Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2018-R0359 - Deerwood Construction - 10_09_2018 (2)
Resolution No. 2018-RO359 Item No. 6.4 October 9, 2018 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Public Works Contract No. 14235 for Sewer Line Replacement at 3rd Street from Ave. S to Waco Ave. as per RFP 18-14235-FM, by and between the City of Lubbock and Deerwood Construction, Inc., of Lubbock, 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 October 9, 2018 L-P�- - DANIEL M. POPE, MAYOR ATTEST: Reb cca Garza, City Se ret APPROVED AS TO CONTENT: Jesica—lVrEfAern, Assistant City Manager APPROVED AS TO FORM: � /j, Ke11i Leisure, Assistant City Attorney ccdocs/RES.Public Works Contract 14235 — Sewer Line Replacement at 311 Street from Ave. S to Waco Ave. September 27, 2018 CERTIFICATE OF INTERESTED PARTIES FORM 1295 loll Complete Nos. 3 - 4 and 6 if there are interested pan es OFFICE USE ONLY Complete Nos,1. 2, 3, 5, and 6 it there are no .nterested parties. CERTIFICATION OF FILING i Name of business entity filing form, and the city, state and country of the business entity's place Certificate Number: of business. 2018-404812 Deerwood Construction, Inc. Lubbock, TX United States Date Filed: 2 Name of governmental entity or state agency that is a parry to the contract for which the form is 09/17/2018 being filed. City of Lubbock Texas Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract 18-14235-FM Sewer Line Replacement at 3rd Street from Ave. S to Waco Ave. 4 Name of Interested Parry City, State, Country (place of business) Nature of interest {check applicable) Controlling Intermediary Patterson, Jan Lubbock, TX United States X 5 Check only if there is NO Interested Party. D 6 UNSWORN DECL �RATION y. r�A My name is JAM _P0,-ePi-00 and my date of birth is My address is ON _ /V (street; (city) (state) (zip code) (country) 1 declare under ptenaahy of pequry that the foregoing 1s true and coned 1 �j Executed in D< E—County, State of ��, on the iltlay of (month) (Peer) Signal a of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.sta(e.tx.us Version V1.0.3337 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1of1 Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2018-404812 Deerwood Construction, Inc. Lubbock, TX United States Date Filed: 09/17/2018 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock Texas Date Acknowledged: 10/01/2018 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 18-14235-FM Sewer Line Replacement at 3rd Street from Ave. S to Waco Ave. 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary Patterson, Jan Lubbock, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is and my date of birth is My address is (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of on the day of , 20 (month) (year) Signature of authorized agent of contracting business entity Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.3337 DEERCON01C kk. ( L! CERTIFICATE OF LIABILITY INSURANCE 1 DATE 10/15/2018Y) �...-�-'' 10/15/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer riahts to the certificate holder in lieu of such endorsement(s). PRODUCER INSURICA DFB Insurance Services, LLC 301 South Polk Street, Suite 600 Amarillo, TX 79101 - �_ot- INSURED Deerwood Construction, Inc. P.O. Box 3009 Lubbock, TX 79452 Kim Pitt, ACSR t): (806) 356-6000 Kim. Pift0_1 NSUIRICA.com A: Continental Casualty Compal B: Continental Insurance Comm c:Texas Mutual Insurance Com D: C(11/FRAr2FC CGRTIFICATI= All IMQI=P• 09:\/ICInK1 Alt IMQ9=P- THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IN TYPE OF INSURANCE.ADDV:�SUBR!, POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR IN D WVD ! M / A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S 1,000,000 CLAIMS -MADE X OCCUR 5091605352 05/09/2018 05/09/2019 DAMAGE TO RENTED 1 OQ,000 _PREMISES jEa occurrence) S S 15,000 _ PERSONAL& ADV INJURY S 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER ;GENERAL AGGREGATE - S 2,000,000 — ---- POLICY X JPERaf �'- LOC PRODUCTS -COMP/OP AGG S 2,000,000 OTHER: ( $ B AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 (Ea accidenty_ S _ X ! ANY AUTO C 5091605383 05/09/2018 05/09/2019 BODILY INJURY Per person) ''. OWNED + '': SCHEDULED _ AUTOS ONLY-.. AUTOS ;BODILY INJURY (Per accident' : S HIRED NON -OWNED j PROPERTY DAMAGE AUTOS ONLY :__ AUTOS ONLY APer accident) _ S _- __ S B X UMBRELLA LIAB X :OCCUR EACH OCCURRENCE _ _ _ S 10'000'000 EXCESS LIAR CLAIMS -MADE CUE 5095137262 05/09/2018 4 05/09/2019 AGGREGATE S 10'000'000 DED X ! RETENTIONS 10,000 S C WORKERS COMPENSATION XPER OTH- AND EMPLOYERS' LIABILITY ! STATUTE_ER YIN 0001102658 12/31/2017:12/31/2018 1,000,000 ANYPROPREETORlPARTNERfF,(ECUTIVE N ! NIA E.L. EACH ACCIDENT S_ --- (Mandatory in NH) F,(CLUDED? ( E.L. DISEASE - EA EMPLOYEE'. S 1,000,000 If yes, describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT '.. S i DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Re: Sewer Line Replacement at 3rd Street from Avenue S to Waco Avenue - RFP 18-14235-FM The general liability and auto liability policies include a blanket additional insured endorsement, #CNA75079XX 10/16 for GL and #CNA63359XX 4/12 for auto, that provides additional insured status t0 the certificate holder only when there is a written contract between the Named Insured and the certificate holder that requires such status. The general liability, auto liability, and workers' compensation policies include a blanket waiver of subrogation endorsement, #CNA74705XX 1/15 for GL, #CNA63359XX 4/12 for auto, and #WC420304B for WC, that provides this feature only when there is a written contract between the Named Insured and the certificate holder that requires it. The general liability and auto liability policies contain a special endorsement with "Primary and Noncontributory" wording. City of Lubbock PO Box 2000 Rm 204 Lubbock, TX 79457 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Texasmutuar WORKERS' COMPENSATION INSURANCE WORKERS' COMPENSATION AND WC 42 03 04 B EMPLOYERS LIABILITY POLICY Insured copy TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. () Specific Waiver Name of person or organization (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium: The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: Included, see Information Page This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 12/31/17 at 12:01 a.m. standard time, forms a part of: Policy no. 0001102658 of Texas Mutual Insurance Company effective on 12/31/17 Issued to: DEERWOOD CONSTRUCTION INC This is not a bill NCCI Carrier Code: 29939 PO Box 12058, Austin, TX 78711-2058 1 of 1 texasmutual.com l (800) 859-5995 l Fax (800) 359-0650 &LZ6_�S4-- Authorized representative 12/22/17 WC 42 03 04 B9. lq! -1 CNA63359XX (Ed. 04/12) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS EXTENDED COVERAGE ENDORSEMENT - BUSINESS AUTO PLUS - This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM 1. LIABILITY COVERAGE A. Who Is An Insured The following is added to Section II, Paragraph A.1., who Is An Insured: 1. a. Any incorporated entity of which the Named Insured owns a majority of the voting stock on the date of inception of this Coverage Form; provided that, b. The insurance afforded by this provision A.1. does not apply to any such entity that is an 'insured' under any other liability 'policy' providing 'auto' coverage. 2. Any organization you newly acquire or form, other than a limited liability company, partnership or joint venture, and over which you maintain majority ownership interest. cm The insurance afforded by this provision A.2.: S a. Is effective on the acquisition or formation date, and is afforded only until the end of the policy period of this Coverage Form, or the next anniversary of its inception N date, whichever is earlier. b. Does not apply to: 0 (1) 'Bodily injury' or 'property damage' caused by an "accident' that occurred before you acquired or formed the organization; or s (2) Any such organization that is an 'insured' under any other liability s 'policy' providing 'auto' coverage. 3. Any person or organization that you are required by a written contract to name as an additional insured is an 'insured" but only with respect to their legal liability for acts or B omissions of a person, who qualifies as an 'insured' under Section II — Who Is An insured and for whom Liability Coverage is afforded under this policy. If required by written contract, this insurance will be primary and non-contributory to insurance on which the additional insured is a Named Insured, '— 4. An 'employee' of yours is an 'insured' while operating an 'auto' hired or rented under a contract or agreement in that 'employee's' name, with your permission, while performing duties related to the conduct of your business. 'Policy,' as used in this provision A. Who Is An Insured, includes those policies that were in force on the inception date of this Coverage Form but: 1. Which are no longer in force; or 2. Whose limits have been exhausted. B. Bail Bonds and Loss of Earnings Section 11, Paragraphs A.2. (2) and A.2. (4) are revised as follows: 1. In a. 2), the limit for the cost of bail bonds is changed from $2,000 to $5,000; and 2. In a.(4), the limit for the loss of earnings is changed from $250 to $500 a day. C. Fellow Employee Section II, Paragraph B.5 does not apply. Such coverage as is afforded by this provision C. is excess over any other collectible insurance. If. PHYSICAL DAMAGE COVERAGE A. Glass Breakage — Hitting A Bird Or Animal — Falling Objects Or Missiles The following is added to Section III, Paragraph A.3.: With respect to any covered 'auto,' any deductible shown In the Declarations will not apply to glass breakage if such glass is repaired, in a manner acceptable to us, rather than replaced. B. Transportation Expenses Section III, Paragraph A.4.a. is revised, with respect to transportation expense incurred by you, to provide: a. $60 per day, in lieu of $20; subject to b. $1,800 maximum, in lieu of $600. C. Loss of Use Expenses Section III, Paragraph A.4.b. is revised, with respect to loss of use expenses incurred by you, to provide: a. $1,000 maximum, in lieu of $600. CNA63359XX copyright, CNA corporation, 2000. Page 1 of 3 (Ed. 04/12) Includes copyrIghted materlal of the insurance SeMces OflIce used xAth Its pennlsslon. D. Hired "Autos" The following is added to Section III. Paragraph A.: S. Hired "Autos" If Physical Damage coverage is provided under this policy, and such coverage does not extend to Hired Autos, then Physical Damage coverage is extended to: a. Any covered 'auto' you lease, hire, rent or borrow without a driver; and b. Any covered 'auto' hired or rented by your 'employee' without a driver, under a contract in that individual 'employee's' name, with your permission, while performing duties related to the conduct of your business. c. The most we will pay for any one °accident' or 'loss' is the actual cash value, cost of repair, cost of replacement or $75,000, whichever is less, minus a $500 deductible for each covered auto. No deductible applies to 'loss' caused by fire or lightning, d. The physical damage coverage as is provided by this provision is equal to the physical damage coverage(s) provided on your owned 6autos.2 e. Such physical damage coverage for hired 'autos' will: (1) Include loss of use, provided it is the consequence of an 'accident' for which the Named Insured is legally liable, and as a result of which a monetary loss is sustained by the leasing or rental concern. (2) Such coverage as is provided by this provision will be subject to a limit of $750 per 'accident.' E. Airbag Coverage The following is added to Section III, Paragraph B.3.: The accidental discharge of an airbag shall not be considered mechanical breakdown. F. Electronic Equipment Section III, Paragraphs 6.4.c and 8.4.d. are deleted and replaced by the following: c. Physical Damage Coverage on a covered 'auto' also applies to 'loss' to any permanently installed electronic equipment including its antennas and other accessories. CNA63359XX (Ed. 04/12) d. A $100 per occurrence deductible applies to the coverage provided by this provision. G. Diminution In Value The following is added to Section III, Paragraph B.S.: Subject to the following, the 'diminution in value' exclusion does not apply to: a. Any covered 'auto' of the private passenger type you lease, hire, rent or borrow, without a driver for a period of 30 days or less, while performing duties related to the conduct of your business; and b. Any covered 'auto' of the private passenger type hired or rented by your 'employee' without a driver for a period of 30 days or less, under a contract in that individual 'employee's' name, with your permission, while performing duties related to the conduct of your business. c. Such coverage as is provided by this provision is limited to a 'diminution in value' loss arising directly out of accidental damage and not as a result of the failure to make repairs; faulty or incomplete maintenance or repairs; or the installation of substandard parts. d. The most we will pay for 'loss' to a covered 'auto' in any one accident is the lesser of: (1) $5,000; or (2) 20% of the 'auto's' actual cash value (ACV). ill. Drive Other Car Coverage — Execudiive Officers The following is added to Sections ii and III: 1. Any 'auto' you don't own, hire or borrow is a covered 'auto" for Liability Coverage while being used by, and for Physical Damage Coverage while in the care, custody or control of, any of your 'executive officers,' except: a. An 'auto' owned by that 'executive officer' or a member of that person's household; or b. An 'auto' used by that 'executive officer' while working in a business of selling, servicing, repairing or parking 'autos." Such Liability and/or Physical Damage Coverage as is afforded by this provision. (1) Equal to the greatest of those coverages afforded any covered 'auto'; and CNA63359XX Copyrl^ CNA Corporation, 2000. Page 2 of 3 (Ed. 04/12) Includes copyrighted rna►erlal or the Insurance Services Office used with Its psmission. (2) Excess over any other collectible insurance. 2. For purposes of this provision, 'executive officer' means a person holding any of the officer positions created by your charter, constitution, by- laws or any other similar governing document, and, while a resident of the same household, includes that person's spouse. Such °executive officers' are 'insureds' while using a covered 'auto' described in this provision. IV. BUSINESS AUTO CONDITIONS A. Duties In The Event Of Accident, Claim, Suit Or Loss The following is added to Section IV, Paragraph A.2.a.. (4) Your 'employees' may know of an 'accident' or 'loss.' This will not mean that you have such knowledge, unless such 'accident' or 'loss' is known to you or it you are not an individual, to any of your executive officers or partners or your insurance manager. The following is added to Section IV, Paragraph A.2.b.: N (6) Your 'employees' may know of $ documents received concerning a claim or 'suit.' This will not mean that you have such knowledge, unless receipt of such documents is known to you or if you are not an individual, to any of your executive N officers or partners or your insurance manager. A B. Transfer Of Rights Of Recovery Against Others To Us 0 The following is added to Section IV, Paragraph A.S. Transfer Of Rights Of Recovery Against g Others To Us: N We waive any right of recovery we may have, because of payments we make for injury or CNA63359XX (Ed. 04/12) damage, against any person or organization for whom or which you are required by written contract or agreement to obtain this waiver from US. This injury or damage must arise out of your activities under a contract with that person or organization. You must agree to that requirement prior to an 'accident' or 'loss.' C. Concealment, Misrepresentation or Fraud The following is added to Section IV, Paragraph B.2.: Your failure to disclose all hazards existing on the date of inception of this Coverage Form shall not prejudice you with respect to the coverage afforded provided such failure or omission is not intentional. D. Other Insurance The following is added to Section IV, Paragraph B.S.: Regardless of the provisions of Paragraphs 5.a. and 5.d. above, the coverage provided by this policy shall be on a primary non-contributory basis. This provision is applicable only when required by a written contract. That written contract must have been entered into prior to 'Accident' or 'Loss.' E. Policy Period, Coverage Territory Section IV, Paragraph B. 745).(a). Is revised to provide: a. 45 days of coverage in lieu of 30 days. V. DEFINITIONS Section V. Paragraph C. is deleted and replaced by the following: 'Bodily injury' means bodily injury, sickness or disease sustained by a person, including mental anguish, mental injury or death resulting from any of these. CNA63359XX Copyright, CNA Corporation, 2000. Page 3 of 3 (Ed. M12) Includes copyrighted material of the insurance Services Office used with Its penMasion. CNA CNA PARAMOUNT Blanket Additional Insured - Owners, Lessees or Contractors - with Products -Completed Operations Coverage Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed as follows: 1. WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused in whole or in part by your acts or omissions, or the acts or omissions of those acting on your behalf: A. in the performance of your ongoing operations subject to such written contract; or B. in the performance of your work subject to such written contract, but only with respect to bodily injury or property damage included in the products -completed operations hazard, and only it: 1. the written contract requires you to provide the additional insured such coverage; and 2. this coverage part provides such coverage. II. But if the written contract requires: A. additional insured coverage under the 11-85 edition, 10-93 edition, or 10-01 edition of CG2010, or under the 10- 01 edition of CG2037; or B. additional insured coverage with 'arising out of language; or C. additional insured coverage to the greatest extent permissible by law; g then paragraph 1. above Is deleted in its entirety and replaced by the following: 0 WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of your work that is subject to such written contract. g ili. Subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide § such additional Insured with: S A. coverage broader than required by the written contract; or 0 s B_ a higher limit of insurance than required by the written contract. Q IV. The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property damage, or personal and advertising Injury arising out of: A. the rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: 1. the preparing, approving, or falling to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and 2. supervisory, inspection, architectural or engineering activities; or B. any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this coverage part. V. Under COMMERCIAL GENERAL LIABILITY CONDITIONS, the Condition entitled Other Insurance is amended to add the following, which supersedes any provision to the contrary in this Condition or elsewhere in this coverage a per: CNA75079XX (10-16) Policy No: 5091605352 Page 1 of 2 Endorsement No: 6 CONTINENTAL CASUALTY COMPANY Effective Date: 05/09/2018 Insured Name: DEERWOOD CONSTRUCTION INC. Copyright CNA All Rights Reserved. Includes copyrighted malarial of Insurence Services Office, Inc., with its perntlsslon. CNA CNA PARAMOUNT Blanket Additional Insured - Owners, Lessees or Contractors - with Products -Completed Operations Coverage Endorsement Primary and Noncontributory insurance With respect to other insurance available to the additional insured under which the additional insured is a named insured, this insurance is primary to and will not seek contribution from such other insurance, provided that a written contract requires the insurance provided by this policy to be: 1, primary and non-contributing with other insurance available to the additional insured; or 2. primary and to not seek contribution from any other insurance available to the additional insured. But except as specified above, this insurance will be excess of all other insurance available to the additional insured. VI. Solely with respect to the insurance granted by this endorsement, the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: The Condition entitled Duties In The Event of Occurrence, Offense, Claim or Suit is amended with the addition of the following: Any additional insured pursuant to this endorsement will as soon as practicable: 1. give the Insurer written notice of any claim, or any occurrence or offense which may result in a claim; 2. send the Insurer copies of all legal papers received, and otherwise cooperate with the Insurer in the investigation, defense, or settlement of the claim; and 3. make available any other insurance, and tender the defense and indemnity of any claim to any other insurer or self -insurer, whose policy or program applies to a loss that the insurer covers under this coverage part. However, if the written contract requires this insurance to be primary and non-contributory, this paragraph 3. does not apply to insurance on which the additional insured is a named insured. The Insurer has no duty to defend or indemnify an additional insured under this endorsement until the insurer receives written notice of a claim from the additional insured. VII. Solely with respect to the insurance granted by this endorsement, the section entitled DEFINITIONS is amended to add the following definition: Wriitten contract means a written contract or written agreement that requires you to make a person or organization an additional insured on this coverage part, provided the contract or agreement: A. is currently in effect or becomes effective during the term of this policy; and B. was executed prior to: 1. the bodily Injury or property damage; or 2. the offense that caused the personal and advertising Injury; for which the additional insured seeks coverage. Any coverage granted by this endorsement shall apply solely to the extent permissible by law. