND GUTTER SECTION TO BE USED WILL BE DEPENDENT ON, AND SHALL MATCH, THE CURB AND GUTTER IN THE AREA WHERE THE CURB AND GUTTER IS KENO REBUILT, DEAR FOR BENCHED TRENCH. SEE SHEET D40S illllllllii�lllllllllli! O= W- w W N 2� 0. O (Di U Id Ii 3Vv./ bK 7 .t% =^goo � e¢L-- J yy�� �aaoalam Y F/ANr; err` Q a DRAWING APPROXIMATELY HALF OF TRUE SCALE Lubbock TEXAS CITY OF LUBBOCK NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS PHASE 2 162e 13TH STFUEUr LUBBOCK, TEXAS 78401 MISC. PAVEMENT REPAIR DETAILS H�wrx�ae°µuoaoA� P1Qtped FWIW cmau�a■°cee wawmneaa+• .oao.s wrJaaN■- HYN°lEH°N HGVf W1dY VIYp LII■■° ICLMO■p GENML NOTE& 4 11N ■1dI■IPN T111CM W14S1E N■®1N°°°N■ NMLL N IYII°ILII®1WN i®1■L�iflGb q.'ILRlE 011/l9HAN IOS01NYs 18®INUII°Ifl1IF F11OR4i d0°IIIH101°10q■O[II°H Nl�I°•IIOR CEVNl F80q]l°■•C111lN 409Y1CMQ110a1T°114K116 eN6 as MNed1E MYLNNRaHIDMI1HM CINIIICNDUfJ�/d®11®NF4W MT0■ NIN1 M■CL>BIIFC NpN�M41N11ALID FNVIIL I°MlhMtd {ATpML Nl■I■NII WGMi MF8nt.1Q M 1■J■OI■ LV1C1• gfLIIYN!°rE M L91R■K °PM F■EMa■M�eP■Q•iLLB■Q lAIOHL WIMICII°H r: umaowndrp■onao+naw rwu■+n an N■�ar rem Irn ■ Iaat M■d NTVtm WIYL LN�A ary orusxxaeowNNiFIMN+ raNeartva+•ua eNaHfl ■e•o■ Nlt16IPHI°II G91LTlH WHM �__� �.) NTN leBeM Nnaf• ea•L 1111■IL'll111■IYe1N YYl1 M //!11' mHblb WIO■LL ■eC■MeIQRd■Y■Ne) �■ dINRIFMN eaoarinew ■MI'JN■1■N1N Nrnd • .1' TN1(ULIfE °OVI/p L: • H\YNFI6WI +• dmmwaaa °■n°N Qp,�,�y�� seleouiw FNrcaww �YNY■.rl d NCO A®F�YftHY MAM 1 W E F FLN ■V 1 °■ •FPR°VF➢ EgYLL 1IBFlID VIVA INNOC■afO1W 9■MEIf 1MIN IN1V�■IR OFH•199. IM■1® N!■lINI PH Fd f^.� f�Vltlil■CCilM lo■IaF1 N•LWHIL'll UIIIVl1111 ■fie wu°aWBiri1Cnr w■' r�i ■,� deBEA Nce°n N•Hg1E T 4lt�a•BTNW ♦w TanaHiHaaoc NCIMI N•Hg1E Uer W--.. QlCL gW U V y DRAWING APPROXIMATELY HALF OF TRUE SCALE L.ft UbbOCK TEXAS CITY OF LUBBOCK NORTHWESTLUBBOCK DRAINAGE IMPROVEMENTS PHASE 2 1920 19TH STA!!T LUBSOC f, TE701S 79401 Nunnawe MANHOLE DETAILS SHEET D-ft 7m THRIFT BLOCK BEAF" AREA M PRE W B 8gE END 46` BEND 22 IrZ 990 11 I W BEND � & ENDS 4 S8 2.1 2.1 2.1 2.7 s 8 L0 4.3 4.3 4.3 &0 COHOEfE THFKW 4 6 1&7 7A 7A 7A i1 BLOCK .�' 10 23.6 11.1 11.1 1t.1 ts.6 j •, BLOCK THR= 12 20.0 1S7 15.7 1S7 WD I n-n-u—I kiIIIIII care TooErgr souARERDOTOPTHENUIBERLFfEDADORE Ew z�i' E�ADTETI@1 e � AAi LEGEND BEDCM SHALL BE CA Y PLACED BEOOM ROCK MATERALAS SPECF W N WATER LIE AND UIRIIY BACJffR18PBCIRCATONB. ® NTWi%L�Y PLACED Bq ROCK TLBPLN WATER DEDC Ln% IY BACKFLLSPECfrATONB.-COMPACT TO 86%ASTM 1W7 MODFlED PROCTOR DENS" ® MAL BMWLL 8iMLL BE CAREP1AlY PLACED NATWE SOL MATUM AS SPEORED H WATER LINE AM ULRRY BADKF LSPECWVA710M-COMPACT TO W%ASTM 1M7 MODI ED PROCTOR DEISRY WARF"TAPE ¢ AS BPEGF® �s BACO iE wTERNL SHALL BE AU BA '. R O& TA OR OFMAA81ES, REAFE UUM iS, TABLE OR wreRAL . STO"ES AN 3I - RocLa OR BTOEB LARGER THAN 2Y1- PPE OD + 12• MN a8L OR OTHER IINBIATABLE MATEML PPE OD♦iC MAX WATER LINE TRENCH DETAIL EPAR 'BEE IL ONS E TO-W DETAIL ON 8/1EEf OD7 w w wR 1 o o 0 p 7 0 °� ! U) N eFt W a.«4m4 S Ya Q a DRAWING APPROXIMATELY HALF OF TRUE SCALE LUbbOCK TEXAS CITY OF LUBBOCK NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS PHASE 2 18M IWrH BiA!!T WMOCK. TWE" 79401 WATER LINE DETAILS SHEET D-O9 ayl'I"ICI I I a �' Cf HUGO REED v ■IIf I�I I I 4 IS O :ft d AfJO wlIOCNTIIa. 1N0. C it O IJ r r cail � (12U. PARKHILL SMrrH & COOPER MMN�N)S.MVY.fA1WS[[13\b�]W1i,4Wn r�� Wlw ION ,..� lia Ail H .65' al'Iai°III cR V ; HUGO REED 06 v No C, PARMILL SMITH &COOPER C A L A11 REMOVE EMTM 3r ROP SAW CUT FLU DEPTH PIPE OR DISASSBABLETO EXISTING N FRO C MET , TOFMAINAGE BOX' URS EXISTING ABANDONED STORM DRAIN —T. SE AND DISPOSED 5i PIT NOTE. IFAWSEGEM04TOF - Z TXDOT STORY SEWER IS REMOVED MR NWLDIP CONSTRUCTION, THEN ALL STORY SEWER MTWAT&Y AFFECTED BY CONSTRUCTION SHOULD BE REMOVED. ALL NWLDfP CONDUIT SHOULD EXISTING BE INSTALLED UNDER WAUM UNDER TmOT 77777X:7�' EXISTING ,CREM NOTE: EXISTING CUM HEM TO BE UU-7 IN PLACE UNIMMAGED. DAMAGED OR D1910 CURB ffA.M ARE TO REPLACED AT CONTRACTORS EXPENSE EXISTING 67Z PRECAST BOX TO BE REMOVED AND F99NSTAUM. DAMAGED OR DEMO PRECAST BOX ARE To BE REPLACED AT CONTRACTORS EXPENSE EXISTING CULVERT BOX OR ADHESIVE APPROVED EQUAL . . . . . . . . . .A6 RESAA INSTALL REBAR DOWELS 0 12'O.C. INTO EXISTING 00 PRECAST BOX WITH HIL71 HTT44Y 200 ADHESIVE OR APPROVED EQUAL s as . . . . . . . . . . SECTION ?EAIL �BIll OR SPIGOT CONNECTION W87 0001 SAW CUT EXISTING ft? PRECAST BOX PRIOR TO DEMOUrM TO FULL DEPTH, DEMO. PLAN VIEW NEW CONSTRUCTION PLAN VIEW IN a' W2. m LU V IL 00 01 0 U) IL DRAWING APPROXIMATELY HALF OF TRUE SCALE of Lubbock TEXAS CITY OF LUBBOCK NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS PHASE 2 1625 13TH STREET LUSBGCV. TEK&S 79401 EXISTING STORM SEWER DEMOLITION AND REPAIR DETAILS SHEET D-12 7777� 1m C B 9 .1111111 AW.. N'. It NOTs� ANY AB.gVALOFCOfITGfE PIPPAP dWeIEL 1111J3 MONO EAST 9pE xorexmrtJ A e an c or oaTNa orc�r�Ao ardrnc vas awu CHANNEL PLAN VIEW IfeIILT N faF B6�WYN0lN8TAelE FTtlOR TO EA1T 9LOPC IiaW BUIL 1•.9v re.Yov,u. wNTRncroN rosn'ear¢ rNs vat vats vols 9TAGlLATgN YETNOD9 enO1A0 fr<AP'RTMD ev r11OJef.T lMgN®1 PNOIIro IMl9B1TATIOIL CONCRETE DRAINAGE CHANNEL SECTION DEMOLITION NO OCNA t 9 Y Lka aL� Le -. 6d. #&- Di Uj W nCL p8 O 4s rn � jy — ? �y�eetao J} J oYm�T�a2,e Y ve� a DRAWING APPROXIMATELY HALF OF TRUE SCALE •R,SnMrryN� Y� „ a City of Lubbock TEXAS CITY OF LUBBOCK NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS PHASE 2 1825 13TH STREET LUBBOCK,T®L4S 79401 CONCRETE DRAINAGE CHANNEL DEMO DETAILS SHEET D-13 low ✓i_ 4 5 f ' 7 feNANT sl4LK CHANNEL PLAN VIEW 3 sa a wTq TNMYL wrn vA a D '" � SO"' — TOP OR PAVEMENT SfbrfA00Ntl[fE aVR.AOE AMWNW H' H.tYO.OLW tr I—E—TwTFAW. CONIIGrCONFAT EbaT1M! ruRl 60'MtON4 B PIAI.OEPTH YLO AND SEAUM t19 aN'®q 6At ED w�ie�muo�evrii T'• +r+r' .Aa. � 1+sruLn-u oETCNwEDeNs ,r••er,••� ! lvleeV! pLLl8O.DETAIL A., xpm0 M6W®®PA.OGa ws 1r ACCONCRETE OPA94AGE CHANNEL secmN No aurE a HI HI E16Tf.n aoNrnne M CONCRETE DRAXUGE CHANNEL SECTION ND 1fIlE (* - ..IOU Traa s i GC ` � w 3 1 PPE MAIL •vrwunroe� NO IMO� VDE OENfiIWI. NOTE: t. STWB p19WKAOE PMIH 9W1L �ALTOMMTNa OM110E AND WH1E PEf ICH�NE 91ri8B BLOPNO DOWNW/f� ATAN ANDLE ate DEDA6Ea N THE DAFCTpI AB �qNN ON RN19. z :Tres eNAu ees hme 1 Nq .1pTEDMVARL4 RN ALL TION0. DNYAW RFMWJE WTE WNL.uvGATE . UTE RVWO MTZ AOWTELOCKWP APPNDVALPnro iRTM D W W� NIL �s 0 08 U _ Y ,,yy�� �ooaT.tare a DRAWING APPROXIMATELY HALF OF TRUE SCALE Sp Lubbock TE%AS CITY OF LUBBOCK NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS PHASE 2 1625 13TH STREET LVD00 ,TEXAS 79401 CONCRETE DRAINAGE CHANNEL REPAIR DETAILS SHEET D-14 ]■ H Z 1 1 w 1 i S21S.80 TC/FL i 321&43 TC $218.3A TCNFI. w 5 321eb4rx 3318b0 .