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA75079XX (10-16) Policy No: 5091605352 Page 2 of 2 Endorsement No: 6 CONTINENTAL CASUALTY COMPANY Effective Date: 05 / 0 9 / 2 016 Insured Name: DEERWOOD CONSTRUCTION INC. Copyright CNA All Rights Reserved. Includes copyrighted rtraterW of Insurance Services Woe, Inc., with Its pern*w1on. 0 0 0 CNA CNA PARAMOUNT Contractors` General Liability Extension Endorsement It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART as follows. If any other endorsement attached to this policy amends any provision also amended by this endorsement, then that other endorsement controls with respect to such provision, and the changes made by this endorsement with respect to such provision do not apply. TABLE OF CONTENTS 1. Additional Insureds 2. Additional Insured - Primary And Non -Contributory To Additional Insured's Insurance 3. Bodily Injury - Expanded Definition 4. Broad Knowledge of Occurrence/ Notice of Occurrence 5, Broad Named Insured 6. Broadened Liability Coverage For Damage To Your Product And Your Work 7. Contractual Liability - Railroads S. Electronic Data Liability 9. Estates, Legal Representatives and Spouses 10. Expected Or Intended Injury - Exception for Reasonable Force 11. General Aggregate Limits of Insurance - Per Project 12. In Rem Actions 13. Incidental Health Care Malpractice Coverage 14. Joint Ventures/Partnershlp/Limlted Liability Companies 15. Legal Liability - Damage To Premises / Alienated Premises / Property In The Named Insured's Care, Custody or Control 16. Liquor Liability 17. Medical Payments 18. Non -owned Aircraft Coverage 19. Non -owned Watercraft 20. Personal And Advertising Injury - Discrimination or Humiliation 21, Personal And Advertising Injury - Contractual Liability 22. Property Damage - Elevators 23. Supplementary Payments 24. Unintentional Failure To Disclose Hazards 25. Waiver of Subrogation - Blanket 26. Wrap -Up Extension: OCIP CCIP, or Consolidated (Wrap -Up) Insurance Programs CNA74705XX (1 - 15) Policy No: 5091605352 Page 1 of 17 Endorsement No: 4 CONTINENTAL CASUALTY COMPANY Effective Date: 05/09/2018 Insured Name: DEERWOOD CONSTRUCTION INC. copyright CNA All Rights Reserved, Includes copyrighted material of Insurance Services Office, Inc., with Its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement 1. ADDITIONAL INSUREDS a. WHO IS AN INSURED is amended to include as an Insured any person or organization described in paragraphs A. through H. below whom a Named Insured is required to add as an additional insured on this Coverage Part under a written contract or written agreement, provided such contract or agreement: (1) is currently in effect or becomes effective during the term of this Coverage Part; and (2) was executed prior to: (a) the bodily injury or property damage; or (b) the offense that caused the personal and advertising injury, for which such additional insured seeks coverage. b. However, subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: (1) a higher limit of insurance than required by such contract or agreement; or (2) coverage broader than required by such contract or agreement, and in no event broader than that described by the applicable paragraph A. through H. below. Any coverage granted by this endorsement shall apply only to the extent permissible by law. A. Controlling Interest Any person or organization with a controlling interest in a Named Insured, but only with respect to such person or organization's liability for bodily injury, property damage or personal and advertising injury arising out of: 1. such person or organization's financial control of a Named Insured; or 2. premises such person or organization owns, maintains or controls while a Named Insured leases or occupies such premises; provided that the coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured, B. Co-owner of Insured Premises A co-owner of a premises co -owned by a Named Insured and covered under this insurance but only with respect to such co -owner's liability for bodily Injury, property damage or personal and advertising Injury as co-owner of such premises. C. Lessor of Equipment Any person or organization from whom a Named Insured leases equipment, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused, in whole or in part, by the Named Insured's maintenance, operation or use of such equipment, provided that the occurrence giving rise to such bodily Injury, property damage or the offense giving rise to such personal and advertising Injury takes place prior to the termination of such lease. D. Lessor of Land Any person or organization from whom a Named Insured leases land but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of the ownership, maintenance or use of such land, provided that the occurrence giving rise to such bodily injury, property damage or the offense giving rise to such personal and advertising injury takes place prior to the termination of such lease. The CNA74705XX (1-15) Page 2 of 17 CONTINENTAL CASUALTY COMPANY Insured Name: DEERWOOD CONSTRUCTION INC. Policy No: 5091605352 Endorsement No: 4 Effective Date: 05/09/2018 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. co 0 0 CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. E. Lessor of Premises An owner or lessor of premises leased to the Named Insured, or such owner or lessor's real estate manager, but only with respect to liability for bodily Injury, property damage or personal and advertising injury arising out of the ownership, maintenance or use of such part of the premises leased to the Named Insured, and provided that the occurrence giving rise to such bodily injury or property damage, or the offense giving rise to such personal and advertising injury, takes place prior to the termination of such lease. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. F. Mortgagee, Assignee or Receiver A mortgagee, assignee or receiver of premises but only with respect to such mortgagee, assignee or receiver's liability for bodily injury, property damage or personal and advertising injury arising out of the Named insured's ownership, maintenance, or use of a premises by a Named Insured. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. G. State or Governmental Agency or Subdivision or Political Subdivisions — Permits A state or governmental agency or subdivision or political subdivision that has issued a permit or authorization but only with respect to such state or governmental agency or subdivision or political subdivision's liability for bodily injury, property damage or personal and advertising injury arising out of: 1. the following hazards in connection with premises a Named Insured owns, rents, or controls and to which this insurance applies: a. the existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoistaway openings, sidewalk vaults, street banners, or decorations and similar exposures; or b. the construction, erection, or removal of elevators; or c. the ownership, maintenance or use of any elevators covered by this insurance; or 2. the permitted or authorized operations performed by a Named Insured or on a Named Insured's behalf. The coverage granted by this paragraph does not apply to: a. Bodily Injury, property damage or personal and advertising Injury arising out of operations performed for the state or governmental agency or subdivision or political subdivision; or b. Bodily injury or property damage included within the products -completed operations hazard. With respect to this provision's requirement that additional insured status must be requested under a written contract or agreement, the Insurer will treat as a written contract any governmental permit that requires the Named Insured to add the governmental entity as an additional insured. H. Trade Show Event Lessor 1. With respect to a Named Insured's participation in a trade show event as an exhibitor, presenter or displayer, any person or organization whom the Named Insured is required to include as an additional insured, but only with respect to such person or organization's liability for bodily injury, property damage or personas and advertising injury caused by: CNA74705XX (1-15) Page 3 of 17 CONTINENTAL CASUALTY COMPANY Insured Name: DEERWOOD CONSTRUCTION INC. Policy No: 50916OS352 Endorsement No: 4 Effective Date: 0 5/ 0 9/ 2 018 Copyright CNA All Rights Reserved. Includes copyrighted material or Insurance Services Otf ce, Inc., with Its permisslon. CHA CNA PARAMOUNT Contractors' General Liability Extension Endorsement a. the Named Insured's acts or omissions; or b. the acts or omissions of those acting on the Named Insured's behalf, in the performance of the Named Insured's ongoing operations at the trade show event premises during the trade show event. 2. The coverage granted by this paragraph does not apply to bodily injury or property damage included within the products -completed operations hazard, 2. ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY TO ADDITIONAL INSURED'S INSURANCE The Other Insurance Condition in the COMMERCIAL GENERAL LIABILITY CONDITIONS Section is amended to add the following paragraph: If the Named Insured has agreed in writing in a contract or agreement that this insurance is primary and non- contributory relative to an additional insured's own insurance, then this insurance is primary, and the Insurer will not seek contribution from that other insurance. For the purpose of this Provision 2., the additional insured's own insurance means insurance on which the additional insured is a named insured. Otherwise, and notwithstanding anything to the contrary elsewhere in this Condition, the insurance provided to such person or organization is excess of any other insurance available to such person or organization. 3. BODILY INJURY — EXPANDED DEFINITION Under DEFINITIONS, the definition of bodily injury is deleted and replaced by the following: Bodily injury means physical injury, sickness or disease sustained by a person, including death, humiliation, shock, mental anguish or mental injury sustained by that person at any time which results as a consequence of the physical injury, sickness or disease. 4. BROAD KNOWLEDGE OF OCCURRENCE/ NOTICE OF OCCURRENCE Under CONDITIONS, the condition entitled Duties in The Event of Occurrence, Offense, Claim or Suit is amended to add the following provisions: A. BROAD KNOWLEDGE OF OCCURRENCE The Named Insured must give the Insurer or the Insurer's authorized representative notice of an occurrence, offense or claim only when the occurrence, offense or claim is known to a natural person Named Insured, to a partner, executive officer, manager or member of a Named Insured, or an employee designated by any of the above to give such notice. B. NOTICE OF OCCURRENCE The Named Insured's rights under this Coverage Part will not be prejudiced if the Named Insured fails to give the Insurer notice of an occurrence, offense or claim and that failure is solely due to the Named Insured's reasonable belief that the bodily injury or property damage is not covered under this Coverage Part. However, the Named Insured shall give written notice of such occurrence, offense or claim to the Insurer as soon as the Named Insured is aware that this insurance may apply to such occurrence, offense or claim. 5. BROAD NAMED INSURED WHO IS AN INSURED is amended to delete its Paragraph 3. in its entirety and replace it with the following: 3. Pursuant to the limitations described in Paragraph 4. below, any organization in which a Named Insured has management control: a. on the effective date of this Coverage Part; or CNA74705XX (1-15) Page 4 of 17 CONTINENTAL CASUALTY COMPANY Insured Name: DEERWOOD CONSTRUCTION INC. Policy No: 5091605352 Endorsement No: 4 Effective Data: 05/09/2018 Copyright CNA Alt Rights Reserved. Includes copyrighted material of Insurance Servk es OtHce, Inc., vAth Its permission. Cara CNA PARAMOUNT Contractors' General Liability Extension Endorsement b. by reason of a Named Insured creating or acquiring the organization during the policy period, qualifies as a Named Insured, provided that there is no other similar liability insurance, whether primary, contributory, excess, contingent or otherwise, which provides coverage to such organization, or which would have provided coverage but for the exhaustion of its limit, and without regard to whether its coverage is broader or narrower than that provided by this insurance. But this BROAD NAMED INSURED provision does not apply to: (a) any partnership, limited liability company or joint venture; or (b) any organization for which coverage is excluded by another endorsement attached to this Coverage Part. For the purpose of this provision, management control means: A. owning interests representing more than 50% of the voting, appointment or designation power for the selection of a majority of the Board of Directors of a corporation; or B. having the right, pursuant to a written trust agreement, to protect, control the use of, encumber or transfer or sell property held by a trust. 4. With respect to organizations which qualify as Named Insureds by virtue of Paragraph 3. above, this insurance does not apply to: a. bodily injury or property damage that first occurred prior to the date of management control, or that first occurs after management control ceases; nor b. personal or advertising injury caused by an offense that first occurred prior to the date of management m control or that first occurs after management control ceases. 5. The insurance provided by this Coverage Part applies to Named Insureds when trading under their own names or under such other trading names or doing -business -as names (dba) as any Named Insured should choose to employ. S. BROADENED LIABILITY COVERAGE FOR DAMAGE TO YOUR PRODUCT AND YOUR WORK A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusions k, and I. and replace them with the following: 0 This insurance does not apply to: k. Damage to Your Product N Property damage to your product arising out of it, or any part of it except when caused by or resulting from: 0 0 (1) fire; (2) smoke; (3) collapse; or (4) explosion. I. Damage to Your Work Property damage to your work arising out of it, or any part of it and included in the products -completed operations hazard. This exclusion does not apply; (1) If the damaged work, or the work out of which the damage arises, was performed on the Named kiisured's behalf by a subcontractor, or CNA74705XX (1-15) policy No: 50916053 52 Page 5 of 17 Endorsement No: 4 CONTINENTAL CASUALTY COMPANY Effective Date: 05/09/2018 Insured Name: DEERWOOD CONSTRUCTION INC. copyright CNA All Rights Reserved. Includes copyrighted material of Insurance services Office, Inc., with Its perntasion. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement (2) It the cause of loss to the damaged work arises as a result of: (a) fire; (b) smoke; (c) collapse; or (d) explosion. B. The following paragraph is added to LIMITS OF INSURANCE: Subject to 5. above, $100,000 is the most the Insurer will pay under Coverage A for the sum of damages arising out of any one occurrence because of property damage to your product and your work that is caused by fire, smoke, collapse or explosion and is included within the product -completed operations hazard. This sublimit does not apply to properly damage to your work if the damaged work, or the work out of which the damage arises, was performed on the Named Insured's behalf by a subcontractor. C. This Broadened Liability Coverage For Damage To Your Product And Your Work Provision does not apply if an endorsement of the same name is attached to this policy. 7. CONTRACTUAL LIABILITY — RAILROADS With respect to operations performed within 50 feet of railroad property, the definition of insured contract is replaced by the following: Insured Contract means: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire to premises while rented to a Named Insured or temporarily occupied by a Named Insured with permission of the owner is not an insured contract; b. A sidetrack agreement; c. Any easement or license agreement; d. An obligation, as required by ordinance, to indemnity a municipality, except in connection with work for a municipality; e. An elevator maintenance agreement; f. That part of any other contract or agreement pertaining to the Named Insured's business (including an indemnification of a municipality in connection with work performed for a municipality) under which the Named Insured assumes the tort liability of another party to pay for bodily injury or property damage to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph f. does not include that part of any contract or agreement: (1) That indemnities an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage; (2) Under which the Insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's rendering or failure to render professional services, including those listed in (1) above and supervisory, inspection, architectural or engineering activities. 8. ELECTRONIC DATA LIABILITY CNA74705XX (1 - 15) Policy No: 5091605352 Page 6 of 17 Endorsement No: 4 CONTINENTAL CASUALTY COMPANY Effective Date: 05/09/2018 Insured Name: DEERWOOD CONSTRUCTION INC . Copyright CNA AA Mghta Rea9rved. Includes copyrlghled matertai or Insiuence SenAces Offoe, Inc., with Its permisWn. M 0 0 0 CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusion p. Electronic Data and replace it with the following: This insurance does not apply to: p. Access Or Disclosure Of Confidential Or Personal Information And Data -related Liability Damages arising out of (1) any access to or disclosure of any person's or organization's confidential or personal information, including patents, trade secrets, processing methods, customer lists, financial information, credit card information, health information or any other type of nonpublic information; or (2) the loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate electronic data that does not result from physical injury to tangible property. However, unless Paragraph (1) above applies, this exclusion does not apply to damages because of bodily injury. This exclusion applies even if damages are claimed for notification costs, credit monitoring expenses, forensic expenses, public relation expenses or any other loss, cost or expense incurred by the Named Insured or others arising out of that which is described in Paragraph (1) or (2) above. B. The following paragraph is added to LIMITS OF INSURANCE: Subject to 5. above, $100,000 is the most the Insurer will pay under Coverage A for all damages arising out of any one occurrence because of property damage that results from physical injury to tangible property and arises out of electronic data. C. The following definition is added to DEFINITIONS: Electronic data means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software (including systems and applications software), hard or floppy disks, CD-ROMS, tapes, drives, cells, data processing devices or any other media which are used with electronically controlled equipment. D. For the purpose of the coverage provided by this ELECTRONIC DATA LIABILITY Provision, the definition of property damage in DEFINITIONS is replaced by the following: Property damage means: a. Physical injury to tangible property, including all resulting loss of use of that property. All such loss of use shall be deemed to occur at the time of the physical injury that caused it; b. Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur at the time of the occurrence that caused it; or c. Loss of, loss of use of, damage to, corruption of, inability to access, or inability to property manipulate electronic data, resulting from physical injury to tangible property. All such loss of electronic data shall be deemed to occur at the time of the occurrence that caused it. For the purposes of this insurance, electronic data is not tangible property. E. If Electronic Data Liability is provided at a higher limit by another endorsement attached to this policy, then the $100,000 limit provided by this ELECTRONIC DATA LIABILITY Provision is part of, and not in addition to, that higher limit. 9. ESTATES, LEGAL REPRESENTATIVES, AND SPOUSES The estates, heirs, legal representatives and spouses of any natural person Insured shall also be insured under this policy; provided, however, coverage is afforded to such estates, heirs, legal representatives, and spouses only for CNA74705XX (1-15) Page 7 of 17 CONTINENTAL CASUALTY COMPANY Insured Name: DEERWOOD CONSTRUCTION INC. Policy No: 5091605352 Endorsement No: 4 Effective Date: 05/09/2018 Copyright CNA Ad Rights Reserved. includes copyrighted material of Insurance services Office, Inc., with Its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement claims arising solely out of their capacity or status as such and, in the case of a spouse, where such claim seeks damages from marital community property, jointly held property or property transferred from such natural person Insured to such spouse. No coverage is provided for any act, error or omission of an estate, heir, legal representative, or spouse outside the scope of such person's capacity or status as such, provided however that the spouse of a natural person Named Insured and the spouses of members or partners of joint venture or partnership Named Insureds are Insureds with respect to such spouses' acts, errors or omissions in the conduct of the Named Insured's business, 10. EXPECTED OR INTENDED INJURY — EXCEPTION FOR REASONABLE FORCE Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Expected or Intended Injury and replace it with the following: This insurance does not apply to: Expected or Intended Injury Bodily injury or property damage expected or intended from the standpoint of the insured. This exclusion does not apply to bodily injury or property damage resulting from the use of reasonable force to protect persons or property. 11. GENERAL AGGREGATE LIMITS OF INSURANCE - PER PROJECT A. For each construction project away from premises the Named Insured owns or rents, a separate Construction Project General Aggregate Limit, equal to the amount of the General Aggregate Limit shown in the Declarations, is the most the Insurer will pay for the sum of: 1. All damages under Coverage A, except damages because of bodily injury or property damage included in the products completed operations hazard; and 2. All medical expenses under Coverage C, that arise from occurrences or accidents which can be attributed solely to ongoing operations at that construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations, nor the Construction Project General Aggregate Limit of any other construction project. B. All: 1. Damages under Coverage B, regardless of the number of locations or construction projects involved: 2. Damages under Coverage A, caused by occurrences which cannot be attributed solely to ongoing operations at a single construction project, except damages because of bodily injury or property damage included in the products -completed operations hazard; and 3. Medical expenses under Coverage C caused by accidents which cannot be attributed solely to ongoing operations at a single construction project, will reduce the General Aggregate Limit shown in the Declarations. C. The limits shown in the Declarations for Each Occurrence, for Damage To Premises Rented To You and for Medical Expense continue to apply, but will be subject to either the Construction Project General Aggregate Limit or the General Aggregate Limit shown in the Declarations, depending an whether the occurrence can be attributed solely to ongoing operations at a particular construction project. D. When coverage for liability arising out of the products -completed operations hazard is provided, any payments for damages because of bodily injury or property damage included in the products -completed operations hazard will reduce the Products -Completed Operations Aggregate Limit shown in the Declarations, regardless of the number of projects involved. CNA74705XX (1-15) Policy No: 5091605352 Page 8 of 17 Endorsement No: 4 CONTINENTAL CASUALTY COMPANY Effective Date: 05 / 09 / 201 S Insured Name: DEERWOOD CONSTRUCTION INC. Copyright CNA All PAghts Reserved. Includes copyrlghtad material of insurance services Office, Inc., with Its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement E. if a single construction project away from premises owned by or rented to the Insured has been abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. F. The provisions of LIMITS OF INSURANCE not otherwise modified by this endorsement shall continue to apply as stipulated. 12. IN REM ACTIONS A quasi in rem action against any vessel owned or operated by or for the Named Insured, or chartered by or for the Named Insured, wilt be treated in the same manner as though the action were in personam against the Named Insured. 13. INCIDENTAL HEALTH CARE MALPRACTICE COVERAGE Solely with respect to bodily injury that arises out of a health care incident: A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Insuring Agreement is amended to replace Paragraphs 1.b.(1) and 1.b.(2) with the following: b. This insurance applies to bodily injury provided that the professional health care services are incidental to the Named Insured's primary business purpose, and only if: (1) such bodity injury is caused by an occurrence that takes place in the coverage terrRory. (2) the bodily Injury first occurs during the policy period. All bodily Injury arising from an occurrence will be deemed to have occurred at the time of the first act, error, or omission that is part of the occurrence; and m B. Under COVERAGES, Coverage A -- Bodily Injury and Property Damage Liability, the paragraph entitled s Exclusions is amended to: 0 1. add the following to the Employers Liability exclusion: This exclusion applies only if the bodily Injury arising from a health care incident is covered by other liability insurance available to the Insured (or which would have been available but for exhaustion of its ty limits). ii. delete the exclusion entitled Contractual Liability and replace it with the following: This insurance does not apply to: e Contractual Liability the Insured's actual or alleged liability under any oral or written contract or agreement, including but not limited to express warranties or guarantees. sm III. add the following additional exclusions: =M1111111 This insurance does not apply i to: Discrimination any actual or alleged discrimination, humiliation or harassment, including but not limited to claims based on an individual's race, creed, color, age, gender, national origin, religion, disability, marital status or sexual orientation. Dishonesty or Crime Any actual or alleged dishonest, criminal or malicious act, error or omission. Medicare/Medicaid Fraud CNA74705XX (1-15) Policy No: 5091605352 Page 9 of 17 Endorsement No: 4 CONTINENTAL CASUALTY COMPANY Effective Date: 05/09/2018 insured Name: DEERWOOD CONSTRUCTION INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permisslon. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement any actual or alleged violation of law with respect to Medicare, Medicaid, Tricare or any similar federal, state or local governmental program. Services Excluded by Endorsement Any health care Incident for which coverage is excluded by endorsement. C. DEFINITIONS is amended to: I. add the following definitions: Health care Incident means an act, error or omission by the Named Insured's employees or volunteer workers in the rendering of: a. professional health care services on behalf of the Named Insured or b. Good Samaritan services rendered in an emergency and for which no payment is demanded or received. Professional health care services means any health care services or the related furnishing of food, beverages, medical supplies or appliances by the following providers in their capacity as such but solely to the extent they are duly licensed as required: a. Physician; b. Nurse; c. Nurse practitioner; d. Emergency medical technician; e. Paramedic; f. Dentist; g. Physical therapist; h. Psychologist; I. Speech therapist; i. Other allied health professional; or Professional health care services does not include any services rendered in connection with human clinical trials or product testing. ii. delete the definition of occurrence and replace it with the following: Occurrence means a health care incklent. All acts, errors or omissions that are logically connected by any common fact, circumstance, situation, transaction, event, advice or decision will be considered to constitute a single occurrence; Ili. amend the definition of Insured to: a. add the following: the Named Insured's employees are Insureds with respect to: (11) bodily Injury to a co -employee while in the course of the co -employee's employment by the Named Insured or while performing duties related to the conduct of the Named Insured's business; and CNA74705XX (1-15) Policy No: 5091605352 Page 10 of 17 Endorsement No: 4 CONTINENTAL CASUALTY COMPANY Effective Date: 05/09/2018 insured Name: DEERWOOD CONSTRUCTION INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Mr., with its pernnisslon. CHA CNA PARAMOUNT Contractors' General Liability Extension Endorsement (2) bodily injury to a volunteer worker while performing duties related to the conduct of the Named Insured's business; when such bodily Injury arises out of a health care incident. the Named Insured's volunteer workers are Insureds with respect to: (1) bodily injury to a co -volunteer worker while performing duties related to the conduct of the Named Insured's business; and (2) bodily injury to an employee while in the course of the employee's employment by the Named Insured or while performing duties related to the conduct of the Named Insured's business; when such bodily Injury arises out of a health care incident. b. delete Subparagraphs (a), (b), (c) and (d) of Paragraph 2.a.(1) of WHO IS AN INSURED. D. The Other Insurance condition is amended to delete Paragraph b.(1) in its entirety and replace it with the following: Other insurance b. Excess Insurance (1) To the extent this insurance applies, it is excess over any other insurance, self insurance or risk transfer instrument, whether primary, excess, contingent or on any other basis, except for insurance purchased specifically by the Named Insured to be excess of this coverage. 14. JOINT VENTURES / PARTNERSHIP / LIMITED LIABILITY COMPANIES WHO IS AN INSURED is amended to delete its last paragraph and replace It with the following: No person or organization is an Insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations, except that if the Named Insured was a joint venturer, partner, or member of a limited liability company and such joint venture, partnership or limited liability company terminated prior to or during the policy period, such Named Insured is an Insured with respect to its interest in such joint venture, partnership or limited liability company but only to the extent that: a. any offense giving rise to personal and advertising injury occurred prior to such termination date, and the personal and advertising injury arising out of such offense first occurred after such termination date; b. the bodily injury or property damage first occurred after such termination date; and c. there is no other valid and collectible insurance purchased specifically to insure the partnership, joint venture or limited liability company; and If the joint venture, partnership or limited liability company is or was insured under a consolidated (wrap-up) insurance program, then such insurance will always be considered valid and collectible for the purpose of paragraph c. above. But this provision will not serve to exclude bodily injury, property damage or personal and advertlshV injury that would otherwise be covered under the Contractors General Liability Extension Endorsement provision entitled WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS. Please see that provision for the definition of consolidated (wrap-up) insurance program. 15. LEGAL LIABILITY — DAMAGE TO PREMISES / ALIENATED PREMISES / PROPERTY IN THE NAMED INSURED's CARE, CUSTODY OR CONTROL A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusion j. Damage to Property in its entirety and replace it with the following: This insurance does not apply to: CNA74705XX (1-15) Page 11 of 17 CONTINENTAL CASUALTY COMPANY Insured Name: DEERWOOD CONSTRUCTION INC. Policy No: 5091605352 Endorsement No: 4 Effective Date: 05/09/2018 Copyright CNA AA flights Reserved. Includes copyrighted rratedal of Insurance Services Ofilce, Inc., with Fts permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement j. Damage to Property Property damage to: (1) Property the Named Insured owns, rents, or occupies, including any costs or expenses incurred by you, or any other person, organization or entity, for repair, replacement, enhancement, restoration or maintenance of such property for any reason, including prevention of injury to a person or damage to another's property; (2) Premises the Named Insured sells, gives away or abandons, if the property damage arises out of any part of those premises; (3) Property loaned to the Named Insured; (4) Personal property in the care, custody or control of the Insured; (5) That particular part of real property on which the Named Insured or any contractors or subcontractors working directly or indirectly on the Named insured's behalf are performing operations, if the property damage arises out of those operations; or (6) That particular part of any property that must be restored, repaired or replaced because your work was incorrectly performed on it. Paragraphs (1), (3) and (4) of this exclusion do not apply to property damage (other than damage by fire) to premises rented to the Named Insured or temporarily occupied by the Named insured with the permission of the owner, nor to the contents of premises rented to the Named Insured for a period of 7 or fewer consecutive days. A separate limit of insurance applies to Damage To Premises Rented To You as described in LIMITS OF INSURANCE. Paragraph (2) of this exclusion does not apply 0 the premises are your work. Paragraphs (3), (4), (6) and (6) of this exclusion do not apply to liability assumed under a sidetrack agreement. Paragraph (6) of this exclusion does not apply to property damage included in the products -completed operations hazard. Paragraphs (3) and (4) of this exclusion do not apply to property damage to: i. tools, or equipment the Named Insured borrows from others, nor ii. other personal property of others in the Named Insured's care, custody or control while being used in the Named Insured's operations away from any Named Insured's premises. However, the coverage granted by this exception to Paragraphs (3) and (4) does not apply to: a. property at a job site awaiting or during such property's installation, fabrication, or erection; b. property that is mobile equipment leased by an Insured; c. property that is an auto, aircraft or watercraft; d. property in transit; or e, any portion of property damage for which the insured has available other valid and collectible insurance, or would have such insurance but for exhaustion of its limits, or but for application of one of its exclusions. A separate limit of insurance and deductible apply to such property of others. See LIMITS OF INSURANCE as amended below. CNA74705XX (1-15) Policy No: 5091605352 Page 12 of 17 Endorsement No: 4 CONTINENTAL CASUALTY COMPANY Effective Date: 05/09/2018 insured Name: DEERWOOD CONSTRUCTION INC. copyright CNA All Rights Reserved. hxiudes copyrlohted material of Insurance Servkss Office, Inc., with Its parm6slon. OD o 0 M C,NA CNA PARAMOUNT Contractors' General Liability Extension Endorsement B. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete its last paragraph and replace it with the following: Exclusions c. through n. do not apply to damage by fire to premises while rented to a Named Insured or temporarily occupied by a Named Insured with permission of the owner, nor to damage to the contents of premises rented to a Named Insured for a period of 7 or fewer consecutive days. A separate limit of insurance applies to this coverage as described in LIMITS OF INSURANCE. C. The following paragraph is added to LIMITS OF INSURANCE: Subject to 5. above, $25,000 is the most the Insurer will pay under Coverage A for damages arising out of any one occurrence because of the sum of all property damage to borrowed tools or equipment, and to other personal property of others in the Named Insured's care, custody or control, while being used in the Named Insured's operations away from any Named Insured's premises. The Insurer's obligation to pay such property damage does not apply until the amount of such property damage exceeds $1,000. The Insurer has the right but not the duty to pay any portion of this $1,000 in order to effect settlement. If the Insurer exercises that right, the Named Insured will promptly reimburse the Insurer for any such amount. D. Paragraph 6., Damage To Premises Rented To You Limit, of LIMITS OF INSURANCE is deleted and replaced by the following: 6. Subject to Paragraph 5. above, (the Each Occurrence Limit), the Damage To Premises Rented To You Limit is the most the Insurer will pay under Coverage A for damages because of property damage to any one premises while rented to the Named Insured or temporarily occupied by the Named Insured with the permission of the owner, including contents of such premises rented to the Named Insured for a period of 7 or fewer consecutive days. The Damage To Premises Rented To You Limit is the greater of: a. $500,000; or b. The Damage To Premises Rented To You Limit shown in the Declarations. E. Paragraph 4.b.(1)(a)0il of the Other Insurance Condition is deleted and replaced by the following: (fi) That is property insurance for premises rented to the Named Insured, for premises temporarily occupied by the Named Insured with the permission of the owner; or for personal property of others in the Named Insured's care, custody or control; 16. LIQUOR LIABILITY Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Liquor Liability. This LIQUOR LIABILITY provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 17. MEDICAL PAYMENTS A. LIMITS OF INSURANCE is amended to delete Paragraph 7. (the Medical Expense Limit) and replace it with the following: 7. Subject to Paragraph 5. above (the Each Occurrence Limit), the Medical Expense Limit is the most the Insurer will pay under Coverage C — Medical Payments for all medical expenses because of bodily injury sustained by any one person. The Medical Expense Limit is the greater of: (1) $15,000 unless a different amount is shown here: $N,NNN,NNN,NNN; or (2) the amount shown in the Declarations for Medical Expense Limit. CNA74705XX (1-15) Page 13 of 17 CONTINENTAL CASUALTY COMPANY Insured Name: DEERWOOD CONSTRUCTION INC. Policy No: 5091605352 Endorsement No: 4 Effective Date: 05/09/2018 Copyright CNA All flights Reserved. Includes copyrighted materlal of Insurance Services office, Inc., with its pettnission. CNA I CNA PARAMOUNT Contractors' General Liability Extension Endorsement B. Under COVERAGES, the Insuring Agreement of Coverage C — Medical Payments is amended to replace Paragraph i a.(3)(b) with the following: (b) The expenses are incurred and reported to the Insurer within three years of the date of the accident; and 18. NON -OWNED AIRCRAFT Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended as follows: The exclusion entitled Aircraft, Auto or Watercraft is amended to add the following: This exclusion does not apply to an aircraft not owned by any Named Insured, provided that: 1. the pilot in command holds a currently effective certificate issued by the duly constituted authority of the United States of America or Canada, designating that person as a commercial or airline transport pilot; 2. the aircraft is rented with a trained, paid crew to the Named Insured; and S, the aircraft is not being used to carry persons or property for a charge. 19. NON -OWNED WATERCRAFT Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete subparagraph (2) of the exclusion entitled Aircraft, Auto or Watercraft, and replace it with the following. This exclusion does not apply to: (2) a watercraft that is not owned by any Named Insured, provided the watercraft is: (a) less than 75 feet long; and (b) not being used to carry persons or property for a charge. 20. PERSONAL AND ADVERTISING INJURY —DISCRIMINATION OR HUMILIATION A. Under DEFINITIONS, the definition of personal and advertising injury is amended to add the following tort: Discrimination or humiliation that results in injury to the feelings or reputation of a natural person. B. Under COVERAGES, Coverage B — Personal and Advertising injury Liability, the paragraph entitled Exclusions is amended to: 1. delete the Exclusion entitled Knowing Violation Of Rights Of Another and replace it with the following: This insurance does not apply to: Knowing Violation of Rights of Another Personal and advertising Injury caused by or at the direction of the Insured with the knowledge that the act would violate the rights of another and would inflict personal and advertising injury. This exclusion shall not apply to discrimination or humiliation that results in injury to the feelings or reputation of a natural person, but only if such discrimination or humiliation is not done intentionally by or at the direction of, (a) the Named Insured; or (b) any executive officer, director, stockholder, partner, member or manager (if the Named Insured is a limited liability company) of the Named Insured. - 2. add the following exclusions: CNA74705XX (1-15) Policy No: 5091605352 Page 14 of 17 Endorsement No: 4 CONTINENTAL CASUALTY COMPANY Effective Date: 05/09/2018 Insured Name: DEERWOOD CONSTRUCTION INC. Copyright CNA AM Rights Reseryed. Includes copyrighted materiel of lnsurarm Services Office, Inc., with its perrrdssion. 0 a 8 CA CNA PARAMOUNT Contractors' General Liability Extension Endorsement This insurance does not apply to: Employment Related Discrimination Discrimination or humiliation directly or indirectly related to the employment, prospective employment, past employment or termination of employment of any person by any Insured. Premises Related Discrimination discrimination or humiliation arising out of the sale, rental, lease or sub -lease or prospective sale, rental, lease or sub -lease of any room, dwelling or premises by or at the direction of any Insured. Notwithstanding the above, there is no coverage for fines or penalties levied or imposed by a governmental entity because of discrimination. The coverage provided by this PERSONAL AND ADVERTISING INJURY —DISCRIMINATION OR HUMILIATION Provision does not apply to any person or organization whose status as an Insured derives solely from Provision 1. ADDITIONAL INSURED of this endorsement; or attachment of an additional insured endorsement to this Coverage Part. This PERSONAL AND ADVERTISING INJURY —DISCRIMINATION OR HUMILIATION Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 21. PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY A. Under COVERAGES, Coverage B --Personal and Advertising Injury Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Contractual Liability. B. Solely for the purpose of the coverage provided by this PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY provision, the following changes are made to the section entitled SUPPLEMENTARY PAYMENTS — COVERAGES A AND B: 1. Paragraph 2.d. is replaced by the following: d. The allegations in the suit and the information the Insurer knows about the offense alleged in such suit are such that no conflict appears to exist between the interests of the Insured and the interests of the indemnitee; 2. The first unnumbered paragraph beneath Paragraph 2.f.(2)(b) is deleted and replaced by the following: So long as the above conditions are met, attorneys fees incurred by the insurer in the defense of that indemnitee, necessary litigation expenses incurred by the Insurer, and necessary litigation expenses incurred by the indemnitee at the Insurer's request will be paid as defense costs. Such payments will not be deemed to be damages for personal and advertising Injury and will not reduce the limits of insurance. C. This PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY Provision does not apply if Coverage B —Personal and Advertising Injury Liability is excluded by another endorsement attached to this Coverage Part, This PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 22. PROPERTY DAMAGE —ELEVATORS A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended such that the Damage to Your Product Exclusion and subparagraphs (3), (4) and (6) of the Damage to Property Exclusion do not apply to property damage that results from the use of elevators. CNA74705XX (1-15) Page 15 of 17 CONTINENTAL CASUALTY COMPANY Insured Name: DEERWOOD CONSTRUCTION INC. Policy No: 5091605352 Endorsement No: 4 Effective Date: 0 5/ 0 9/ 2 018 copyright CNA All Rights Reserved. Includes copyrighted materiel of insurance ServIcea office, Inc., Wth Its permiaWon. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement B. Solely for the purpose of the coverage provided by this PROPERTY DAMAGE — ELEVATORS Provision, the Other Insurance conditions is amended to add the following paragraph: This insurance is excess over any of the other insurance, whether primary, excess, contingent or on any other basis that is Property insurance covering property of others damaged from the use of elevators. 23. SUPPLEMENTARY PAYMENTS The section entitled SUPPLEMENTARY PAYMENTS — COVERAGES A AND B is amended as follows: A. Paragraph 1.b. is amended to delete the $250 limit shown for the cost of bail bonds and replace it with a $5,000. limit; and B. Paragraph 1.d. is amended to delete the limit of $250 shown for daily loss of earnings and replace it with a $1,000. limit. 24. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS If the Named Insured unintentionally fails to disclose all existing hazards at the inception date of the Named Insured's Coverage Part, the Insurer will not deny coverage under this Coverage Part because of such failure. 25. WAIVER OF SUBROGATION - BLANKET Under CONDITIONS, the condition entitled Transfer Of Rights Of Recovery Against Others To Us is amended to add the following: The Insurer waives any right of recovery the Insurer may have against any person or organization because of payments the insurer makes for injury or damage arising out of: 1. the Named Insured's ongoing operations; or 2. your work included in the products -completed operations hazard. However, this waiver applies only when the Named trisued has agreed in writing to waive such rights of recovery in a written contract or written agreement, and only if such contract or agreement: 1. is in effect or becomes effective during the term of this Coverage Part; and 2. was executed prior to the bodily injury, property damage or personal and advertising Injury giving rise to the claim. 26. WRAP-UP EXTENSION: OCIP, CCW, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS Nate: The following provision does not apply to any public construction project in the state of Oklahoma, nor to any construction project in the state of Alaska, that is not permitted to be insured under a consolidated (wrap-up) Insurance program by applicable state statute or regulation. If the endorsement EXCLUSION — CONSTRUCTION WRAP-UP is attached to this policy, or another exclusionary endorsement pertaining to Owner Controlled Insurance Programs (O.C.I.P.) or Contractor Controlled Insurance Programs (C.C.I.P.) is attached, then the following changes apply: A. The following wording is added to the above -referenced endorsement: With respect to a consolidated (wrap-up) Insurance program project in which the Named Insured is or was involved, this exclusion does not apply to those sums the Named Insured become legally obligated to pay as damages because of: 1. Bodily injury, property damage, or personal or advertising Injury that occurs during the Named Insured's ongoing operations at the project, or during such operations of anyone acting on the Named insured's behalf; nor CNA74705XX (1-15) Page 16 of 17 CONTINENTAL CASUALTY COMPANY Insured Name: DEERWOOD CONSTRUCTION INC. Policy No: 5091605352 Endorsement No: 4 Effective Date: 0 5/ 0 9/ 2 018 Copyright CNA All Rights Reserved. Includes Copyrighted maledal of Insurance Services Office, Inc., vAth Its perrnisslon. S 0 CNA CNA PARAMOUNT Contractors` General Liability Extension Endorsement 2. Bodily injury or property damage included within the products -completed operations hazard that arises out of those portions of the project that are not residential structures. B. Condition 4. Other Insurance is amended to add the following subparagraph 4.b.(1)(c): This insurance is excess over: (c) Any of the other insurance whether primary, excess, contingent or any other basis that is insurance available to the Named Insured as a result of the Named Insured being a participant in a consolidated (wrap-up) insurance program, but only as respects the Named Insumd's involvement in that consolidated (wrap-up) insurance program. C. DEFINITIONS is amended to add the following definitions: Consolidated (wrap-up) Insurance program means a construction, erection or demolition project for which the prime contractor/project manager or owner of the construction project has secured general liability insurance covering some or all of the contractors or subcontractors involved in the project, such as an Owner Controlled insurance Program (O.C.I.P.) or Contractor Controlled Insurance Program (C.C.I.P.). Residential structure means any structure where 30% or more of the square foot area is used or is intended to be used for human residency, including but not limited to: 1. single or multifamily housing, apartments, condominiums, townhouses, co-operatives or planned unit developments; and 2. the common areas and structures appurtenant to the structures in paragraph 1. (including pools, hot tubs, detached garages, guest houses or any similar structures). However, when there is no individual ownership of units, residential structure does not include military housing, college/university housing or dormitories, long term care facilities, hotels or motels. Residential structure also does not include hospitals or prisons. This WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA74705XX (1-15) Policy No: 5091605352 Page 17 of 17 Endorsement No: 4 CONTINENTAL CASUALTY COMPANY Effective Date: 0 5 / 09 / 2018 Insured Name: DEERwoOD CONSTRUCTION INC. Copyright CNA All Rights Reserved, Includes copyrighted material of Insurance Services Ofte, Inc., with Its perrnimlon. City of Lubbock, TX Purchasing and Contract Management Contractor Checklist for RFP 18-14235-FM Sewer Line Replacement at 3rd Street from Ave. S to Waco Ave. 1. Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL FORM. 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. The bidder MUST submit his bid on forms furnished by the City, and all blank spaces in the form shall be correctly tilled 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. Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 2. ✓ Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. 3. ✓ Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. Contractor's signature must be original. 4. ✓ Complete CONTRACTOR'S STATEMENT OF QUALIFICATIONS 5. ✓ Clearly mark the bid number, title, due date and time and your company name and address on the outside of the envelope or container. 6. ✓ 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. 7. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. 8. ✓ Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Inciltde firms• FEDERAL TAX ID number or Owner's SOCL4L SECURITY nnmher. 9. ✓/ Complete and submit the CONFLICT OF INTEREST QUESTIONNAIRE. 10. ! Chapter 2270 Prohibition on Contracts with Companies Boycotting Israel 11. Complete and submit the LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 12. / Complete and submit the FINAL LIST OF SUB -CONTRACTORS. / DOCUMENTS REOUIRED BEFORE CONTRACT IS FINALIZED: 13. J Please acknowledge and submit the ONLINE DISCLOSURE OF INTERESTED PARTIES FORM 1295 within the specified time according to Texas Government Code 2252.908 using the Texas Ethics Commission website. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED NON- RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. ` (Type or Print Company Name) Patze Intentionally Left Blank 2. 3. 4. c 5. 6. 7. 8. 9. 10. 11. _ 11. 12. 12. 13. t $d8 i INDEX NOTICE TO OFFERORS GENERAL INSTRUCTIONS TO OFFERORS TEXAS GOVERNMENT CODE § 2269 PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time) 4-1. UNIT PRICE PROPOSAL SUBMITTAL FORM 4-2. CONTRACTOR'S STATEMENT OF QUALIFICATIONS 4-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 4-4. SAFETY RECORD QUESTIONNAIRE 4-5. SUSPENSION AND DEBARMENT CERTIFICATION 4-6. PROHIBITION ON CONTRACTS WITH COMPANIES BOYCOTTING ISRAEL VERIFICATION 4-7. PROPOSED LIST OF SUB -CONTRACTORS POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than seven business days after the close date when proposals are due) 5-1. FINAL LIST OF SUB -CONTRACTORS PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACT CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES GENERAL CONDITIONS OF THE AGREEMENT DAVIS-BACON WAGE DETERMINATIONS SPECIAL CONDITIONS (IF APPLICABLE) SPECIFICATIONS Page Intentionally Left Blank NOTICE TO OFFERORS Pa2e IntentionaRy Left Blank NOTICE TO OFFERORS RFP 18-14235-FM 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 PM on September 18, 2018, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: "Sewer Line Replacement at 3rd Street from Ave. S to Waco Ave." 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 PM on September 18, 2018, and the City of Lubbock City Council will consider the proposals on October 9, 2018, at the City Hall, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all proposals and waive any formalities. The successful proposer will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful proposer will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds shall be issued by a company carrying a current Best Rating of "A" or better. THE BONDS MUST BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY. NO WORK ON THE CONTRACT SHOULD COMMENCE BEFORE THE BONDS ARE PROVIDED AND APPROVED. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the proposal submitted as a guarantee that proposer will enter into a contract and execute all necessary bonds within ten (10) business days after notice of award of the contract to the Offerror. FAILURE OF THE PROPOSER TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. Copies of plans and specifications may be obtained at bidder's expense from the City of Lubbock Purchasing and Contract Management office. Plans and specifications can be viewed online and downloaded from http://www.bidsync.com at no cost. In the event of a large file size, please be patient when downloading or viewing. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. It shall be each proposer's sole responsibility to inspect the site of the work and to inform Offerror regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the proposal submitted. There will be a non -mandatory pre -proposal conference on September 6, 2018, at 9:OOAM, in the City of Lubbock, Purchasing and Contract Management Office, Room 204,162513th Street, Lubbock, TX 79401. 