-.-_ ----- } ie-B M9.81 Td: PLAN LEGEND 321841 TO b 321Bb1 Td: TOPd CURB 9220.03 TIC S21Ib1 TC TOP d CONCRETE b. S218S7 TC --3- UPd 1 3218b1 FL FLOW LINE 321Bs1 UV 3Z1➢.�— / TRAFFIC 3280S2 Td; SAWCUT TO JOINT MATCH EIWTM BARRIER -SEE 73'.11' DETAd. BELOW 821BSO BU -�. BAWCUr TO NEAREsraoxr CONCRETE DRAINAGE FLUME - PLAN VIEW RO acuB 10'-0- 1M 01r ocEw I a j 6' PORTLAND CEMENT CONCRETE PAVEMENT VALLEY G oDETAIL-(A.A) I!C BCHE VARIES ;/4 ®1r ocEw r er C PORTLAND CEMENT CONCRETE PAVEMENT VALLEY GUTTER DETAIL - (B-B) No acua 3• ClRCIAAR STEEL 7 MAX SPA f PIPE PAINTED AS SPEC. EC. SIDE 48'4r TVP. b B C-0 SP o PIPE TRAFFIC BARFAR • STA. M+78.61 Iq BriNB 1 9 A PLAN VIEW OF EID971NG CONCRETE FLUME AND TRAFFIC BAAPoER IlCBWB O, 2 w Ill tl° a F U ow� Q � i . 411 BB100 J Fes. �r�wfr a DRAWING APPROXIMATELY HALF OF TRUE SCALE MAXEY PARK FLUME REPAIR DETAILS SHEET D-16 i�„n.o1w.1 ^• wro,orcw,cwew. nlmiznc ruareran asr / nolwln�G+Yaielc. ®°lroowms weoxes�liwl J/ ra:'a`naollow Win. ..00wee.,Yenm,a,an x iaP�emnlY �m6pGV�l % • YRC WATtPBTM YM �1 M MMO101l� r6¢�rt � .1��gypplQ�M��01! mORt _ TO ns 'a,`xe. ae1ON0e�w.v zan w.ew,aorw.un _________________________ S $ YrmwMaeron wx°w8°acxrevre w.elewicusrn $69E9S2 a ninw1°�°Pm w94��0,,-�1 lwliw uu18 ix�iew�ie 1 EMEOPFowxo PYlO �I! 0 r W¢ - w i 2s � OO 0u v (7 ad �o =rd JN ��� hltiwqq /7Y� yy toaaei �i�S a Oi081018 DRAWING APPROXIMATELY HALF OF TRUE SCALE city of Lubbock TEXAS CITY OFLUBBOCK NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS PHASE 2 1826 79rt1i STREET LUBODC& TEXAS 79401 CAST IN PLACE BOX SECTION TO CIRCULAR SECTION TRANSITION '.. DETAILS SHEET D-78 r W¢ - w i 2s � OO 0u v (7 ad �o =rd JN ��� hltiwqq /7Y� yy toaaei �i�S a Oi081018 DRAWING APPROXIMATELY HALF OF TRUE SCALE city of Lubbock TEXAS CITY OFLUBBOCK NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS PHASE 2 1826 79rt1i STREET LUBODC& TEXAS 79401 CAST IN PLACE BOX SECTION TO CIRCULAR SECTION TRANSITION '.. DETAILS SHEET D-78 DRAWING APPROXIMATELY HALF OF TRUE SCALE city of Lubbock TEXAS CITY OFLUBBOCK NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS PHASE 2 1826 79rt1i STREET LUBODC& TEXAS 79401 CAST IN PLACE BOX SECTION TO CIRCULAR SECTION TRANSITION '.. DETAILS SHEET D-78 I I IL • Ur�.lU �a rov ecnw.. -i w�ONpQiUlltl9LS[rn�N .rm. ®;ooxsa fi D fi lVVCMteglTM macwraoimo� 6 rcw m sox INCFCf 1 cue !qn rM nRG.ar Mux wMiK rwevn*Memr M or �I '! �aerNP inorn�ommmrt y TCSlWfIW N 2 O1Ml[ G4fCG':Ali k 2 o= ¢ W- W O p8 O 0 D. Ti no JN J jq S Y 107487 �s oaoeao�s DRAWING APPROXIMATELY HALF OF TRUE SCALE fof Lubbock TEXAS CITY OF LUBBOCK NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS PHASE 2 1e2e 13rH erneer weeocK 7Exws 79401 �. TRANSITION 8'x7' BOX TO 7hc7' BOX DETAILS SHEET D-17 o= ¢ W- W O p8 O 0 D. Ti no JN J jq S Y 107487 �s oaoeao�s DRAWING APPROXIMATELY HALF OF TRUE SCALE fof Lubbock TEXAS CITY OF LUBBOCK NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS PHASE 2 1e2e 13rH erneer weeocK 7Exws 79401 �. TRANSITION 8'x7' BOX TO 7hc7' BOX DETAILS SHEET D-17 �s oaoeao�s DRAWING APPROXIMATELY HALF OF TRUE SCALE fof Lubbock TEXAS CITY OF LUBBOCK NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS PHASE 2 1e2e 13rH erneer weeocK 7Exws 79401 �. TRANSITION 8'x7' BOX TO 7hc7' BOX DETAILS SHEET D-17 ICI *n y� B 'I I�I�I Z � a � o g �20 �� asom Ic mom Q F O � a � C � ?S �R ! U QO REED wsaoc+wTes. +Ho. lot �4 4 PARKHILL SMITH &COOPER TYP. 55S MAT NOTT04Wi weawn+aa.• ea caraovn wrrxm• ANCHOR SECTION n Norrowa+ JIM III SECTIO_ N 0 --J- LEGEND u . • u a GENERAL NOTES: SCALI + I- If t. alal•OIm OI Vaq wwa! 4V f aT wOPO YC01�. NOf MPL>0•M■.YMIw101N ■'•6�.10•■O�A■• BWTMT4VB110■ro MlJ®IM MaIUYL■RgM a wwranar■rlwr,monor+■raumlaou 4,wIL,�•r,a, a+ea,w aTN01®IRK aIO b y'Y �l11iK N16FIaJ■ !IN®1 M G Ol MO M MIIPAAi®COwOEIE lOpf WTill� a lwa i4r oM Lw,varaua�txaeewewwu ,p/ ' IILLMIIdMY■I ca+wn aoo+wnwme®w ou 'j ! RAC®0lCTLY UI roP 0 M ■N+pf1.L a NLIAIILVAI®WNOIEIE M.00f WTIIB4Bw WL l war�uIDarrnnono+o uo�'ia"icv�nro' T�ii �N�'0c+io wiN •�inca 4 MI®wMl YWLl MTw OFMM1I+Oa/Rm COiGETfwM. WnBq•pY+w war•oaG11�o 1.141G11•■L T. WIIfMN011■IIMI+®10MMiM IOGTpN Ia n uNGllf ar au war P4■ m.waw4 +M11M M IV4�L 1■n4 Fq OJelHIPIK;ININ aVFCY1R alY! CC1a1rt�CM MLI pMN.gl� w�T1N0IlL g1d0•mOWaw•roMEN01+FD1 � `'J l •Qw�f D•1 f04••Lf UCl/IL 4 FfIBEA4LM•PFEO u)m roXlllCOf• uer No■Ia Traeo WaoNNr mwrn nrb /l/ � � OWN' SECTIQ wM!Z Ndt r. m Og W. 2 W cc 0 0 0 U � CL DRAWING APPROXIMATELY HALF OF TRUE SCALE !tbDCity of� OCK TEXAS CITY OF LUBBOCK NORTHWESTLUBBOCK DRAINAGE IMPROVEMENTS PHASE 2 16M 13TH 6TR�T LUBBOC+c. TOCA6 76401 GRADING AND EROSION CONTROL INLET L043 SHEET OR-01 1 1 2 1 3 4 5 GENERAL NOTES GENERAL NOTES (con.) W-. LU a required Contractor tared to obtain all No more then 200 linear foot of oP� STEP 1 coot) Close Quaker Ave. between Ste 141+15 STEP 2 (coot) Ai open be fn O IlO permits needed, Inducting: trench Is allowed In any location. A to Ste. 166+60 using Type if excavation anal protected on all sides to prevent pedestrian O� 0 fry O 1. ROW - use for of Lubbock Pitt �Y greater amount of tretReable but barricades with 'ROAD CLOSED' signs access when unattended. Fence shag be � gg oti ROW. unrepahed pavement Is perkitted. Limits mounted on barricade facing traffic. made of mesh materiel, minimum of 2 t T 0 2. Barricade permit - City of Lubbock on unrepalred pavement are shown the the Traffic control on Quaker Ave. shall be six -feet kit height with a maximum Traffic r. c Eno*hit in sections related to each In echoction in accordance with Detail TC-E. dose distance of two and ore-haH Inches . 3. T gyp, intersecting driveways within these between natural ground and bottom of fence. .J.I It Is the Intent of these plans to The contractor may propose alternative Ind lib using Type III barricades with WOAD CLOSED' signs mounted onucting provide positiveguidance to motorists throughout the limits by Da control plans those that revise the sequence of barricades facing traffic Apply Comply with the Texas Manual on Uniform r 22 project the traffic Control In accordance with Traffic Control Devices (TMUTCD) for use of signs, pavement markings, construction. Any changes must be detai TC 1 and TGJ. work within city of Lubbock IL delineation devices and/or signed by Texas licensed engineer & Right -Of -Way. channeizatdon devices. Conduct and submitted for review by City of Coordinate with owners of driveways at Install al traffic control work In Lubbock Alternate traffic control Station 154+00 and 161 +30 to provide compliance with the current version of plans must be approved by the city of STEP 3 the Texas Manual on Uniform Traffic Lubbock in writing before being local access if necessary. Submit Construct Line Q storm drain facilities Control Devices (TMUTCD) and this Implemented revisions to Traffic Control plan to from Station 169+00.00 to Station traffic control plan (TCP) City of Lubbock for approval as 194+24.00. DRAWING APPROXIMATELY DETAILED INSTRUCTIONS I whucted In Traffic Control General HALF OF TRUE SCALE C Provide additional traBc mntrol as STEP 1 Motes• to coordinate with Texas deemed necessary by the owner to Construct Line Q storm drain facittles UriContractor Tech Tech University (property owner) before (actuate safe traffic opendlans, Channel devices used to Izln9 separate from Station 139+66.69 to Station 166+46.00. Cor�ction will be under I erform repairs to pavement In � mordance with specifications and performing �Y work between these any stations tirnds. Farmland Irrigation traffic from work areas must be drums Quaker Ave. from about Station aetaft. fines, hydrants and air relief valves Tubb o 0 as defined by the TMUTCD and this TCP. 141 +50.00. shall be capped as shown in plans. a Channellzing devices used 1br other Ali open excavation shell be protected TEXAS purposes may be any described by the At Ste 166+02.25 construct 24-Inch on all sides to prevent pedestrian At Ste 179+50.00 construct 30' die. TMUTCD and this TCP. Provide temporary lateral one to 1-046(N) up to west access when unattended. Fence shall be Lateral Line to L911 (T" up to the CRY OF LUBBOCK signage to control traffic when R.O.W. limits. See plan & profile made of mesh material minimum of east side of permanent easement See NORTHWEST LUBBOCK existing signage Is not readily visible sheet P-03 for details. sbk-feet In height with a maximum plan & profile sheet P-04 for details. DRAINAGE to work zone traffic. Rekrences to distance of two and one-hehf inches IMPROVEMENTS lane wkllhs In this TCP plan mean the Notify CRIbus 72 hours prior to between natural ground and bottom of Construction operations can utilize one PHASE 2 width of lane available for vehide use CommencingCommencingwork within these units. fence. Care should be taken to {ere of Quaker Ave. Apply traffic between marking, pavement edges, minimize damage to adjacent areas. control In accordance with detai TC-C. control devices, etc traffic The 50 foot drainage easement on the The length of the work area affecting 1e2e 13TH atncsT 8 control shell be In 72 � Pie east side of Quaker Ave. (between Ste Comply with the Texas Manual on Uniform Quaker Ave. Is limited to 300 feet 79401LUBBOCK,7D416 �wo� hours prior to commencement of related 139+66.59 to Ste 149+35) cannot be Traffic Control Devices (TMUTCD) for Work areas outside Quaker shaft be construction used without permission from the work within City of Lubbock protected as In detei TGA - Notify emergency response agencies, property owner, Texas Tech University. Consult with Texas Tech regarding Rl9ht-V-Way. AN open excavation shell be protected ' p 0 affected school districts and Ctdbus whether the trees that overhang the ROW STEP 2 on all sides to prevent pedestrian about street errs lane closure schedules at least 72 hours prior to the street need to be protected Construct Line storm drain faculties access when unattended. Fence shall be made of mesh material, minimum of or lane closure, Notify adjacentneath Quaker Ave. wig be dosed for Step 1 be ath Sm alert of tunnel aet from Sheet station 166+60.00 to end of tunnel sb(4eet In height one property owners in each phase of work about the proposed Work and traffic construction north of 4th Street and at station 169+00.00. Contractor to distance of two and -hall inches between natural ground and bottom of control at least 72 hours prior to Texas Tech Parkway. Install portable coordinate with Texas Tech university fence. ¢ beginning work In each phase. changeable age signs warning of (property owner) before performing any 3 Quaker Ave. closure at least 72 hours work between station 169+00,00 to Care should be taken to minimize damage = — Aopen �� In advance. Irstai the detour s shown station 194+24. within this area and adjacent �f�y. a-,— p..w orr�g on -09Bdhentire . ecausethe roadway access shafts shall be TC boring.,. areas and adjacent property A protected on all sides by portable Is closed closed for this step, the entire Detour established for Step 1 must be back to originalrode and original barriers and fencing as specified to 2660 LF lengthof pavement can be kept In place during thda step. state of condition. prevent pedestrian access when