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 _x 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) 775-2572 write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK, .'Marta .Alvarez Marta Alvarez DIRECTOR OF PURCHASING & CONTRACT MANAGEMENT GENERAL INSTRUCTIONS TO OFFERORS Page Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS 1 PROPOSAL DELIVERY TIME & DATE The City of Lubbock is seeking written and sealed competitive proposals to furnish Sewer Line Replacement at 3rd Street from Ave. S to Waco Ave. per the attached specifications and contract documents. Sealed proposals will be received no later than 3:00 PM, September 18, 2018, at the office listed below. Any proposal received after the date and hour specified will be rejected and returned unopened to the proposer. Each proposal and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "REP 18-14235-FM, Sewer Line Replacement at 3rd Street from Ave. S to Waco Ave." and the proposal opening date and time. Offerors must also include their company name and address on the outside of the envelope or container. Proposals must be addressed to: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.1 Offerors are responsible for making certain proposals are delivered to the Purchasing and t 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 P through an addendum. 2 PRE -PROPOSAL MEETING 2.1 For the purpose of familiarizing offerors with the requirements, answering questions, and issuing u- addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non - mandatory pre -proposal conference will be held at 9:OOAM, September 6, 2018, in the City of Lubbock, Purchasing and Contract Management Office, Room 204,1625 13th Street, Lubbock, TX 79401. All persons attending the meeting will be asked to identify themselves and the prospective proposer they represent. 2.2 It is the proposer's responsibility to attend the pre -proposal meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre - proposal meeting to offerors who do not attend the pre -proposal meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over the Internet at www.bidsync.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 4- 4 5 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 http://www.bidsync.com and will become part of the proposal package having the same binding effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of _f Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the proposal closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any explanation or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing and Contract Management Office '3 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 -J" representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this proposal should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. EXAMINATION OF DOCUMENTS AND REQUIREMENTS a 4.1 Each proposer shall carefully examine all RFP documents and thoroughly familiarize itself with all requirements before submitting a proposal to ensure that their proposal meets the intent of these specifications. 4.2 Before submitting a proposal, each proposer shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Request for Proposals. Failure to make such investigations and examinations shall not relieve the proposer from obligation to comply, in every detail, with all provisions and requirements of the Request for Proposals. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Director of Purchasing and Contract Management and a clarification obtained before the proposals are received, and if no such notice is received by the Director of Purchasing and Contract Management prior to the opening of proposals, then it shall be deemed that the proposer fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If proposer does not notify the Director of Purchasing and Contract Management before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. PROPOSAL PREPARATION COSTS 2 $ 5.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a proposal. 5.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a proposal shall be paid by the proposer. 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC .. INFORMATION ACT 6.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 Proposals will be opened in a manner that avoids disclosure of the contents to competing offerors and keeps the proposals secret during negotiations. All proposals are open for public inspection after the contract is awarded, but trade secrets and confidential information in the proposals are not open for inspection. Tex. Loc. Govt. Code 252.049(a) 6.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES PERMITS TAXES ( The price or prices for the work shall include full compensation for all taxes, permits, etc. that the proposer is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective offerors are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their proposal submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The proposer shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this proposal, the proposer certifies and represents to the City the y 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 3 and prepare a proposal without charge. The contract documents may be examined without charge as noted in the Notice to Offerors. 12 PROPOSER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offerors responsibility to advise the Director of Purchasing and 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 five (5) calendar days before the proposal closing date. A review of such notifications will be made. 12.2 NO PROPOSER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO: Fernando Moncada, Buyer City of Lubbock Purchasing and Contract Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: FMoncadagmylubbock.us Bidsync: www.bidsyne.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within 240 i Consecutive Calendar Days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful proposer. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 13.3 Upon receipt of notice to proceed, and upon commencement of the work, the Contractor shall ensure daily prosecution of the work is conducted every business day until the work is completed, regardless if the work will be substantially or finally complete ahead of specified deadlines in the agreement, unless the City determines time off from said prosecution is necessary or reasonable and Contractor received said determination in writing from the City. Additionally, inclement weather shall be the only other reason consistent, daily prosecution of the work may not take place on those inclement weather days. 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 16 MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be 1P P J guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within TWO years from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub -contractor or any third parry involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or ._; 5 19 20 21 22 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. PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to a maximum of five sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 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. s (b) A sworn statement of the current financial condition of the proposer. (c) Equipment schedule. TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures, both known and unknown, cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, and/or the owning utility at the Contractor's expense. 4_ 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 6 r ft f work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23 EXPLOSIVES 23.1 The use of explosives will not be permitted r23.2 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. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 26 LABOR AND WORKING HOURS 26.1 Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The proposer' attention is further directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates, providing for the payment of the wage schedules above mentioned and the proposer's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on Sundays or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 32 ability of the proposer to perform the work, and the proposer shall furnish to the City of Lubbock all information for this purpose that may be requested. The proposer's proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the proposer fails to satisfy the City of Lubbock that the proposer is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the proposer's qualifications shall include but not be limited to: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the proposer to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the proposer. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors (f) The experience and qualifications of key project personnel (g) Past experience with the Owner Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past five (5) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. BASIS OF PROPOSALS AND SELECTION CRITERIA The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined by Texas Government Code Section 2269. The Maximum Point value is equal to 100 points. The weight factor is 60% for Price, 30% for Contractor Qualifications, 5% for Safety Record Questionnaire, and 5% for Construction Time. The selection criteria used to evaluate each proposal includes the following: 32.1 60% PRICE: The quality of Offerors is not judged solely by a low initial cost proposal or, conversely, eliminated solely because of a high initial cost proposal. The following is the formula used when determining price as a factor for construction contract proposals. The lowest proposal price of all the proposals becomes the standard by which all price proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest proposal price and dividing it by the price of the proposal being evaluated. That fraction is then multiplied by the maximum point value multiplied by the weight of the price factor for the price score. For Example: (Lowest Price/Current Proposal Price) x Maximum Point Value x Weight Factor = Price Score. 32.2 30% CONTRACTOR QUALIFICATIONS: When evaluating a contractor's qualifications, the City uses the "Contractor's Statement of Qualifications" attached within and past experience 10 s with the contractor. The City may also interview the job superintendent at a time to be named after receipt of proposals. This criterion is subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses the contractor provides in the "Contractor's Statement of Qualifications" And any past experience with the contractor. The "Contractor's Statement of Qualifications" is a minimum, and you may provide additional pertinent information relevant to the project for which you are submitting this proposal. 32.3 5% SAFETY RECORD QUESTIONNAIRE: This criterion is also more subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses you provide in your "Safety Record Questionnaire" and the Contractors Experience Modification Ratio (EMR). Contractors with an EMR greater than 1.0, as well as those Contractors not submitting EMRs, will receive zero points for this portion of the selection criteria. The City may consider any incidence involving worker safety or safety of Lubbock residents, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor under the contractor's control. Evaluators base their rating primarily upon how well you document previous offenses with the date of the offense, location where the offense occurred, type of offense, final disposition of the offense, and any penalty assessed as well as the EMR. 32.4 5% CONSTRUCTION TIME: This criterion is, as with price, objective and evaluators use the following formula when determining construction time as a factor for construction contract proposals. The lowest construction time proposal of all the proposals becomes the standard by which all the construction time proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest construction time and dividing it by the construction time of the proposal being evaluated. That fraction is then multiplied by the maximum point value multiplied by the weight of the construction time factor for the construction time score. For example: (Lowest construction time/Current Proposal construction time) x Maximum Point Value x Weight Factor = Construction Time Score 32.5 EVALUATION PROCESS: Evaluators independently review and score each proposal. The Committee meets, during which time the Committee Chairperson totals the individual scores. If the individual scores are similar, the Chairperson averages the scores then ranks offerors accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates discussion to determine the reasons for the differences and ensures that all evaluators are fully knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee based on committee discussion. Please note that offerors with higher qualifications scores could be ranked higher than offerors with slightly better price scores. 32.6 The estimated budget for the construction phase of this project is $525,000.00 32.7 Proposals shall be made using the enclosed Proposal Submittal Form. 33 SELECTION 11 34. 35 33.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most advantageous to the City of Lubbock considering the relative importance of evaluation factors included in this RFP. 33.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER UTILITIES OR OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS REQUEST FOR PROPOSAL. 33.3 The City shall select the offeror that offers the best value for the City based on the published selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 33.4 In determining best value for the City, the City is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 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 REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR PROPOSAL WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT UPON THE REQUEST OF THE CITY OF LUBBOCK PURCHASING DEPARTMENT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS. 34.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. 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 12 I 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 I� ! 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 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. 13 Page IntentionaRy Left Blank PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT 6 . M. v 91011 PROJECT NUMBER: RFP 18-14235-FM Sewer Line Replacement at 3rd Street from Ave. S to Waco Ave. Proposal of Deeawoock- tom Inc... (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 Sewer Line Replacement at 3rd Street from Ave. S to Waco Ave. 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. ITEM DESCRIPTION QTV U/M I UNIT COST 1EXTENDED COST Iowa Mobilization - Contractor mobilization I including move -in and move -out cost from each I LS 44,5`011 , 4g- q I S 35 site location. Provide and maintain a Traffic Control Plan - Preparation, approval from COL Traffic 2 Engineering to all sites, and all other work I LS +� z4�oW. ° 20� 01�0. °p considered incidental to this item. Provide and maintain a SWPPP - Including 3 preparation, NOI, NOT, and all other work I LSjp, considered incidental to this item. Sewer"Improvements 110, Furnish and install 15" ASTM D3034 SDR-35 approved Sewer pipe in 6'-8' open cut trench, 4 bedding, embedding and backfilled to 95% 833 LF �O 14 2'2. pO -A L 9 ?6. compaction, and tested as herein specified, including all equipment, tools, and labor to perform work. ITEM T DESCRIPTION QTY U/M UNIT COST EXTENDED COST Furnish and install 12" ASTM D3034 SDR-35 approved Sewer pipe in 8'-10' open cut 5 trench, bedding, embedding and backfilled to 1530 LF 3r1. 0 70.00 95% compaction, and tested as herein specified. including all equipment, tools, and labor to perform work. Furnish and install 10" ASTM D3034 SDR-35 approved Sewer pipe in 8'401 open cut 6 trench, bedding, embedding and backfilled to 631) LF 3 5. OR 20� S'156. 95% compaction, and tested as herein specified, including all equipment, tools, and labor to perform work. Furnish and install 15 LF of 6" ASTM D3034 SDR-35 stub -out and and connect to existing pipe, approved Sewer pipe in 81-10' open cut 7 trench, bedding, embedding and backfilled to 7 EA 1400. 2"800. 95% compaction, and tested as herein specified, including all equipment, tools, and labor to I perform work. Furnish and install 15 LF of 8" ASTM D3034 SDR-35 stub -out and and connect to existing 8 pipe, approved Sewer pipe in 8'-10' open cut trench, bedding, embedding and backfilled to 1 2 EA 57C)O. q2 wOO. 4,20 95% compaction, and tested as herein specified, including all equipment, tools, and labor to perform work. Furnish and install 48" standard Manhole as 9 herein specified, including all equipment, tools, 11 EA 31 ;LSO, '!9 36,75G'7-0 and labor to perform work. Furnish and install 4811 Manhole Extra 10 Vertical Feet as herein specified, including all 46 EVF 2-6aqS to) 5.8a 00 equipment, tools, and labor to perform work. Furnish and install 48" drop Manhole as I I herein specified, including all equipment, tools, 2 EA ocD. Q9 and labor to perform work. Furnish and install 48" Manhole Extra Vertical Feet for drop manhole as herein n 9 EVF specified, including all equipment, tools, and labor to perform work. Cut and plug existing sewer line as herein EA 13 specified, including all equipment, tools, and 23 2 az. eo- 6%- -7S-()-'— labor to perform work. Y_ Offeror's Initials V ITEM DESCRIPTION QT } U/M UNIT COST EXTENDED COST Demolish existing manhole as herein specified. 14 including all equipment, tools, and labor to 12 EA pp,0� 00 perform work. ' Paving Repair R =,' Saw cut and remove existing asphalt paving, 15 including all material, equipment and labor to 19,000 Sea �, (o (Q� 5�C�0. °—a perform removal, disposal and all other work considered incidental to this item. Repair asphalt paving, including all material, equipment and labor to perform sub grade 16 compaction and testing. HMAC installation per 19,000 SF —7,1p ) q Z, S 0a °0 COL Specifications and all other work considered incidental to this item. Saw cut and remove existing concrete sidewalk, curb and gutter, including all �j 5 17 material, equipment and labor to perform 1 50 SF .— q?2„0 removal, disposal and all other work considered incidental to this item. Repair concrete sidewalk, curb and gutter, including all material, equipment and labor to 18 perform sub grade compaction and testing. 50 SF 25, Installation per COL Specifications and all other work considered incidental to this item. Flowable fill, including all material, equipment 19 and labor to perform sub grade compaction and 350 CY °``'` l0. — 0 38 5va. 0 testing. Installation per COL Specifications and , all other work considered incidental to this item. Extended Total: 6W 734 PROPOSED CONCSTRUCTION TIME: 1. Contractors proposed CONTRUCTION TIME for completion: TOTAL CALENDAR DAYS: 24o (to Substantial Completion) TOTAL CALENDAR DAYS: 270 to Final Completion) (not to exceed 240 days to Substantial Completion / 270 days to Final Completion„). Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 240 Consecutive Calendar Days 7 Of eror's Initials with final completion within 270 Consecutive Calendar Days as stipulated in the specification and other' contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of } S500.00 for each consecutive calendar day after substantial completion and liquidated damages in the sum of S250.00 in excess of the time to final completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of sixty 60 calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. } Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's l check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a _ reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Offeror's Initials ` 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 &i A Dollars (S- or a Proposal Bond in the sum of _5010 Dollars (S 6016 J, which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the ;. Notice to Offerors. Pursuant to Texas Local Government Code 252.043(g), a competitive 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) Offeror acknowledges receipt of the following addenda: Addenda No. Plod Date Addenda No. Date Addenda No. Date Addenda No. Date BPI �A horized Signature (Printed or Typed Name) Ue erwoor�. Con 5 �i,f`txt',r4 (a, Company 1�. o.. box 3 Oo Address Lv6loocir, C-i-t�-. County State Zip Code Telephone: (o - -7q t-- ! L4+4 9 Email: • � ,r 0AAP' - FEDEMAL TAX ID or S IAL SECURITY No. .15 -„z7 26 -) 70 MA%BE Firm; Woman Black American Native American Hui I I Hispanic American Asian Pacific American Other (S Ecff ) 9 Paae Intentionally Left Blank Contractors Statement of Qualifications Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate evaluations. Evaluation information must be submitted at time of bid submittal. Failure to submit the following Bidder Evaluation information may result in the OWNER considering the bid non -responsive and result in rejection of the bid by the OWNER. Bidders are to provide any additional information requested by the OWNER. In evaluating a firm's qualifications, the following major factors will be considered: A. FINANCIAL CAPABILITY: For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the CONTRACTOR'S ability to secure bonding satisfactory to the OWNER. B. EXPERIENCE: Do the organization and key personnel have appropriate technical experience on similar projects? C. SAFETY: Does the organization stress and support safety as an important function of the work process? D. QUALITY OF WORK: (1) Does the organization have a commitment to quality in every facet of their work - the process as well as the product? (2) Does the organization have a written quality philosophy and/or principles that exemplifies their work? If so, submit as Attachment "A". (3) Has this organization ever received an award or been recognized for doing "quality" work on a project? If so, give details under Attachment "A". E. CONFORMANCE TO CONTRACT DOCUMENTS: (1) Does the organization have a commitment and philosophy to construct projects as designed and as defined in the Contract Documents? The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to require the submission of additional information. The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non- responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances and developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm. Material misstatements on the qualifications forms may be grounds for rejection of the firm's bid on this project. Any such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Complete the following information for your organization: 10 Contractor's General Information Organization Doing Business As C Business Address of Principle Office -C). L g� Telephone Numbers Main dumber Fae Number 906 -M 1-1441 Web Site Address Form of Business (Check One) Date of Incorporation >4 A Corporation A Partnership An Individual • ;, 3- 1 �g State of Incorporation r' e oco-s Chief Executive Officer's Name S President's Name (� �,j•y Vice President's Name(s) Secretary's Name J p gay%, Treasurer's Name IN Partnership Date of Organization State whether partnership is general or limited Name Business Address etrglvi- Identify all individuals not pre�ionsly mirned %Nhich exert a si-nific.int arnount of business control over the organization Indicators of Average Number of Current Full Time Average Estimate of Revenue for Employees the Current Year i, Contractor's Organizational Experience Organization Doing Business As trl,S Business Address of Regional Office Name of Regional Office Manager Telephone Numbers Main Number Fax Number 06 -r �4 ! - % 144 Web Site Address e7-tusaClJYL. C.1,M List of names that this organization currently, has or anticipates operating under over the history of the organization, includin * the names of related com anies presently doing business: Names of Organization From Date To Date z -M -7 List of companies, firms or organizations that own any part of the organization. Name of companies. firms or organization Percent Ownership Years experience in projects similar to the proposed project: As a General Contractor 2 I As a Joint Venture Partner Has this or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization been released from a bid or proposal in the past ten .;ears? If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever been disqualification as a bidder or proposer by any local, state, or federal aqpc within the last five ears? If yes provide full details in a separate attachment. See attachment No. Is this organization or your proposed surety currently in any litigation or contemplating litigation? t(l0 If yes provide full details in a separate attachment. See attachment No. Was this or a predecessor organization ever refused to construct or refused to provide materials defined in the contract documents? If yes provide full details in a separate attachment. See attachment No. Q Contractor's Proposed hey Personnel Organization Doing Business As 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. k, Q Sec{ Qre-S-r�Le.- k ,,(gy(, k QQ- 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. Sct _-c M� r�. it i� Gam- l�G.� �'� SY>`..— r�-�._ (,u� � � Gi.S"3' S� (�rt�L•-� A)LJ Me — 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 17andidate Alternate Candidate Project Manager - Project Superintendent A. •• �_ �� Project Safety Officer Quality Control Manager If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how ' much time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this project, indicate how time it to be divided between this project and their other assignments. A0 13 L. Proposed Project Managers Organization Doing Business As Name of Individual 6 Years of Experience as Project tilanager Years of Experience with this organization Number of similar projects as Project Manager 1C1,V S Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date �. L.l 3,r 6 t;o LEAL N'V�, 0% 0 � Reference Contact Information (listing names indicates up yal to contacting the names individuals as a reference) Name 1-' ; Name o,� Title/ Position t^ Title/ Position Organization LPArL Organization TeQ Telephone 7,J`'-- 2XIO Telephone — E-mail ail oh q Project Project 53 Candidate role on Project Name of Individual_ co r: andidates role on Pro ect Lr; Years of Experience as Project Manager p .� Years of Experience with this organization ()-- Number of similar projects as Project Manager v Number of similar projects in other positions v Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date fu'crencc contact Information disting, ri-lum�s indicates LIJ)prmal Name to contacting the namcs indi�Jduals asa ref'crence) Name Title/ Position Title/ Position Organization S Or anization Tel hone O Telephone 3Z?- E-mail E-mail Project Project Candidate role on Project T; Candidate role on Project &et'• 14 Proposed Project Superintendent Organization Doing Business As Name of Individual_ Years of Experience as Project Superintendent h % - gN Years of Experience with this organization Number of similar projects as Superintendent Number of similar projects in other positions, Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date N yy+e-. Q c,-V . 020 to o 11— d ._... _ Reference Contact Information (listing names indicates ap val to contacting the names individuals as a reference) Name tat' Name VV% N&C Title/ Position Title/ Position Organization LAr L Organization Telephone " j $' - X ?4 Telephone A 1,21 aAl — q 3 E-mail E-mail Project Project ' Candidate role on Project Alternate Candidate Name of Individual fQ'ftAIr, andidate role on Project Pror Years of Experience as Project Superintendent fir Years of Experience with this organization p } Number of similar projects as Superintendent Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date 10 7o Ret�rence Contact Information distim, names indicates appro%.al Name to contacting the names Name individuals as a rel�rciice) Title/ Position Title/ Position Organization ~ Organization Telephone 40 jecAl Telephone p — 32 E-mail -mail Project , Project ri Candidate role on Project 17 /_ r- Candidate role on Project f C� Gam 15 1-1 Proposed Project Safety Officer Organization Doing Business As Name of Individual Years of Experience as Project Safety Officer Years of Experience with this organization Number of similar projects as Safety Officer. Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Com letion Date L. A—B o c-e.- L t a� Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Name Title/ Position i- Title/ Position Organization Organization Telephone 2rOo '7 % = Telephone 41,0 E-mail E-mail ` Project P. 'ect Candidate role on Project ro I &.c,+ 6LA Name of Individual andidate role I on Project "-Cea- l Years of Experience as Project Safety Officer d } Years of Experience with this organization Number of similar projects as Safety Officer Atuis Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for Estimated Project this Project Completion Date 1070 Name Name Title/ Position v '*sx- Title/ Position Or anization y Organization Telephone irfoo I Telephone & 9-7- ghsu -3 E-mail E-mail Project J Project G Wit— Pew Candidate role on Project 1Bv1A�-�- ! ; Candidate role on Project �t° r IL Proposed Project Quality Control Manager Organization Doing Business As Primary Candidate". Name of Individual `r% , , Years of Experience as Quality Control klanager Years of Experience with this organization tq Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date t 1_ L Jto s ov-P.— J a :+Tvt, Reference Contact information (listing names indicates ap oval to contacting the names individuals as a reference) Name br Name Title/ Position Title/ Position r; O anization Organization Telephone Mole— �. 'ZO Telephone E-mail Pft&UmE-mail I a Project may. ro'ect Candidate role on Pro ect Name of Individual ndidate role 417 on Project m3 eJ- Years of Experience as Quality Control Manager p Years of Experience with this organization Q Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date P" J Name Name Title! Position sa cat K-bx Title/ Position ' Organization Organization Aa Telephone p(, aTi Tele hone Y? Y 2 E-mail E-mail Project V&ct kx4 fir' Project Candidate role on Project ,, Q G �`r"Y �� non Candidate role Project 6�' 19.[ 1: 17 Contractor's Project Experience and Resources Organization Doing Business As Provide a list of major projects that are currently underway. or have been completed within the last ten years on Attachment A Provide a completed Project Information form (Attachment B) for projects that have been completed in the last five ears which specificall. illustrate the organizations capability to provide best value to the Owner for this project. Include a completed Project Information far (Attachment ) for p�Qjec which illustrate the experience of the proposed keypersonnel. 'JeG. &Le 6 Provide a description of your organizations approach to completing this project to provide best value for the Owner. including a description of your approach in the following areas: I. Contract administration 3. Management of subcontractor and suppliers 3. Time management 4. Cost control A C S. Quality management 6. Project site safety 7. Managing changes to the project S. Managing equipment 9. Meetin HUB/ MWBE Participation Goal Q r► Provide a list of major equipment r osed for use on this project. Attach Additional Information if necess Equipment Item Primary Use on Project Own Bull Lease S M I►'t�.s'v 3 What work will the organization co ete usin its own resources? What work does the organization propose to subcontra'cti on thisproject? 6 —6," PPP 18 Contractor's Subcontractors and Vendors Business As Provide -a list of subcontractors that will provide more than 10 percent of the work (based on contract amounts Name Work to be Provided Est. Percent NUB/�IWBEof Contract Firm Provide information on the proposed key personnel, project experience and a description of past relationship and work a erience for each subcontractor listed above using the Project Information Forms. Provide a list of major equipment ro osed for use on this pr2ject. Attach Additional Information if necessary Furnish Furnish HUB/IN Vendor Name Equipment f Material Provided Only and WBE Install Firm 19 1 BIDDER'S QUALIFICATION STATEMENT DEERWOOD CONSTRUCTION, INC. Sewer Line Replacement at 3rd Street from Avenue S to Waco Avenue Mark Patterson has been installing municipal water and sewer systems for Lubbock and the surrounding communities for over forty years- In 1986 he formed Deerwood Construction. Deerwood Construction has completed many jobs since 1986 and has never failed to complete a job. Contractors that are familiar with our work usually do not require our jobs to be bonded so this is a savings to the owner. Jan Patterson is the majority stockholder in Deerwood and she has actively been involved with Deerwood Construction since 1991. She oversees the administrative and financial duties of the company. Bryant Sebastian is the Superintendent/Estimator for Deerwood. He has been with the company since 2004. During this time he has had the responsibility of overseeing the completion of many site utility projects. Bryant is also responsible for the oversight of ( the field crews. He is a Texas Licensed Irrigator #L10011382 and has his Class D Water 9 License #W00029051. Deerwood Construction owns excavators, backhoes, shore boxes and trucks that will be utilized in this project. Deerwood Construction has been banking with Plains Capital Bank since approximately 1990. We have had numerous loans with PCB that were secured by equipment. You may contact Matthew Wade at 806.795.7131 for a credit reference. Deerwood Construction has employees that are capable of completing the scope of work on the Lubbock Power and Light Utility Bore. Our financial strength and our experience will be a plus for the completion of this project in a timely and professional manner. � � 1 Experience/Past Performance of Deerwood Construction, Inc. Deerwood Construction, Inc. is a Lubbock, Texas based company in business for over 30 years. Our primary focus is in providing quality underground water and sewer utility services for West Texas clients and municipalities. We have many satisfied clients including, City of Lubbock, City of Lamesa, Lubbock Power & Light, Texas Tech University and Texas Tech University Health Science Center Systems, Vaughn Construction, Lee Lewis Construction, Tigris, LLC, City of Muleshoe, and Pharr & Co. Construction, to name a few. Similar projects that are currently in progress or have been completed in the past 5 years include: City of Lubbock, Old Town Lubbock 16" Water Main Replacement — City of Lubbock, Texas Scope of work includes the installation of 3000' of 16" water main in Avenue A and B, including jack and bore 100' of 16" casing under State Highway 114 and 340' of 16" casing under BNSF Rail Road, and 8 - 16" butterfly valves with concrete vaults. This project was allowed 365 days to completion; however, job was completed in less than 200 days Texas Tech University New System Office Building — Vaughn Construction Scope of work includes 2020' of 12" C900 water main with 10" water meter and RPZ, 280' of 22" steel casing bore under roadways, 650' of 8" C900 with fire hydrants, 220' of 16" steel casing bore under roadways, 2500' of fiber optic duct bank ditched and directional bored under roadways, 1800' of LP&L duct bank ditched and directional bored under roadways. This project is still in progress and is on time and within budget. P Texas Tech University Health Sciences Center —Vaughn Construction j Scope of work includes reroute of 620' of 16" C900 water main at the hospital loading dock area with restrained joints and fittings and 16' butterfly valve with concrete vault. This project had some changes during progress due to discrepancies in existing pipe sizes and locations; however, Deerwood Construction worked closely with the engineer and owner to resolve the problems with minimal impact to cost and time to completion. Project coordination with the UMC and HSC hospitals was required to prevent interruption of services to critical health and safety systems. City of Lubbock, Neal and Alexander Water and Sewer Relocation Scope of work included installing various size C-900 water lines, reconnecting lines, and boring. This project was completed on time and within budget. City of Lamesa, New Sanitary Sewer and Water line — City of Lamesa, Texas Scope of work includes the installation of 1686' of 12" SDR 35 sanitary sewer, 4 — 60" manholes, 3140' of 8" C900 water main with 160' of 16" casing in bore along US Highway 87 in Lamesa, Texas. This project was completed on time and within budget. C Q M B S T=xa, s C m �7! _.Ft v-It RU�t_IC ACC0ijNT5 z:', B,,x 35 •-->SYir+, T( 767a t-3 6 85 The Taxas Comptroller of Public Accounts ,,CPA) administars the State-wide Historically Underutilized Business (HUB) Program for the Stata of Taxa3, which includes aert fying minority and woman -owned businesses as HUBS and is designed to faci!itata ',7e oarioioat!on of Irinoni / and worran-owned businassas r srata agency procurement opportunities We are pleased to inform you that your application for certificabonlre-certification as a HUB has been approved_ Your company's profile is listed in the State of Texas HUB Directory and may be viewed online at httpjtwmw.window.state,tx.us/procurementl.'cmbUhubonly htmi. Provided that your company continues to meet HUB eligibility requirements, the enclosed HUB certificate is valid for four years You must notify the HUB Program in writing of any changes affecting your company's compliance with the HUB eligibility requirements, including changes in ownership, day -today management, control and/or principal place of business. Note, Any changes made to your company's information may require the NUB Program to re-evaluate your company's eligibility,. Please reference the enclosed pamphlet for additional resources, such as the state's Centralized Master Bidders List (CMBL), that can increase your chance of doing business with the state. m: Thank you for your participation in the HUB Program' If you have any questions, you may contact a HUB Program representative at 512463-5872 or toll -free in Texas at 1-868-863=5881. Texas Historically Underutilized Business (HUB) Certificate Cwtficat AAD Number 1752726770600 E"ANUB FilelVsndor Number- 032557 Approval Date 27-0CT-2014 3chedpiedExpiration Date 27-0CT-2018 irrrwl4 fM�iigrttMintll�ril�rs 1k•� The Texas Comptroller of Public Accounts (CPA), hereby certifies that DEERWOOD CONSTRUCTION INC has successfully met the established requirements of the State of Texas Historically Underutilized Business (HUB) Program to be recognized as a HUB. This certificate printed 31-OCT-2014, supersedes any registration and certificate previously issued by the HUB Program. If there are any changes regarding the information (.e., business structure, ownership, day -today management, operational control, business location) provided in the submission of the business' application for registration/certification as a HUB, you must immediately (within 34 days of such changes) notify the HUB Program in writing, The CPA reserves the right to conduct a compliance review at any time to confirm HUB eligibility, HUB certification may be suspended or revoked upon findings of ineligibility. d Paul Gibson, Statewide HUB Program Manager Texas Procurement and Support Services Note. in order for State agencies and institutions of higher education (universities) to be credited for wilizing this business as a HUB, they must award payment under the CertificateMID Number Identified above Agencies and universities are encouraged to validate HUB certification prior to lsswng a notice of award by accesmng the Internet (http:ttwww.window,state,tx usfprocuremenUcmbUcmblhub.html) or by contacting the HUB Program at 148884863S88i or512-4493S872. 