site Is repaired in one process. TRAFFIC CONTROL unattended. Care should be taken to mirdmlze damage Comply with the Texas Manual on Uniform PLAN to curbs, unity end traffic Infrastructure, and fences. Restore Traffic Control Devices (TMUTCD) for NOTES unpaved areas back to original grade workithin Rlghwithin lthin of Lubbock 1 OF 3 and original state of czndltlon. SHEET TC-01 i 2 3 1 4 5 PHASE 2 Stao 4 Constrict Una Q storm drain facillies beneath Greek Circle area from start of tunnel Station 194+24 to Station 204+04.00. Notify adjacent properly owners two weeks prior to commencing any construction along this stretch. Notify Ctdbus 72 hours prior to commerxdng work within these limb. Do not access work areas via adjacent property owners parking lots, and do rat park construction equipment on parking lots unless permission has been age to by property owner. Close the InterAectbn of quaker Ave. and the southern entrance to Greek Circle, applying truffle oontrol In accordance with detal TO-H. Provide controls for traffic to cross closed larles at driveways orestreet openings not In the active Work area including Type III barricades at tuft crossing locations to prohibit treflio from entering closed lanes. Restore al paving and landscepiry as specified alter completing storm drain work. AN open excavation shall be protected on all skies to prevent pedestrian access when unattended. Fence shell be made of mesh materiel minimum of six4set In height with a maximum distance of two and one-half Inches between natural ground and bottom of fence. Care should be taken to minimize damage to adjacent areas. Operation outside the roadway shall be protected as shown In detal TC-A. N Is permissible to dose one lane of Quaker Ave, using traffic control In accordance with detail TC-C. Length of work area on Quaker Ave. Is lm tad to 5W feet. Use Type ill barricades with 'ROAD CLOSED'signs mounted on barricade facing truffle. Comply with the Texas Manual on Uniiorn Traffic Cwtrol Devices (TMUTCD) for work within City of Lubbock Right -a -Way. Stems CorWauct Una Q storm drain facilties beneath Greek Circle Dr. from Station 204+04.00 to Station 209+18.53. Construct Urre Q storm drain facilities beneath Peoria Ave. from Station 209+18.53 to Station 224+33.00. At Station 216+72.44, construct stub -out of at least two pipe joInb west toward 17th Street This stub -out Is for the L045 Lateral and Is to be plugged at the end of the stub -out Sheet TC-10 details locations of signs and barricades for this step. Close no more blocks than neassary for the work underway. Up to two hiodks of unrrepahed pavement Is slowed, bn.: It must be drivable. Dunng pavemeri repair operations, two blocks and tie adjacent Intersections may be closed for the paving process. TC-10 does not show al signs because the work area moves. Apply additional signs to conform with TC-L Contractor Is to rrdNmfze disruption to public. Alleys Intersecting closed blocks must be open at opposite ends for local access only. Coordinate with property owners to provkie access vie alley while street Is closed. This could Include construction of temporary entry points or charges to fences, especlely at Southem Rehab and Nursing on Peoria and for Alpha Pled house on Greek Circle. Install portable changeable message signs notifying the public as shown on sheet TC-10 at least 72 hours prior to dosing any block. Notify City of Lubbock Solid Waste Management at least 72 hours In advance of closing any block Chose each affected block using Type III barricades with 'ROAD CLOSED' signs mounted on barricade facing traffic. Close Intersecting roadways within these Nmib using Type III barricades with *ROAD CLOSED' signs mounted on barricades facing traffic. Apply "ft control In accordance with TG4. Ste 5 oont) Perform repairs to pavement in accordance with specifications and details. Care should be taken to mk*rdze damage to curbs, driveways, landscaping and other items outside the street Restore any damaged Items to original grade and condition. AN open excavation shah be protected on all skies to prevent pedestrian access when unattended. Fence shag be made of mesh material minimum of six -feet In height with a maximum distance of two and one-half Inches between natural ground and bottom offence. Care should be taken to minkrdze damage to perk areas. Restore perk areas back to original grade and original state of condition. Comply with the Texas Manual on Uniform Traffic Control Devices (TMUfCD) for work wilt h City of Lubbock Right4X-Way. Wei WW CL V 0 U 06 z� c� a DRAWING APPROXIMATELY HALF OF TRUE SCALE ' City o Lubbock TEXAS CRY OF LUBBOCK NORTHWESTLUBBOCK DRAINAGE IMPROVEMENTS PHASE 2 TRAFFIC CONTROL PLAN NOTES 20F3 SHEET TC-02 1 2 3 4 5 0-. W W- W PHASE2 W O1 � a 8 Step 8 Step 7 Step 8 Step 9$ V °a Construct Line 0 storm drain facilities beneath Marsha Sharp Freeway and LD44 Contract Line 0 storm drake fecBltles beneath concrete drainage channel from Construct Line 0 storm drain facilities beneath Peoria Ave. from the start of Construct Line 0 storm drain and Inlet facilities beneath Maxey Park area = • aaq �,M t 0 from start of tunnel Station 224+33.00 Station 234+95.00 to Station 239+45.00. tunnel Station 239+45.00 south to Maxey from station 245+38.00 to 247+00.00. to concreted channel adjacent raknege ill Park end tunnel Station 245+38.00. to El Chico Restaurant end tunnel Contractor, to the best of their Cohtrector, to the best of their J Station 234+85.00, ability, should not block or hinder the Notify Covenant• Covenant Health System, EMS, ability, should riot block or hinder the flow of traffic around the hospital Cidbus and emergency responders three flow of traffic around the hospital Notify TxDOT three weeks In advance of areas, especially along 24th Street and weeks prior to beginning any work In areas, especially Wong 24th Street or any work In or under the state Peoria Ave. Notify EMS, Citibus, and these areas. Notify Parks 10 days Peoria Ave. Notify Covenant Health Rlght-0f-Way. emergency responders three weeks prior prior to any work In the Park area. System, EMS, Cldbus and emergency Ill to beginning arty work In these areas. responders three weeks prior to Close Peoria Ave. using Type fit Contractor should not block or hinder beginning any work In these areas. No barricades with -ROAD CLOSED' signs Close driveway enhance from 22nd Place the flow of traffic around hospital blockage of 24th Street Is permitted mounted on barricade facing traffic. Into drainage channel between Station areas, especially Ong 24th Street and Apply traffic control In accordance Provide controls to detour traffic 239+00 to Station 2M+45.00 using Type Peoria Ave. with detall TC-A to protect any work around loosed street at 19th and Peoria III barricades wfth *ROAD CLOSED' signs Close access to driveway entrance from within 30 feet of 24th Street DRAWING APPROXIMATELY Ave. See traffic control sheet TC-10 motmted on barricade facing traffic. 22nd Place drainage channel a< Care should be taken toMirdamage HALF OF TRUE SCALE C and detail TC4 for Peoria closure. It Is permissible to narrow traffic on station 239+45.00 uskg Type III to perk area. Restore perk k areas back Apply traffic control adjacent to 22nd Place to 24-feet width. Apply barricades with 'ROAD CLOSED' signs to original state of condition or Marsha Sharp Freeway in ao=danoe with detail TO-H. traffic control In accordance with detail TC-B or TCC and barricades as mounted on barricade facing traffic. better. Per details, reconstruct�` 'J"' It Is permissible to narrow traffic on concrete drainage channel. tY Yoc shown on sheet TC-11. 22nd Place to 24-feet width. Apply fLu a Restore all Pa�B and PInB as traffic control In accordance with AN open excavation shall be protected specified after competing storm drain Restore all pavement and park areas to detail TC-B or TCC and barricades as on all skies to prevent pedestrian T E X A 5 work. original condition per specifications shown on Sheet TC-11. No blockage of access when unattended. Fence shall be and drawings. 24th Street is permitted. Apply TC-A made of mesh material, minimum of CRY OF LUBBOCK AN open excavation shelf be protected to protect any work In Maxey within six -feet In height with a maximum NORTHWEST LUBBOCK on ail Was to prevent pedestrian Al open excavation shall be protected 3C -feet of that street distance of two and one basil Inches DRAINAGE IMPROVEMENTS access when unattended. Drainage on on all sides to prevent pedestrian between natural ground and bottom of Peoria and In the drainage channel access when unattended Fence shall be Ch re should be taken to rNnlmfze damage fence. PHASE 2 should be diverted away from any open made of mesh material minimuof m Uf. lank area. Restore areas back to excavation during tunneling. Fence six -feet in height with a maximum original state of condition or better. Comply with the Texas Manual on Liniforn shall be made of mesh matEiial minimum distance of two and one-half incises Per details, reconstruct concrete Traffic Control Devices (TUMTCD) wrc TEXAS 6 of six -feet In height wfth a maximum between natural ground and bottom of drainage channel, for work within City of Lubbock 79401 distance of two and one-half' Inches fence. Care should be taken to Right -Of -Way. d,,,,, between natural ground and bottom of minimize damage to adjacent areas. All open excavation shell be protected fence. Care should be taken to on all sides to prevent pedestrian p mk* ntze damage to adjacent areas. Comply with the Texas Manual on Uniform access when unattended. Fence shell be @ Traffic Control Devices (TUMTCD) made of mesh material, minimum of Comply with the Texas Manual on Worm for work within City of Lubbock slx4eet In height with a maxdmurn Traffic Control Devices (TUMTCD) Right -Of -Way, distance of two and one-half Inches h y for work within City of Lubbock between natural ground and bottom of } Right -Of -Way. fence. e Comply with the Texas Manuel on Uniform = Traffic Control Deuces (TUMTCD) for work within City of Lubbock _ — F Right -Of -Way. — — A TRAFFIC CONTROL PLAN NOTES 3OF3 SHEET TC-03 1 2 3 4 5 — 1 2 3 4 5 SEE SHEET r'c.o9 FOR TRAFFIC CONTROL DETAR.B ', .Td s�v0. 2 ,M�: wa':'A:, d"M �w\' k ;M: ;M:. ✓�:«n (., W.: .. TM!fi�roxa�.cdlM.^AS ++b,w�'w�:�o ... e PHASE 2 — STEP 1 n —z� 6 COORDINATE WITH OWNERS OF DRIVEWAYS AT IS4+00 AND 161.30. PROVIDE LOCAL ACCESS °® IF NECESSARY. SEE TCA1 QUAKER AVE. PHASE 2 —STEP 1 A 7I"u i'I 1 2 3 4 5 O, ¢ W- LoI ul� IL CC � AOs 0 U D. cd mmmle Y a DRAWING APPROXIMATELY HALF OF TRUE SCALE Lubbock TEXAS CITY OF LUBBOCK NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS PHASE 2 7625 13TH STREET LUBeOCr,TEXAS 79401 ry�l� I1111I'�Illi F`r`IIEII;;i19'1II���1!6$uL•��I�II"11 `YYIRYI rowl�a lu 1 11 TRAFFIC CONTROL PLAN LINE Q SEQUENCE OF CONSTRUCTION 7 OF S SHEET TC-04 1 2 3 4 5 sEE RHEET TFIO ' TQ.m FOR TRAFFIC FOR TRAFFIC L DETAILS CCNTISL DETAILS " „ - ON STEPS 3 D OII STEPS 1 AND 2 ouAlaw AW L - PHA -T22 2 - T c P# MA -TEF 11C�7 WLLM 8 77 PHASE 2 - STEP 3 A r ti T] c 1 2 3 4 5 DRAWING APPROXIMATELY HALF OF TRUE SCALE ± }.Lubboof ck TEXAS CITY OF LUBBOCK NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS PHASE 2 1625 13TH STREET LUBBOCY, TEAS 79401 77 TRAFFIC CONTROL PLAN LINE Q SEQUENCE OF CONSTRUCTION 2OF8 SHEET TC-05 3 4'!lIFY 111LTH C'NYEkJ iF TI1,4F} rt■■8oM aC0NS5 a F i V!. ihL it OT Y; C81id�'M1c71dY j$ G1Sr,1� 7G ,A31�fIrw S'ONplliUf4 !r_ I i a,r S L Tu)B-OUT4�j M09mum - , P"ltff w[t" YO kt MephM kt Ta RLCAW - uer.rnc e079#Ir WH14R Mp'G4F FHR E JhT C TM 9C CT43FFME la F lm i�lAO� 7i �T 9911FRI4CTAR&!