0.cv.04/12 W0,RK ,Rj C-DIAPHEN3,; T iD�i RAVING &C, Zlis<Nlama :)-=--,v0,D7:;D�3r'----Dfl;t.: RzkfD Rating Effactive Date 12,311210" 3roduction Date State TEXAS Act. a• RATING REFLECTS A DECREASE OF 70% MEDICAL ONLY PRIMARY AND EXCESS LOSS DOLLARS WHERE ERA IS APPLIED O Copyright 1991I017, M fthm reserved. This pmoucl Is oucpnaad or comp) tcm and Irdannakn which are ft p+op wwy and e>eWve property of ft NotkmW Cmmd an CcrnW.-adore Instasnce, Inc (NCCI;. No turner tae. dfsaalr*lar; We. tmrafer, assilpromt or dsposift d of product In wnde or In W. may be mean wtthout the prim vrnden consent of NCO. This prods is hantned'As Is* As suai RW -4Wm d d04Cte ar:o irdudea irlarmatlon ar®ilaob at ft &M of pudl:wIcn orJy. NCO manes no rimmseMadons v wetrarahts of arty >dra ralatlr;q to tha P� ara n�Y y alstlaima ary and all eapess, stewtay or srolieq •rrar►andes, Irr�rdUig Se nr:olled wertartty d marG+arsa6fllry, Ahtees for a pardcuw pugwaa. amuacy mmpieteneas, oxwvmm cr cwectr m of any info. inkn or proaw furnished mm6r:der All resprawW ty tr tha Lao of and fa arty and all mutts cwn'" cr of tairee though dta wa cf !he prcmuo are the erA users aro NCO aha@ rxl haws any "Woty d'eretc. 2018 Agency/Owner Lamesa Independent School District Contract # # 14-018 Name & Location of Project Lamesa ISD High School Phase 2 Package 2 Surety Company n/a Sub or Prime Contractor Pharr & Company Goods/Services Provided Sanitary Sewer Start & Completion Dates 6/8/15 to 1/11/18 Contract Amount $224,884.00 Change Orders $10,900.00 Contact Name/Telephone # Kenneth Barthold, kbarthold@pharrco.com, (806) 763-5263 Names of Supervisor on Job Site Rene Hernandez Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Trencher Agency/Owner Texas Tech University Contract # n/a Name & Location of Project TTU Sports Performance Complex Surety Company n/a Sub or Prime Contractor Flintco Goods/Services Provided Site Utilities Start & Completion Dates 6/30/16 to 1/11/18 Contract Amount $964,565.00 Change Orders $142,596.00 Contact Name/Telephone # Matt Dobson, mdobson@flintco.com, 505-262-1888 Names of Supervisor on Job Site Rene Hernandez Name of Project Mgr/Safety/Quallty Bryant Sebastian Type of Equipment Used Backhoe, Ditcher, Water Wagon Agency/Owner Texas Tech University Contract # Package #330000 Name & Location of Project Texas Tech University, Experimental Science Building II Surety Company n/a Sub or Prime Contractor Flintco Goods/Services Provided Site Utilities Start & Completion Dates 3/6/17 to 7/25/18 Contract Amount $399,263.00 Change Orders $71,793.00 Contact Name/Telephone # John Bonner, Project Manager, jbonner@flintco.com, 918-232-5836 Names of Supervisor on Job Site Bryant Sebastian Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Ditcher, Water Wagon Agency/Owner City of Lubbock Contract # n/a Name & Location of Project Downtown Redevelopment III Surety Company n/a Sub or Prime Contractor Lubbock Power & Light Goods/Services Provided Electrical Start & Completion Dates 5/15/17 to 2/8/18 Contract Amount $26,337.50 Change Orders $0.00 Contact Name/Telephone # Jarrod Huse, jhuse@mail. ci.lubbock.tx.us, (806)775-2572 Names of Supervisor on Job Site Rene Hernandez Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Ditcher, Vactron Page 1 of 9 2018 Agency/Owner Continental Dairies - Contract # n/a Name & Location of Project Continental Dairies (- •' Surety Company n/a Sub or Prime Contractor Lamb County Electric Coop Goods/Services Provided Conduit Installation Il Start & Completion Dates 8/1/17 to 7/10/18 Contract Amount $137,809.00 Change Orders $19,470.00 Contact Name/Telephone # Don Trotter, dtrotter@icec.com, 806-385-5191 .f Names of Supervisor on Job Site Rene Hernandez Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Ditcher Agency/Owner Tahoka ISD Contract # LLCI Project Number 1700 Name & Location of Project Tahoka ISD Additions & Renovations Surety Company n/a Sub or Prime Contractor Lee Lewis Construction, Inc. Goods/Services Provided Water, Fireline and Sanitary Sewer 1 Start & Completion Dates 8/5/17 to ongoing Contract Amount $82,812.00 Change Orders $0.00 Contact Name/Telephone # Neil Easter, Sr. Project Manager, neaster@leelewis.com (806) 797-8400 Names of Supervisor on Job Site Shane Hickman, Von Kimbrell Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Excavator, Ditcher Agency/Owner Pagosa Partners, LTD Contract # 1752-02600 Name & Location of Project West End Phase III Surety Company n/a Sub or Prime Contractor Lee Lewis Construction, Inc. Goods/Services Provided Sanitary Sewer, Fire Line, Municipal Water, Private Water Start & Completion Dates 9/5/17 to 2/15/18 Contract Amount $164,459.00 Change Orders $4,405.00 Contact Name/Telephone # Brandon Mitchell, bmitchell@leelewis.com, 806-797-8400 Names of Supervisor on Job Site Jayson Norby Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Trencher Agency/Owner City of Sudan Contract # TxCDBG Project #7216439 Name & Location of Project City of Sudan - Water Line Construction Surety Company Arthur J. Gallagher & Co Sub or Prime Contractor ]ones Engineering Goods/Services Provided Water Line Start & Completion Dates 11/3/17 to 1/11/18 Contract Amount $112,285.50 Change Orders $3,300.00 Contact Name/Telephone # Adam Valenzuela, 806-368-6375, adam@sitecivii.com Names of Supervisor on Job Site Von Kimbrell, Ralph Renteria Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Ditcher, backhoe, water wagon Page 2 of 9 I 2018 Agency/Owner Lubbock Cooper Independent School District Contract * n/a Name & Location of Project Lubbock Cooper ISD South Elementary Addition and Renovation Surety Company n/a Sub or Prime Contractor Sandia Construction, Inc. Goods/Services Provided Site Utilities Start & Completion Dates 11/7/17 to ongoing Contract Amount $42,554.00 Change Orders $19,807.77 Contact Name/Telephone # Michael Haverdink, michael@sandia.com, (806) 745-9450 Names of Supervisor on Job Site Shane Hickman („ p Name of Project Mgr/Safety/Quality Bryant Sebastian } Type of Equipment Used Backhoe, Ditcher, Water Wagon Agency/Owner CVS Pharmacies Contract # n/a Name & Location of Project CVS - 62nd and Indiana ' Surety Company n/a Sub or Prime Contractor Helker Crawford Goods/Services Provided Municipal water, Underground Fire lines, Sanitary Sewer, Gas & Electric Start & Completion Dates 11/14/17 to 6/8/18 Contract Amount $109,600.00 Change Orders $0.00 Contact Name/Telephone # Tom Robertson, trot>ertson@heikercrawford.com, 214-222-DO63 or 940-367-2915 Names of Supervisor on Job Site Jayson Norby Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Ditcher Agency/Owner City of Muleshoe Contract # 01.2896.16 Name & Location of Project City of Muleshoe, Sanitary Sewer Improvements, Lift Station Replacement I Surety Company A J Gallegher Sub or Prime Contractor City of Muleshoe, c/o Parkhill, Smith & Cooper Goods/Services Provided Sanitary Sewer, Lift Station Start & Completion Dates 12/5/17 to 7/23/18 ' Contract Amount $278,571.00 Change Orders $44,213.00 Contact Name/Telephone # Kristian Gonzales, kgonzales@team-psc.com, (806-473-2200) Names of Supervisor on Job Site Shane Hickman, Rene Hernandez, Jayson Norby Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Ditcher Agency/Owner City of Plainview, Texas Contract # Name & Location of Project Milwee Lift Station Surety Company Arthur J. Gallagher Risk Management Services, Inc. Sub or Prime Contractor City of Plainview, Texas Goods/Services Provided Gravity Sanitary Sewer Line Start & Completion Dates Sub -Contract to UCA - Contract Amount $886,854.72 Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Bryant Sebastian k Type of Equipment Used Page 3 of 9 2018 Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used City of Lubbock 2017-03 n/a Overton Water Line Replacement Arthur 1. Gallegher City of Lubbock Water tine Replacement 1/15/18 to 5/24/18 $314,765.25 -$8, 368.65 Adam Nixon, anixon@mylubbock.us, (806) 775-2344 Rene Hernandez, Shane Hickman, Von Kimbrell Bryant Sebastian Backhoe, Vactron, Dump Truck, Boring Machine City of Lubbock 2017-04 n/a United Supermarkers Tract A Sewer Line Replacement Arthur 1. Gallegher City of Lubbock Water Line Replacement 3/5/18 to 5/14/18 $119, 505.00 $17,095.25 Adam Nixon, anixon@mylubbock.us, (806) 775-2344 Von Kimbrell, Rene Hernandez Bryant Sebastian Backhoe, Mini Excavator, Dump Truck, Loader, Sweeper Texas Tech University 2017-05 16053-034 TTU Experimental Science Building II - 16053, 48-2 n/a Fiintco Storm Drainage Utilities Awarded, not started $97,800.00 ]ohn Bonner, jbonner@flintco.com, 918-232-5836 Bryant Sebastian King Street Pub n/a King Street Pub - 4° Fireline n/a King Street Pub Install underground Fire Line 5/5/18 - 5/30/18 $31,764.88 2017-06 Awarded in 2017, started in 2018 $0.00 Sally Good, honeysock@gmail.com, 806-993-1010 layson Norby, Shane Hickman Bryant Sebastian Backhoe, Mini Excavator, Dump Truck, Loader, Sweeper Page 4 of 9 2018 Agency/Owner J L Stephens Corp 2018-01 Contract # 17100 Name & Location of Project SPEC Building Materials Office/Warehouse Surety Company n/a Sub or Prime Contractor Concrete Asphalt Paving (C.A.P.) Inc. Goods/Services Provided Site Utilities Start & Completion Dates 5/2/18 to 5/23/18 Contract Amount $42,615.00 Change Orders $0.00 Contact Name/Telephone # Fernando Torres, fernando@capdfw.net, 972-869-3041 Names of Supervisor on Job Site Jayson Norby Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Water Wagon, Boring Machine Agency/Owner City of Lubbock 2018-05 Contract # IEC409-076 Name & Location of Project Chalker Substation Surety Company Arthur J. Gallagher Sub or Prime Contractor Interstate Electrical Contractors, Inc. Goods/Services Provided Directional Bore Start & Completion Dates 2/23/18 to 3/13/18 Contract Amount $68,642.00 Change Orders $7,589.86 Contact Name/Telephone # Leonard Warren, 303-420-6400, leonardw@interstateelectrical.net Names of Supervisor on Job Site Jayson Norby, Rene Hernandez Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Vactron, Backhoe, Water Wagon Agency/Owner Lubbock Boys & Girls Club 2018-12 Contract # 17-007-050 Name & Location of Project Lubbock Boys & Girls Club (Talkington) Surety Company n/a Sub or Prime Contractor Pharr & Co Goods/Services Provided Site Utilities Start & Completion Dates 3/19/18 to 4/13/18 Contract Amount $79,334.00 Change Orders $1,150.00 Contact Name/Telephone # Jason Pharr, jason@pharrco.com, 806-472-4724 Names of Supervisor on Job Site Von Kimbreli Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Water Wagon, Backhoe, Excavator, Dump Truck Agency/Owner Americot, Inc. 2018-13 Contract # 1803-02600 Name & Location of Project Americot Office Building Surety Company n/a Sub or Prime Contractor Lee Lewis Construction, Inc. Goods/Services Provided Site Utilities Start & Completion Dates 4/24/18 to 8/30/18 Contract Amount $110,374.00 Change Orders $3,144.00 Contact Name/Telephone # Brandon Mitchell, bmitchell@leelewis.com, 806-928-8903 Names of Supervisor on Job Site Von Kimbrell Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Water Wagon, Excavator, Dump Truck Page 5 of 9 2018 Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Health South 2018-15 n/a Health South South Plains Rehab n/a HOAR Construction Site Utilities 3/19/18 to ongoing $41,607.00 $187,604.00 Ben Carmichael, bcarmichael@HOAR.com, 205-423-2315 Shane Hickman Bryant Sebastian Water Wagon, Backhoe, Excavator, Dump Truck Xcel Energy 2018-19 n/a Tahoka ISD Middle School (E, W & S) n/a Xcel Energy Bore 4/16/18 to 5/3/18 $ 27, 099.60 $0.00 John Gardner, john.gardner@xcelenergy.com, (806-787-5834) Mark Patterson Byrant Sebastian Backhoe, Ditcher, Boring Machine City of Lubbock 218061 Airport Radio Building n/a Lubbock Power & Light Electric 4/30/18 to 5/10/18 $33, 215.00 $0.00 David Steinbaugh, dsteinbaugh@lpandl.com, (806-775-2558) Rene Hernandez Bryant Sebastian Backhoe, Vactron, Dump Truck Lubbock International Airport 2018-36 1782 LIA CONRAC n/a Lee Lewis Construction, Inc. Site Utilities 6/6/18 to ongoing $301,009.00 David Clower, 806-797-8400, dclower@leelewis.com Shane Hickman, Jayson Norby Bryant Sebastian Backhoe, Vactron, Dump Truck, Excavator Page 6 of 9 2018 Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Texas Tech University 2018-37 n/a TTU Credit Union - Main Branch n/a DBSI, Inc. Site Utilities 7/5/18 to ongoing $70,553.00 $2,350.23 Jesse Hamilton, jhamilton@dbsi-inc.com, 602-264-7263 Shane Hickman Bryant Sebastian Backhoe, Excavator, Dump Truck City of Lubbock 2018-32 218059 1319 Main n/a Lubbock Power & Light New Manhole/New Conduit 5/24/18 to 6/13/18 $28,127.50 $0.00 Jarrod Huse, jhuse@mail.ci.lubbock.tx.us, (806) 775-2572 Rene Hernandez, Shane Hickman, Dylan Stephenson Bryant Sebastian Ditcher, Vactron, Backhoe, Dump Truck 69th Street Development LTD 2018-39 n/a Commons East, Tract 3 n/a CMS Properties Install new water line 6/15/18 to 7/11/18 $63,115.20 $10,157.00 Lindsay Northcut, lndsay@crospropertiesinc.com, 806-794-1492 Albert Moreno Bryant Sebastian Ditcher, Backhoe, Dump Truck, Excavator City of Lubbock 2018-48 RFP 7125-18-ELD Home Depot and Bangor Avenue Bore Arthur J. Gallegher LP&L Bore 8/10/18 to ongoing $459,065.00 Lee Roy Martinez, Irmartinez@lpand Isom, 806-789-5602 Rene Hernandez Bryant Sebastian Boring Machine, Backhoe, Dump Truck Page 7 of 9 2018_ l: E Agency/Owner TTU Health Sciences Center 2018-SS Contract # Name & Location of Project TTUHSC Academic Event Center Surety Company Sub or Prime Contractor Hill & Wilkinson Goods/Services Provided Water, Sewer and Underground Fire Line Start & Completion Dates Awarded, not started } Contract Amount $92,000.00 Change Orders Contact Name/Telephone # Danny Elmore, delmore@hill-wilkinson,com, 806.451.1996 or 806.698.4287 Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Agency/Owner Hub City Vet Clinic 2018-56 Contract # n/a Name & Location of Project Hub City Vet Clinic Surety Company n/a Sub or Prime Contractor Madewell Construction Goods/Services Provided Underground Fire Line Start & Completion Dates 7/27/18 to ongoing Contract Amount $29,240.00 Change Orders Contact Name/Telephone # Paul, paul@madeweli-construction.com, 937-798-1475 Names of Supervisor on Job Site Shane Hickman Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Ditcher, Dozer, Backhoe, Water Truck Agency/Owner City of Lubbock 2018-33 Contract # 218059 Name & Location of Project 1111 Main Surety Company n/a Sub or Prime Contractor Lubbock Power & Light Goods/Services Provided Electrical Start & Completion Dates 7/24/18 to 8/3/18 Contract Amount $29,931.50 Change Orders $0.00 Contact Name/Telephone # Jarrod Huse, jhuse@mail.ci.lubbock.tx.us, (806) 775-2572 Names of Supervisor on Job Site Shane Hickman Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Ditcher, Vactron, Backhoe, Dump Truck Agency/Owner City of Lubbock 2018-58 Contract # 713918 Name & Location of Project Slide Road and Erskine Avenue Bore Surety Company Arthur]. Gallegher Sub or Prime Contractor LP&L Goods/Services Provided Bore Start & Completion Dates Awarded, not started l Contract Amount $496,713.00 1 Change Orders Contact Name/Telephone # Lee Roy Martinez, Irmartinez@lpand I.com, 806-789-5602 Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Boring Machine Page 8 of 9 2018 Agency/Owner City of Lubbock 2018-37 Contract # 218102 Name & Location of Project 13th and Avenue O Surety Company n/a Sub or Prime Contractor Lubbock Power and Light Goods/Services Provided Site Utilities Start & Completion Dates Awarded, not started Contract Amount $33,372.50 Change Orders Contact Name/Telephone # Jarred Huse, jhuse@mail. ci.lubbock.tx.us, 806-745-2559 Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Agency/Owner The Cheesecake Factory 2018-69 Contract # SC-3610-012 Name & Location of Project Cheesecake Factory Surety Company n/a Sub or Prime Contractor RCC Associates, Inc. Goods/Services Provided Site Utilities Start & Completion Dates Awarded, not started Contract Amount $76,132.00 Change Orders Contact Name/Telephone # Rene Cuello, 954-234-7840, rcuello@rccassociates.com Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Agency/Owner City of Wolfforth 2018-67 Contract # Name & Location of Project Frenship Park Utilitiy Extension Surety Company Arthur 3 Gallagher Sub or Prime Contractor City of Wolfforth Goods/Services Provided Site Utilities Start & Completion Dates Awarded, not started Contract Amount $90,445.56 Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Page 9 of 9 2017 1 Agency/Owner Lamesa Independent School District Contract # # 14-018 Name & Location of Project Lamesa ISD High School Phase 2 Package 2 Surety Company n/a Sub or Prime Contractor Pharr & Company j Goods/Services Provided Sanitary Sewer Start & Completion Dates 6/8/15 to 1/11/18 Contract Amount $224,884.00 Change Orders $10,900.00 Contact Name/Telephone # Kenneth Barthoid, kbarthold@pharrco.com, (806) 763-5263 Names of Supervisor on Job Site Rene Hernandez Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Trencher Agency/Owner The Board of Regents of the Texas Tech University System Contract # #1558 Name & Location of Project TTU Rawls CoBA, Addition Phase 1 Package 18 Surety Company n/a Sub or Prime Contractor Lee Lewis Construction, Inc. Goods/Services Provided Sewer Line Start & Completion Dates 7/31/15 to 8/19/17 Contract Amount $42,000.00 Change Orders $0.00 Contact Name/Telephone # David Meadows, dmeadows@leelewis.com Names of Supervisor on Job Site Von Kimbrell Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Ditcher, Backhoe Agency/Owner City of Lubbock Contract # n/a Name & Location of Project Northwest Water Reclamation Plant Surety Company n/a Sub or Prime Contractor Acme Electric Goods/Services Provided Backfill and compact Start & Completion Dates 8/20/2015 to 2/16/17 Contract Amount $30,443.80 Change Orders $0.00 Contact Name/Telephone # B. Brown, bbrown@acmeelect.com, (806) 745-7720 Names of Supervisor on lob Site Mark Patterson 741-1446 Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Water Truck, Skid Steer, Excavator & Trench Roller Agency/Owner Frenship Independent School District Contract # 1515 Name & Location of Project Frenship ISD 2014 New Elementary School Surety Company n/a 1 Sub or Prime Contractor Lee Lewis Construction, Inc. 11 Goods/Services Provided Site Utilities Start & Completion Dates 9/B/15 to 6/6/17 Contract Amount $154,024.00 1 Change Orders $0.00 Contact Name/Telephone # Amy Bollinger, Project Manager, abollinger@leelewis.com, 806-797-8400 Names of Supervisor on lob Site Shane Hickman Name of Project Mgr/Safety/Quality Bryant Sebastian_. Type of Equipment Used Backhoe, Ditcher Page 1 of 9 2017 Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used American Campus Communities 16159TX-02 21 Hundred at Overton Park, 2110 Mac Davis Lane, #1, Lubbock, TX 79401 n/a FaverGray Water, Sewer, Fire Line 3/7/ 16 to 11/ 17/ 17 $503,300.00 $101,163.00 Adam Gray, Project Manager, Agray@favergray.com, (904) 208-2034 Shane Hickman Bryant Sebastian Backhoe, Ditcher Texas Tech University 015720-02-B TTU Honors Hall n/a The Whiting -Turner Contracting Company Site Utilities 3/15/16 to 6/23/17 $209,494.00 $133,965.00 David Mills, David. Mil ls@whitin g- turner. com, 210-558-1880 Jayson Norby Bryant Sebastian Backhoe, Ditcher Hidden Tree Ranch Mobile Home n/a Hidden Tree Ranch Mobile Home n/a CRTX