%P6HAL o' a:W- W w° cc 1 a Q 0� U Da 46 V•.,,� °�0A Y y� �oaroao2+< a DRAWING APPROXIMATELY HALF OF TRUE SCALE hn';<".;A City o LubbOCK TEXAS CITY OF LUBBOCK NORTHWESTLUBBOCK DRAINAGE IMPROVEMENTS PHASE 2 1623 13TH BTRElT LU8800K TEAS 79401 i TRAFFIC CONTROL PLAN LINE 0 SEQUENCE OF CONSTRUCTION 3OF8 SHEET TC-06 UJ �.. W U.J. IL O (DjDj o ROO ad V �r,�� •1y�9 V1 �4� BBiW y. wac»u a DRAWING APPROXIMATELY HALF OF TRUE SCALE City 0 Lubboc,k TEXAS CITY OF LUBBOCK NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS PHASE 2 1926 13TH STREET LUBBOCV. TD(AS 79401 fll woawxuma TRAFFIC CONTROL PLAN LINE Q SEQUENCE OF CONSTRUCTION 4OF8 SHEET TC-07 W� W wI � $�S 00 U ..IJ II��11 � too � kq _ 4 oaaaaoia Y a DRAWING APPROXIMATELY HALF OF TRUE SCALE TRAFFIC CONTROL PLAN LINE Q SEQUENCE OF CONSTRUCTION 5OF8 SHEET TC-08 PF TWCX D c E41I A p w 1 4. a: pis 0 0 N O 9 06 41 -4 U) o. -j p wM (L CWW61[t I W 13riw 3rx3r DRAWING APPROXIMATELY HALFOFTRUESCALE �bv �m� ft CIL A of Pro VubbCityock TEXAS waza C4TY OF LUBBOCK NORTHWESTLUBBOCK DRAINAGE IMPROVEMENTS PHASE 2 1 628 13TH STREET LUBBOCK. TEKAS 79401 JIM cum" 0-raw P&0'{V Ic =4*9 eRL: $r A TRAFFIC CONTROL PLAN awuFrs LINE 0 BARRICADE AND SIGN LAYOUT STEPS I - 2 SHEET TC-09 4 v■ C a s S B ao ITS ti ]e teD' 106. ' Je'- 11'' {e• .P•100' I{a'�r ' {e' 14Z"' eo'es ea'w;%5, ee' as' ua-ne• . >ar >n two block. at a time. Sao shoot. TC-01 - TC-02 for addhlonal soyuencing lntorm.tbn. 2. Not .11 b.rric.d...ad ape. ro .hewn, slac. work ma will mow during Step S. /rosido sign. to conform Mth detail TC4. A Place ano or Ma portable mossese signs with m..wgo ^(.troot name) closed Nato)" 72 hours prior to cte.um at ... h block. Sign. to be placed visible to traffic entering the block. d. Greek moMod with - am not needed when Oait Circle 1..pa. to trait.. S. Signs marked with-• eta not nootlod when PeoriaAve. 1. open from 1Sth to 19M Streets. S. Uw Data TA-20 en .heat TC-1 g for aft-ting Wsing .f .tr..to bot.wen Qm-k Cirela & 19th Straot along Food. Awn.. 0g W- Cr W We InO 0A U cd Ii Wt� waalae Y 1110.- '-Z_z a DRAWING APPROXIMATELY HALF OF TRUE SCALE a'., t TEXAS CITY OF LUBBOCK NORTHWESTLUBBOCK DRAINAGE IMPROVEMENTS PHASE 2 79401 Inl W. tiD"� �Ir IIII i �.Ij �' i unllfilurm ay�j� ��►'i;�aEi;i'i� °c Y Ilrrrllnn '111► jI;i�jiiii"°\"�Iilui i IIIr1�I,* a TRAFFIC CONTROL PLAN LINE Q BARRICADE AND SIGN LAYOUT STEPS 3 - 5 SHEET TC-1 0 V11, { r _ z p x� * I mil 1aJ+F1� ; r •o ••• y { v y f • RR�a ir. t n i h1AMY PARK iL4431 I Ali � y�, � 7 ik'} rl• 5, j'Il�tl { ' l..lOwnliia.L 1 I "FAU AR *IpeeF'iri�vw Taff .,. Imrrb s y I {'l . aLv°v�Iuc�GwmXlll Axnlim rt LRle ILAMItlI r Ip�It Ale ]J'llr } WWI: 4 �pRLT iu}i fPF'F L4Yrx tiI,, oa �# Y{ M1AlIM4C �rJ11R 111VxiLT IY911F III IIAFCT RaOC Snws< >ae ' I+ -; y El- t 1i1r1 oY e11i1MfAY wnl LurcarSaTr '.# 111C i 11. 1 1 _ �—+ it .I } # Y ' r • +� :4 1 r . _ II 'linll *ill I w y k Pic- 4 I I - �o ,M en es w w• --75' ¢n Ito I' w JS x06' x/5' 35' "7T-In. IIO' amo l 40 P86' n5' Sxp n W`W x,n r � ' 1 � +a +sa +Ia' ago• 4s un-Iw'- 3w - a 4i w w »a ear x �ar•va' 4W "'� I o- A ;�.' y`,4 6a L•M'S ban 6na' een a6' tV— aar �" f MII'll f r eo. eon een 'i ea w.w . aar . {- �a ... �ar �ro aw' w' Hn•na. eoa .. 1 _ _ 4;il as t sl L� 0 , cc w- w 0 0 ' O 0DO 0 MOO- F�1rt �/u�rd a DRAWING APPROXIMATELY HALF OF TRUE SCALE iw Lubboof ck TEXAS CITY OF LUBBOCK NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS PHASE 2 1925 13TH STREET LUBBOCK. TEXAS 79401 ,�i9�1lIMIII�;�II���1OiR 1`r� j Er4cn l �E' I �( �� ail Ielil� {Ilt{� it 111I'i / r'���I ,IIy n� TRAFFIC CONTROL PLAN LINE Q SEQUENCE OF CONSTRUCTION 8OF8 SHEET TC-11 i11I�]4MV11_Clp�ppyQl]\P,r TTrNk f�A'N1C-QI* N®T-T W� MM M l % i( i cn llioildWP...y $0 0 91 — — — — — — — — — — — — — — — — — — — — — '� D 1(�6 �0 0 C 9 _ co 'G E( i C if F ' el�oietl.R.waT — — — — — — — — — — — — — — -' — — — %i a - - - - - - - - - - - - - - Z-,- - - - u ' ShWAMW.e'y -u laz rfj HUGO REED os ®r mg �^ � PARKHILL SMITH &COOPER 4OY f"f / J r A Q,r. � f, "A r QowS DETAIL TC-D Through Traffic Road Closure With Work Zone Road Closure IH11. ® .�....�.. .. � q QIj7 60.r Ir.l w.s ® r.r u..w wwr1. ® M. Mdi Qe*sl, 14Y� Mro. Owl � Ywep 9p Y b1 QQ A"A 30 150' 165' W '30' 60'-75' 120' _ 35 - 205' 225' 145' 3570'-90' W v f` 40 255' 295' 320' 40' SO'-100' 24V mpy 45 450' 495' 540' 45' 90'-Mr 320' 50 500' 350' 600' 50' f00-125' 400' 55 -W5 55V S05' 560' W110'-140' 500' 60 SW SW 720' 60' 120'-LS0' • 600' 65 650' 715' 760' 66' 130'-165' • 700' 70 700' 770' 640' 70' 140'-95' • 600' Qom f[A' ORf f.f t Q.d A Q� DETAIL TC-E Through Traffic Road Closure With Work Zone Road Closure 0 wa W In S R0Z °a • rlM C� A.— -:&z DRAWING APPROXIMATELY HALF OF TRUE SCALE TRAFFIC CONTROL PLAN THROUGH TRAFFIC CLOSURE SHEET TC-1 S DE ane I ohs One ure OtE 11VE DETAIL Muftiple Lane Through Traffic Road Closure With Work Zone Road Closure on D W. aoO --''-- ---' ------ L UaIj a27 pp� N i i i I i 1i .r%v I I j ��. CYN1D ------DRAWIMGAPPROXIMATELY HALF OF TRUE SCALE . �.` " fLub9ock TE%AS i i� i •'� i �•*� i i i i I i i CITY OF LUBBOCK NORTHWESTLUBBOCK m 3i i, DRAINAGE �i i i i I i IMPROVEMENTS i i i i i PHASE 2 i oza i i I i I i i 1e46 13rN 6TREEi I I I I LUBSCO .TD(A6 79401 wk e„w ti ---•-•7-,-, --- - I %a � Op1w� 30 rid 155 W 30 60-75 ,2d 35 205' 225' 245' 35' 70'-90' WV 40 265. 29d 320' 4d 50'-%Id 24d _ — 45 450' 495' 54V 45' 9d-H0' 32d — — DETAILTGH 50 50d 550' God SW W425' .od -- Typical Thoroughfare/Expressway Tunnel Crossing and Road Closure NOTE For trss,N In wMeh street closures am not requSed,u.oDl lram*,0 but Brt, rat W t0 uBty ao" , mWoed croatrQ2, datow and restricted tum slgra, may omitted as appropriate. 55 50 85 70 �- 560' 605' 65d 55' nd-ud No, eed 72d 60' mo•-150' 850' 7n• 76d 65' 130'-165' Tao• 770'540' 70' 14d-175' ^"•+ °* SOd ' S00• . 700, . SW _ — II.c,A.la„ TRAFFIC CONTROL PLAN Ia:aOD ONE AND MULTIPLE LANE ,• •••, ® '•" p.r+► CLOSURE ® n w. A, nr Y..rq. sq RO F6 i 9. r. r. u. e.. SHEET TC�14 aw+D ._._._._._. V� \ _•_•_•_•_ 1 _•-•_•_•_•_•- �1 r .. ,l I.-. 1 1 fz!\ I I 1 1 I V 1 \I 1 x i /rx ax i i i wxw kf rxM I�x ` xx 1 I 1 I V I j 0 I i a%x xXx i 111iii 1 rl f K Ix e i i mw <- mli i i WXI Iwxw i 1 j I 1 i i Irw � i ''i i xxx I I Rai i i xzx i :ii, i �z � i RRma � \� 1 n.le 1 .. i •.lul i a'.axD f� rrrX.n '�• j wx 1i j r I axa I i oRx i rxx xxlf I 7'�\ I xw R 1 1 1 1 1 1 ------------- .-._. ._.�1 I.-._. _._. _. _.� I,.. dmro 11 DETAIL TC-I Typical Residential Block/Street Closure DETAIL TA Detour for a Closed Street W. W wo IL 0 "00 0 � 0lWi011� a DRAWING APPROXIMATELY HALF OF TRUE SCALE LUbbOCK TEXAS CRY OF LUBBOCK NORTHWESTLUBSOCK DRAINAGE IMPROVEMENTS PHASE 2 Y[rO�II.W IN[14r1M TRAFFIC CONTROL PLAN TYPICAL RESIDENTIAL BLOCK CLOSURES SHEET TC-15 r---^. r---^, r'--� r—' r--� r—^ �'I �� ^� �'1 ^�1 r"�% r"�� "r� ^'may J ►�, ELEVATION OF BARRIER Additional vertical steel shall be provided as necessary to properly position steed and stabs ize rebar cage. ,nrc e... Avj-, Vbm a SECTION NEAR BARS S - S4 END OF BARRIER (Grade 60) REBAR DETAILS GENERAL NOTES: dd 1. Al p.rl.bY b.WdrA.. OW oonbrn b VW'T. VAMbd d. em UrS—T.WC *.P(IMUTC). 2 Al wb. nitwwf.fd OW Mgb AST" 5 PWO GI, 3 Cana.bdW hn. ninYtxxn'le-d.y.b.tett d3ompL 4, AIWN"I I b.d.. may be—d by N. Ca*acW .e(.at b d..ppM d d. FatYh— st. m.c/.4— a cakes.wftwow+Adwftw..ewrxxom.eg.d V"w. br P dW h>-mOh Wr h..t 1Pam Y .dg. d V" Mr.w t.u.rW dk1ft. MKp*ed) Two Dmkmpe slots 36' Long x 3' Deep, bepkrft e10' from each emd of the 3" berth eepmerd DETAIL OF BARRIER SHAPE W W wd IL S a o IM() 0 DV 40- ee1W .MA..1. a DRAWING APPROXIMATELY HALF OF TRUE SCALE LubbocA TEARS CITY OF LUBBOCK NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS PHASE 2 TRAFFIC CONTROL PLAN PORTABLE BARRIERS SHEET TC-78 �~ i1 GENERAL NOTES: 1. AM bdlC..*dd.M.v. rWernbnn loft 1 qW at deaw Rae M..dm U.0—Tweb Cmbrr 2 Typ.0 Ulb d. w tob.—d W-.h Wbd TYPIGL PANEL DUAL=.Wc lrn Pod An eat w *wd b.e ft1k FOR SOD OR POST TYPE SAMCAm .•..� SebbY 10Mk brVi. rWA Ad. d ta,o.doq, .fglyd.laP. dOnn.ad b rl.IdL FVrrl. 1111 dd. d ea v ' Wr —a—� Y..'+M�0 d-W.bP. d--db Ia d^ /. bKdk.Mon - 4 my b..hwn * w balk dd. d •gPtr11� .r•r .n.tl.pal.dw raaYpvAdW. .r..rwr..rr..mx .iw•ar „ - 0.eMdndM olx�3q umw.ro.MY.h.l nw. wp.. eW MrP. d---db Ir O..Snb—d w*h MomW TYPICAL STRIPING DETAIL FOR BARRICADE RAIL J �.�.r?-YW�P.�d- d1..� .mn IN rwrr dew b.rtle.tlL rr.. a p.r.r a a r rear WOOD/PLASTIC TYPE III BARRICADE OPTION PLASTIC/FIBERGLASS TYPE III BARRICADE OPTION rm.... � � r 0 a .m a 1 WOOD/PLASTIC/FIBERGLASS TYPE 111 BARRICADE OPTION 0 P a. ��IonO O QW U Do ae,ao a.aPfm. a DRAWING APPROXIMATELY HALF OF TRUE SCALE City OfI LUb D0CK TEXAS CRY OF LUBBOCK NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS PHASE 2 TRAFFIC CONTROL PLAN SKID MOUNT BARRICADES DETAIL SHEET TC-17 ROAD IW10RK p AHEAD f .. OWdMr..d �_� 211n •.pPCrt 'I I` wle 'I .Am PN+•v Wry (PDaTTYP9 LONG/INTERMEDIATE TERM STATIONARY PORTABLE SIGN SUPPORTS 7 Foot Mounting Height ROAD WORK AHEAD ply aw M+b..m fold-112lawl row yr .:. .—aa %a. wk r. TYPICAL MINIMUM CLEARANCES FOR LONGANTERMEDIATE TERM SIGNS �bl w.r. ov u WppD POST SYSTEM FOR FIXED SIGN SUPPORTS WHEELED PORTABLE SIGN SUPPORT o a . M,annpre .awlr.i • • • • • O • WW bwywEM O • .a�An.V blaa O • �wr r � � 'wO y sa.r• pwlri.e•liwYwrmaer.iw•w.as. a.a.vrw•rr�e.r.uunmaoeer ROAD oa0RK n a m.. a.w.raw rr•.a..rmw a `.mr..xy. mrtxwaxinrrmart.wavroww. ,rcawat�r�a AHEAD .:.r:rw"eur°°.om:w• �w•r.ab..> worm AN D ir.• � !m rM� r•wmrs.rr w•rsrw.rrr•am..wrr .—.s.rw•amwr.ws.wa arawwbssareervwvlweym.wrbarq.v r.s.rrr..v.eaa.r b� � 'w amrr...la r.emr r.•aeaw r.wmm ,le me hanl,+n u.xcT SHORT TERM STATIONARY/SHORT DURATION PORTABLE SIGN SUPPORTS TYPICAL FLASHING ARROW PANEL 1 Foot Mounting Height GENERAL NOTES: ,. Smterd Wpm Ww1 b. u.d w r.aA.a Cy+w'T m M.nrl m UAlmn Tr..lo ConbW (TMUTM. im Plw.. w as 6bW by tlw BpYuw b ,•ammw• w.m. and pukla tW1r: N Wpn ample and w.ebn atwl W In Old .aard.— Mh th. TMUTCO. Th. CMWO W.1 m.kerr each Wpn a. dY.d.d Cy th. Btpk.w. 2. Th. Cwm.cmr rmr u..ltwlw Wpn d.WR..lman la t . Pru, w thm Wpn dlWm Wwwr k, tlw'SWtdrd 1So mm.'®pn C.WW. kw T.W(SHS). All aft mrw Wpm praldM br In lw TMWTCD bu M dMWWd In Cw Plam my be u.d wMn r—awy, w as dhe bd by lw BOkr.w. d. Sanwppon.ww.lYWnthrW..wm.yw.Arblabrortya.rt.bw type. Th. mmmwor W r•apwrbla kw eWaitp •PProP.lal• Wpn -port y.I m. br w—millw. on eaoh prclaat. . Sutlrd arq.lmp w tlph tr•w.1r FA.10'q mM 11" mry b. u.d la cony..wlon Malaiwhow..•.dr.y.In1 rwbk kth Wpn lalwid i On wmrrdry nae w city W—ta when spaeds a,a bw, wnWr m mobuAan w•mbp Wpm my b. u.d wkh th. wrl.n appro W w lw Btpk.w nd 1 fti Wpn W.. la b a—cle-a wfi th. 9 yP C—ftclioo Wmmby Slln Slam end Spadrp Ch r Wp on p".•P„ w 1. TMUTCD, Part 9. MOWDLRATKMTBMI/OIOaYWnlb.adWk dyth.-T—MnWnUiw. Tn1b CM" Do~ Part A 7. 7,w bwbrn w t,argm.rm / klrnrdW.,wm Wa. Wn1 b. W laM 7 kw Woar. tti pnd suam. TmbwbmwwrywgpbnwwyIWPm Wwlb.WkWOkwmba th. pnd w.Imo.. 1. Tm barbs of StwMarm / Shwt Du.bn Wpm W.l be a mlr* u w, bat mba th.pam - mlma bu m mar. thin 2 /M mbvw th pmurd Imrpbrrn I klwnwdlW� Sam my be u.d In Nu w Shr.mwm / tAiart Dumtkn Wpnkp. Shwa m /Short Duebn Wpm Wra1 b. u.d wy &AV d.y1W rrd m..•d.tOw.rd w th warkdry. 0. Flaam.lwy LVm shall be mwma.d W Last 7 am mbo•e th. p..d aul.ra npwAw w w.* dumb- l0.Waad Wpn.ppwla W.1 b. Pr..d WAL ,,. Mgwr. War wppwla r.y.r. m. tm w w.ats m lv.•'.'d armarry, lw ue w .w.e.p. Y nowmwa.d. TM tm w plao.e w rwla ooriw.am, ken nW w athw moN ageala MI nw b. . Smndb.p. Wn1 W m w ups tm b.me wM dNa nd and -t bwwMshw 9u4 WW w hung wtl, nq, wi% ch*m w adw YWRw.. IZ sM.rt alp- rmsmpas nw7 be om*mlrq w m brave apply. fti Wave dull be rw .•d w m q*ftl/—d M — Wa. r..—.dt...W W u.d Wwl b. ape p^ .uoh U twey n• black pleb. &AW Nal rw b. used l war Wom Sam dull b. w—d ups aanpMbn wfm web Duw t•P• w athw.dlmlae n.twM aMl riot W mrM1,W b Wpm bm W W E[� S 0 U _01 D n a DRAWING APPROXIMATELY HALF OF TRUE SCALE Lubbock TEXAS CITY OF LUBBOCK NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS PHASE 2 Is" 13TH 8TRllzT LummocK, TDTAS 79401 4 a �qr TRAFFIC CONTROL PLAN SIGN SUPPORTS DETAIL f R R ETOUR AH v AHEAD TO TO ,r RAr 8f>ri 6DOFTI `� \ "0 1 I- c*] Y-J M' M ,r Mi . A2. C �3 A*�HEADI- Icw ROAD CLOSED R TD I END DETOUR 1 ROAD VORR log T i OIRU TRAFFIC r R 2. ..,,_ R1 2 ,.Rw , wR�r..._.. STREETIn �TMn RAMPIn BRIDGE- �- r� 2Mmill L�� J'. III •� L�� �. R7-1 _ "" e". ar � w�.r�� ram• ONLY 24*x24- OML�T 1 DETOUR WR].• w DETOUR n >w w-.. 24• R 1.• uM�.wti od 3 cc Wuj cc W IL Ion 01 O 0 O ` =1 a DRAWING APPROXIMATELY HALF OF TRUE SCALE fL'4'u"-bl)ocKCitya TEXAS CITY OF LUBBOCK NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS PHASE 2 ISM 13TH STT1eer LUBDOM TECAS 79401 TRAFFIC CONTROL PLAN TYPICAL SIGNS SHEET TO-19 ,nmwuenw�r_wwsHnw.. rr� o.n.nrc-man wear-r w�. .,x, r 10 0 ae; m m m 0 0 t� F 9 � 9. I'I�I I I e 9020 8 N m -n r fig �O� a HUGO REED PARKHILL SMITH & COOPER j it j iJ mmx�anxw_uams¢tevr. rrtik c.u�n�c-tu• �t-r wa• •.w w 61'I■I■III r3 ; O 2 o HUGO REED 006 � � �������� (� ~ � 3+ � � O � ® � .,ugHrr wwowe•ocur,aa.u+o. r0 laz Im p Zm ° ! m V • .a PARKHILL SMITH &COOPER ff A, # ill. `• {L1. �,si?LH ak'C. laf'; T f S OEM L' NOTE: CON "A © AAD OJ PAVEATETIT MAF40MG NDf{rTIWARO TO APPROKIMATELY 3TATgN 1Yt+00 THAT LES N7THIN PAVEMENT REACH LEGEND OA 1rw rmsOLD OB SA'wHrrE SOLID © r WIT W"CEN A RPM TYP II R Op rWIDE SOLD WS LFj A RPM®17SPACM TYP LCii ( OOOUBLEYELLOMSOUD(MLFj61VM®10SPACNS TYPE MM OF rW11rESOLoim LPI&i TYPELCii®10SPAcm © PAVDAW MARK. LEFT TURN ARROW MHrQ O PAVEMEW W (-IOOMTURN� (WMIFJ Q OYELLOWSOLID, PYELLOWBROKEN SRPMGgSPAONO TYPE *A t. �d 0 Q wm W a 0 0, 9 U N woam, A.--/F-a Q a DRAWING APPROXIMATELY HALF OF TRUE SCALE PHASE 2 PAVEMENT MARKNO PLAN SHEET TC-22 Connect the ends of successive shsft smolt rof byl i hog rings. Fes �A r T Wopening ( sl�rop bbee •) 2' x 4•. Woven filter od poet,paced et B to B. AN be 9' mh da. or nondnd 25t4•. deep have a min. cross section of I.T x 1.T. fabric to top strand of v mesh (W.W.M.) ri gs or card BT a mmr.151. Adach the W.W.M. a fabric on and poets uekq evenly (�amp1�n r� rao�dan Ppodcals� br steel pwm). g0 ^ Place 4' to 6' of tabrlc agaMut the 1fenCh sr�{pd�a raanad� approx. 7 across Ml irwrn bench size slier bs squen. 90010 and hand tamp. TEMPORARY SEDIMENT CONTROL FENCE SILT FENCE USAGE GUIDEUNES A sot fence may be constructed near the downstream perinbter of a dlstu b area a" a contour to irf6efcept sediment from overland runoff. A 2-year storm frequency may be used to calculate the flow rate to be filtered. Set fence should be shed to filter a max. OowHhrough rate of 100 GPM=. FT. SIk fence Is not recommended to conh,ol erosion from a drahaga area larger than 2 acres. GENERAL NOTES: 1. The gufdeArtea shown hereon are suggestions only and may be modeled by the Contractor to achieve beat reaulte. 2. Sandbag material shoe be made of polypropylerre, polyethylene, or polyamide woven fabric, mUL unfit weight 4 our"%SY, Mulled burst strength exceeding 300 psi and ueravlolet stability exceeding 70%. g W CC --. W LUG 0. no 0 a DRAWING APPROXIMATELY HALF OF TALE SCALE fL'4'u'bDcity0CK TEXAS CRY OF LUBBOCK NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS PHASE 2 1 MIS 13M 87ACET LUBBOCK, TOMS 70401 STORM WATER POLLUTION PREVENTION PLAN SILT FENCE AND SAND BAG DETAILS SHEET SP-01 � � I\� Imo• I\'.�:I♦i .. �.._� �—■�■ -�_. I � thliaj �^ aad. baR erle ✓•18Y bwwwiw. Fib.rib In�n.arMa.O PERIMETER DIRE w.abia..>4�a 4� ia WY Z V - � pbfrrbp.b.b�ab� rW�/A r6ibi. Y.4ar INTERCEPTOR DRY p.y.we...,w oba.bb w gai.ovp..b, ObbbYmpvWC l bb rr.auGnla�r. EMBANKMENT SECTION- WERSION DOM I. lb .n rpprbmanf/bk.ugbnbJFE pN arm ctlYw Or.ri 2 lb brph aN OaaO.Y p}.rbp�r abl b r bbraa m N cr..waa b.Mm. 4 llb ms.G01.Y�r brgp 1 rlama am •baa b a� arra •R.ab aPbs. a lb svad.brF. aw. b ro arawFn en. 6 llb r10RaC.ao•..ntlran aour iab bFib b... ORurMaib aanw.r. p>..�a awr. aue.r ar abr nbbaY . �pw.a p N 4 Tb wENC.oelr ✓r b i.or b bndNp. b. wd.�. 1, 71b..rm.ne..bb. ✓r b rgbA p N aie.a w.r� I(rx! ah by b.. raba.egr. rrr. 4 8a1 r.aM gbaalaFCRm it b.wMbavp.a�6 4 9F roPr d.i Nobry dbrmn.d.n.a�/irb61 a xi 01b..r.n c clr. crud. Nn 14ararrr a9• r.aa b a...b. e cn+�+.war. rcR. A brA m.y fu1M.M drllR raY1M —WbWR d r a 10 dr1l..brwo Rrl.n n.nll p rt wrlen aobd dab p.bn- brrabp,.AGW dr4 rJ. Th. *W p.—c ttL*gr.fp ■ br dW0 not .xmW 5 — TM.p.drq d a4r Mwtl b. r bbo.t 9opddqubM P.Y.a lu. . . —dba 11-10% 5.10% 111.0S% 1w my aw bM bar .abM.d—R soak= i � s I..as Rk DYgs �.M. �U TYPICAL DIKE CONROURATpN pg w- wK �s 0 0 I� 1p100 raaol. a DRAWMO APPROXfMATELY HALF OF TRUE SCALE At LUbbOCK TEXAS CITY OF LUBBOCK NORTHWESTLUBBOCK DRAINAGE IMPROVEMENTS PHASE 2 STORM WATER POLLUTION PREVENTION PLAN STABILIZED ACCESS AND DIKE DETAILS SHEET SP-02 PERIMETER SWALE DIVERSION SWALE ... wom.o.R. •• r ..w+r abw l.f wVOpIWA .�... NN.N �k 4. DIVERSION DIKE WITH SWALE TIC MM AN WU H OF ak9O F$C DE SMALL euT SIWLL NOT BE SNN113T THMI S W ONAHGE PLASTIC NET SAFETY FENCE IMTERML MAY BE USED N LIEU OF WOOD RRILS WITH ENfNIEER APPROVAL INSTALL INTERMEDIATE 4• XO POSTS WHERE TOTAL'! X O PAL LENGTH E CCERD840 FEET. STEEL POSTS MAY BE USED N LIEN OF o XP WOOD POSH LION COMR.ETION OF CONSTURCNON N THE AFFECTED AREA. REMOVE TREE PR07EOIlON AND FILL POST HOLES WITH TOPSOIL TAMP TOPSOIL INTO PLACE TO AVOID FUTURE SET7LBAENT. TYPICAL SWALE CONFIGURATION M.pttlw�tl�av ywSn RQr@CEP OR SWALE DElNEUL NOTES: 1. Dlrn lM alyPHd.o+may b.—Mid b/tlw C-ftu w.H*—b.q rwot z sm. ,o M*ft wky w—of.A.d-v .Wb. S7 M1Y . aSwdw01dwNnpl. rmantw14crdr dry. Would b. nWl.d w Pl. a adbr rjwt 4. TMpdd.Mw.downhn.anwM"md•rM a* aid may b.—M.d byh•Conl, M W.Hdwrr bW—t CV_aCA urabl.da wwcbmdw6nwkI.d.nn.olM- we.lon =**I d.NC. *MW—t bmdn M b.p. rock br cl Wj. Th. &drop w roobbdrq ruwlb. db dwd m ...W S.o... Th. .p.o.q M dka *.M b. w tfl— mp.ado~ par I... .W.. dR. IM 10% 5.10% thn 8% .1ohv.n d.rclt I 207 d00' bw dka F..re.plld-MOft dMq. d6 dwd-%KW dd,l.d— tr.prdon, l-k.-). W-`-. W ¢ � Inso s O 0 O 0 Do ad DRAWING APPROXIMATELY HALF OF TRUE SCALE STORM WATER POLLUTION PREVENTION PLAN TEMPORARY DIVERSION SWALE AND TREE PROTECTION DETAILS SHEET SP-03