Properties, LLC Water and Sewer 6/9/16 to 7/6/17 $158,515.00 $8,582.87 Dennis Crump, crumptx@gmail.com, 972-978-9210 Von Kimbrell Bryant Sebastian Backhoe, Ditcher, Water Wagon City of Lubbock n/a Tract A, Wildwood n/a Designed to Build c/o Hugo Reed Water and Sanitary Sewer 6/13/16 to 1/30/17 $521,580.60 $13,973.50 Nathan Rigler, nrigler@hugoreed-com, 806-763-5642 Mark Patterson, Beau Bullard Bryant Sebastian Ditcher, Backhoe t Page 2 of 9 2017 Agency/Owner Texas Tech University { Contract # n/a Name & Location of Project TTU Sports Performance Complex Surety Company n/a Sub or Prime Contractor Flintco Goods/Services Provided Site Utilities Start & Completion Dates 6/30/16 to 1/11/18 Contract Amount $964,565.00 Change Orders $142,596.00 Contact Name/Telephone # Matt Dobson, mdobson@flintco.com, 505-262-1888 Names of Supervisor on Job Site Rene Hernandez Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Ditcher, Water Wagon Agency/Owner CCC-Lubbock, LLC Contract # n/a Name & Location of Project Lubbock Cottages at Holiday Park Surety Company Merchants Bonding Sub or Prime Contractor Cottage Builders, Inc Goods/Services Provided Municipal Water and Sewer Start & Completion Dates 7/14/16 to 10/4/17 Contract Amount $578,819.00 Change Orders $312,728.00 Contact Name/Telephone # Clay Wilson, PE, LEED AP, cwilson@capstonemall.com, 205-414-6403 Names of Supervisor on Job Site Shane Hickman Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Ditcher Agency/Owner Texas Tech University Contract # n/a Name & Location of Project TTU Museum Life Safety, Utility Upgrade Surety Company n/a Sub or Prime Contractor Sandia Construction, Inc. Goods/Services Provided Site utilities Start & Completion Dates 7/26/16 to 4/25/17 Contract Amount $488,254.00 Change Orders $120,064.82 Contact Name/Telephone # Greg Durbin, President, greg@sandiaconst.com, 806-745-9450 Names of Supervisor on Job Site Jayson Norby Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Ditcher, Backhoe Agency/Owner CCC-Lubbock, LLC Contract # n/a Name & Location of Project The Cottages of Lubbock Surety Company n/a Sub or Prime Contractor Tom Lyne Plumbing & Irrigation Goods/Services Provided Install sewer lines Start & Completion Dates 9/27/16 to 3/22/17 Contract Amount $343,640.00 Change Orders $0.00 Contact Name/Telephone # Tom Lyne, 979-324-1200, tomblyne@yahoo.com Names of Supervisor on Job Site Shane Hickman Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Ditcher, Backhoe, Water Wagon Page 3 of 9._ 2017 Agency/Owner Texas Tech University Contract # n/a Name & Location of Project TTU Honors Hall Surety Company n/a I Sub or Prime Contractor Dynamic Systems, Inc. Goods/Services Provided Asphalt Repair Start & Completion Dates 10/26/16 to 7/13/17 Contract Amount $11,800.00 Change Orders $94,918.00 Contact Name/Telephone # John Crutcher, 512-486-3732, jcrutcher@dynamicsystemusa.com Names of Supervisor on Job Site Beau Bullard Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Vactron Agency/Owner Funky Door Restaurant Contract # n/a Name & Location of Project Funky Door Restaurant, 66th and Milwaukee Surety Company n/a Sub or Prime Contractor Collier Construction Company Goods/Services Provided Municipal Water, Fire Line and Sanitary Sewer Start & Completion Dates 11/29/16 to 1/31/17 Contract Amount $49,680.00 Change Orders $3,280.00 Contact Name/Telephone # Josh Dickson, josh@colliertx.com, 806-620-8202 Names of Supervisor on Job Site Von Kimbrell Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Ditcher, Backhoe Agency/Owner CCC-Lubbock, LLC Contract # n/a Name & Location of Project Capstone Cottages Surety Company n/a Sub or Prime Contractor Lubbock Power & Light Goods/Services Provided Electrical - Start & Completion Dates 11/29/16 to 5/11/17 Contract Amount $28,179.00 Change Orders $0.00 Contact Name/Telephone # Jarrod Huse, jhuse@mail.ci.lubbock.tx.us, (806)775-2572 Names of Supervisor on Job Site Shane Hickman Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Trencher, Vactron Agency/Owner B & G Villa Properties, LLC Contract # n/a Name & Location of Project Melonie Park Surety Company n/a Sub or Prime Contractor Carthel Engineering Solutions Goods/Services Provided Municipal Water and Sanitary Sewer Start & Completion Dates 12/5/16 to 8/24/17 Contract Amount $74,865.00 Change Orders 0 Contact Name/Telephone # Ches Carthel, chestercarthel@yahoo.com, 806-687-8322 Names of Supervisor on Job Site Von Kimbrell -- Name of Project Mgr/Safety/Quality Bryant Sebastian 4 Type of Equipment Used Ditcher, Backhoe, Vactron Page 4of9 2017 Agency/Owner Lubbock Cooper Independent School District Contract # SI#025 Name & Location of Project Lubbock Cooper ISD Classroom Addition at High School Surety Company n/a. Sub or Prime Contractor Sandia Construction Goods/Services Provided 8" Water and 10" Fire Line Start & Completion Dates 12/21/16 to 1/3/17 Contract Amount $41,410.00 Change Orders $0.00 Contact Name/Telephone # Michael Haverdink michael@sandia.com 806 745-9450 Names of Supervisor on lob Site 3ayson Norby, Rene Hernandez Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Trencher, Mini Excavator, Vactron Agency/Owner City of Lubbock Contract # Contract #13207 Name & Location of Project Neal & Alexander Water & Sewer Relocation Surety Company Merchants Bonding Company Sub or Prime Contractor City of Lubbock Goods/Services Provided Water and Sewer Start & Completion Dates 2/17/17 to 11/3/17 Contract Amount $292,849.00 Change Orders $1,530.00 Contact Name/Telephone # Trevor Overman, PE, toverman@mylubbock,us, 806-775-2346 Names of Supervisor on lob Site layson Norby Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Excavator Agency/Owner City of Lubbock Contract # 711317 Name & Location of Project 4th Street and Toledo Utility Bore Surety Company Merchants Bonding Company Sub or Prime Contractor Lubbock Power & Light Goods/Services Provided Utility Bore Start & Completion Dates 2/24/17 to 4/18/17 Contract Amount $131,809.28 Change Orders $0.00 Contact Name/Telephone # Lee Roy Martinez, Irmartinez@lpandi.com, 806-775-2579 Names of Supervisor on Job Site Rene Hernandez Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Boring Machine Agency/Owner Texas Tech University Contract # Package *330000 Name & Location of Project Texas Tech University, Experimental Science Building II Surety Company n/a Sub or Prime Contractor Fiintco Goods/Services Provided Site Utilities Start & Completion Dates 3/6/17 to 7/25/18 Contract Amount $399,263.00 g--J Change Orders $71,793.00 Contact Name/Telephone # John Bonner, Project Manager, jbonner@Flintco.com, 918-232-5836 Names of Supervisor on Job Site Bryant Sebastian Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used 1 Page 5 of 9 2017 Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quailty Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used City of Lubbock n/a Downtown Redevelopment III n/a Lubbock Power & Light Electrical 5/15/17 to 2/8/18 $26,337.50 $0.00 Jarrod Huse, jhuse@ mail. ci. lu bbock.tx. us, (806)775-2572 Rene Hernandez Bryant Sebastian Backhoe, Ditcher, Vactron City of Lubbock n/a Memphis Garden n/a Lubbock Power and Light Electric 6/2/17 to 7/3/17 $40,897.50 $0.00 Tom Green, Tgreen@LPandL.com, 806-790-7243 Rene Hernandez Bryant Sebastian Vactron, Backhoe, Ditcher Texas Tech University Project *17-16779, Contract 17-604 Texas Tech University, Main Campus Water Loop n/a Texas Tech University Water RPZ 7/19/17 to 8/25/17 $89,824.00 $5,491.06 David Small, david.small@ttu.edu, 806.834.5742 Von Kimbrell Bryant Sebastian Backhoe, Trencher Continental Dairies n/a Continental Dairies n/a Lamb County Electric Coop Conduit Installation 8/ 1/ 17 to 7/ 10/ 18 $137,809.00 $19,470.00 Don Trotter, dtrotter@lcec.com, 806-385-5191 Rene Hernandez Bryant Sebastian Backhoe, Ditcher Page 6 of 9 2017 Agency/Owner Tahoka ISD Contract " LLCI Project Number 1700 Name & Location of Project Tahoka ISD Additions & Renovations Surety Company n/a Sub or Prime Contractor Lee Lewis Construction, Inc. f Goods/Services Provided Water, Fireline and Sanitary Sewer Start & Completion Dates 8/5/17 to ongoing Contract Amount $82,812.00 Change Orders Contact Name/Telephone # Neil Easter, Sr. Project Manager, neaster@leelewis.com (806) 797-8400 Names of Supervisor on lob Site Shane Hickman, Von Kimbrell i Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Excavator, Ditcher__ Agency/Owner Texas Tech University Contract # 01-1714676-61 Name & Location of Project TTU ESB Bid Pkg 3 UG Surety Company n/a Sub or Prime Contractor Yearout Mechanical Goods/Services Provided Excavation & Backfiil for Underground Plumbing Start & Completion Dates 8/25/17 to 11/8/17 Contract Amount $49,965.00 Change Orders Contact Name/Telephone # Catherine McGuire, cmcguire@yearout.com, 505-884-0994 Names of Supervisor on Job Site Rene Hernandez Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Excavator Agency/Owner Pagosa Partners, LTD Contract # 1752-02600 Name & Location of Project West End Phase III Surety Company n/a Sub or Prime Contractor Lee Lewis Construction, Inc. Goods/Services Provided Sanitary Sewer, Fire Line, Municipal Water, Private Water Start & Completion Dates 9/5/17 to 2/5/18 Contract Amount $164,459.00 Change Orders $4,405.00 Contact Name/Telephone # Brandon Mitchell, bmitchell@leelewis.com, 806-797-8400 Names of Supervisor on Job Site Jayson Norby Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Trencher Agency/Owner City of Sudan Contract # TxCDBG Project *7216439 Name & Location of Project City of Sudan - Water Line Construction Surety Company Arthur J. Gallagher & Co Sub or Prime Contractor Jones Engineering Goods/Services Provided Water Line Start & Completion Dates 11/3/17 to ongoing Completed in 2018 Contract Amount $112,285.50 =--J Change Orders $3,300.00 Contact Name/Telephone # Adam Valenzuela, 806-368-6375, adam@sitecivil.com Names of Supervisor on Job Site Von Kimbrell, Ralph Renterla j Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used pitcher, backhoe, water wagon t st Page 7 of 9 -' 2017 Agency/Owner Lubbock Cooper Independent School District Contract # n/a Name & Location of Project Lubbock Cooper ISD South Elementary Addition and Renovation Surety Company n/a Sub or Prime Contractor Sandia Construction, Inc. Goods/Services Provided Site Utilities Start & Completion Dates 11/7/17 to ongoing Contract Amount $42,554.00 Change Orders $19,807.77 Contact Name/Telephone # Michael Haverdink, michael@sandia.com, (806) 745-9450 Names of Supervisor on Job Site Shane Hickman Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Ditcher, Water Wagon Agency/Owner CVS Pharmacies Contract # n/a Name & Location of Project CVS - 82nd and Indiana Surety Company n/a Sub or Prime Contractor Helker Crawford Goods/Services Provided Municipal water, Underground fire lines, Sanitary Sewer, Gas & Electric Start & Completion Dates 11/14/17 to 6/8/18 Contract Amount $109,600.00 Change Orders $0.00 Contact Name/Telephone # Tom Robertson, trobertson@helkercrawford.com, 214-222-0063 or 940-367-2915 Names of Supervisor on Job Site 3ayson Norby Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Ditcher Agency/Owner City of Muleshoe Contract # 01.2896.16 Name & Location of Project City of Muleshoe, Sanitary Sewer Improvements, Lift Station Replacement Surety Company A I Gallegher Sub or Prime Contractor City of Muleshoe, c/o Parkhill, Smith & Cooper Goods/Services Provided Sanitary Sewer, Lift Station Start & Completion Dates 12/5/17 to ongoing Completed in 2018 Contract Amount $278,571*00 Change Orders $44,213.00 Contact Name/Telephone # Kristian Gonzales, kgonzales@team-psc.com, (806-473-2200) Names of Supervisor on Job Site Shane Hickman, Rene Hernandez, ]ayson Norby Name of ProJect Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Ditcher Agency/Owner City of Plainview, Texas Contract # Name & Location of Project Mlwee Lift Station Surety Company Arthur 3. Gallagher Risk Management Services, Inc. Sub or Prime Contractor City of Plainview, Texas Goods/Services Provided Gravity Sanitary Sewer Line Start & Completion Dates Sub -Contract to UC4 Contract Amount $886,854.72 Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Page 8 of 9 2017 Agency/Owner City of Lubbock Contract # n/a 2017-03 Name & Location of Project Overton Water Line Replacement Surety Company Arthur J. Gallegher Sub or Prime Contractor City of Lubbock 4, Goods/Services Provided Water Line Replacement Start & Completion Dates Awarded in 2017 - project did not start until 2018 Contract Amount $314,765,25 Change Orders -$8,368.65 Contact Name/Telephone # Adam Nixon, anixon@mylubbock.us, (806) 775-2344 Names of Supervisor on Job Site Rene Hernandez, Shane Hickman, Von Kimbrell Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Vactron, Dump Truck, Boring Machine Agency/Owner City of Lubbock Contract # n/a 2017-04 Name & Location of Project United Supermarkers Tract A Sewer Line Replacement Surety Company Arthur J. Gallegher Sub or Prime Contractor City of Lubbock Goods/Services Provided Water Line Replacement Start & Completion Dates Awarded in 2017 - project did not start until 2018 Contract Amount $119,505.00 Change Orders $17,095.25 Contact Name/Telephone # Adam Nixon, anixon@mylubbock.us, (806) 775-2344 Names of Supervisor on Job Site Von Kimbrell, Rene Hernandez Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Mini Excavator, Dump Truck, Loader, Sweeper Agency/Owner Texas Tech University Contract # 16053-034 2017-05 Name & Location of Project TTU Experimental Science Building II - 16053, 48-2 Surety Company n/a Sub or Prime Contractor Flintco Goods/Services Provided Storm Drainage Utilities Start & Completion Dates Awarded in 2017 - project did not start until 2018 Contract Amount $97,800.00 Change Orders Contact Name/Telephone # John Bonner, jbonner@Flintco.com, 918-232-5836 Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Agency/Owner King Street Pub L -1 Contract # n/a 2017-06 Name & Location of Project King Street Pub - 4" Fireline Surety Company n/a Sub or Prime Contractor King Street Pub Goods/Services Provided Install underground Fire Line Start & Completion Dates Awarded in 2017 - project did not start until 2018 Contract Amount $31,764.88 Change Orders $0.00 Contact Name/Telephone # Sally Good, honeysock@gmail.com, 806-993-1010 Names of Supervisor on Job Site Jayson Norby, Shane Hickman Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Mini Excavator, Dump Truck, Loader, Sweeper 1 t ii Page 9 of 9 j 2016 Agency/Owner City of Lubbock Contract # ITS 15-12060-TS Name & Location of Project Downtown Redevelopment Phase II Project Surety Company Merchants Bonding Co. Mutual Sub or Prime Contractor Deerwood Construction, Inc. Goods/Services Provided Underground Utilities Start & Completion Dates 2/23/15 to 2/15/16 Contract Amount $1,923,249.49 Change Orders -$27,519.64 Contact Name/Telephone # Neil Welch, PE, nwelch@mail.ci.lubbock.tx.us, (806) 775-3254 Names of Supervisor on Job Site Jayson Norby Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Boring Machine, Backhoe, Ditcher Agency/Owner City of Lubbock Contract # n/a Name & Location of Project Northwest Water Reclamation Plant Surety Company n/a Sub or Prime Contractor Acme Electric Goods/Services Provided Backfill and compact Start & Completion Dates 8/20/2015 to 2/16/17 Contract Amount $30,443.80 Change Orders $0.00 Contact Name/Telephone # B. Brown, bbrown@acmeelect.com, (806) 745-7720 Names of Supervisor on Job Site Mark Patterson 741-1446 Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Water Truck, Skid Steer, Excavator & Trench Roller Agency/Owner City of Lubbock Contract # 12522/RFP 15-12522-JM Name & Location of Project Fire Station #1, 8" Water Line Surety Company Merchants Bonding Company Sub or Prime Contractor City of Lubbock Goods/Services Provided 8" Water Line Start & Completion Dates 12/7/15 to 4/8/16 Contract Amount $243,373.00 Change Orders -$4,560.86 Contact Name/Telephone # Josh Kristinek, jkristinek@mail.ci.lubbock.tx.us, (806) 775-3397 Names of Supervisor on Job Site Ruben Ponce 782-3057 Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Ditcher, Backhoe Agency/Owner Texas Tech University Contract # n/a Name & Location of Project TTU New System Office Building, Package 1 Surety Company n/a Sub or Prime Contractor J T Vaughn Construction Goods/Services Provided Site Utilities Start & Completion Dates 10/14/15 to 10/7/16 Contract Amount $719,248.00 Change Orders $113,091.98 Contact Name/Telephone # Louis Reger, lreger@vaughnconstruction.com, (713) 984-4038 Names of Supervisor on Job Site Von Kimbrell Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Ditcher, Vactron Page 1 of 10 2016 Agency/Owner Texas Tech University Health Sciences Center Contract # n/a Name & Location of Project TiUHSC General Services Dock Surety Company n/a Sub or Prime Contractor J T Vaughn Construction i Goods/Services Provided Sanitary Sewer Start & Completion Dates 11/6/15 to 6/30/16 Contract Amount $196,554.00 -7 Change Orders $0.00 Contact Name/Telephone # James Mitchell, jmitchell@vaughnconstruction.com, (806) 368-3497 _ Names of Supervisor on Job Site Von Kimbrell Name of Project Mgr/Safety/Quatity Bryant Sebastian Type of Equipment Used Backhoe, Ditcher Agency/Owner LaMancha Investments LTD Contract # n/a Name & Location of Project Southwest Commercial Park Surety Company Sub or Prime Contractor n/a LaMancha Investments LTD c/o Hugo Reed Goods/Services Provided Sanitary Sewer Start & Completion Dates 10/26/15 to 2/15/16 Contract Amount $212,90B.00 Change Orders $6,900.00 Contact Name/Telephone # Greg Nauert, gnauert@hugoreed.com, (806) 763-5642 Names of Supervisor on Job Site Rene Hernandez, Shane Hickman Name of Project Mgr/Safety/Quality Bryant Sebastian i Type of Equipment Used Backhoe, Ditcher, Vactron Agency/Owner Spur Independent School District Award 2015, start 2016 Contract # n/a - Name & Location of Project Spur ISD Concessions and Restrooms Surety Company n/a Sub or Prime Contractor Collier Construction Company Goods/Services Provided Municipal Water and Sanitary Sewer Start & Completion Dates 3/8/16 to 12/2/16 Contract Amount $109,000.00 Change Orders $15,998.00 Contact Name/Telephone # Shanon Hays, shannon@colliertx.com, (806) 741-1982 Names of Supervisor on Job Site Mark Patterson J Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Ditcher Agency/Owner Bolton Oil Company Award 2015, start 2016 Contract # n/a Name & Location of Project Tract G, Justin Bolton Addition Surety Company n/a Sub or Prime Contractor Bolton Oil Company c/o Hugo Reed Goods/Services Provided Municipal Water Start & Completion Dates 2/2/16 to 2/18/16 r Contract Amount $25,517.50 Change Orders $0.00 Contact Name/Telephone # Jason Swoffard, jswoffard@hugoreed.com, 806-763-5642 Names of Supervisor on Job Site Jayson Norby, Shane Hickman Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Ditcher Page 2 of 10 2016 Agency/Owner American Campus Communities Contract # 16159TX-02 Name & Location of Project 21 Hundred at Overton Park, 2110 Mac Davis Lane, #1, Lbk, TX 79401 Surety Company n/a Sub or Prime Contractor FaverGray Goods/Services Provided Water, Sewer, Fire Line Start & Completion Dates 3/7/16 to 11/17/17 Contract Amount $503,300.00 Change Orders $101,163.00 Contact Name/Telephone # Adam Gray, Project Manager, Agray@favergray.com, (904) 208-2034 Names of Supervisor on Job Site Shane Hickman Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Ditcher Agency/Owner Raycom Media Contract # n/a Name & Location of Project KCBD, Channel 11 Surety Company n/a Sub or Prime Contractor AMCO, Inc. Goods/Services Provided Electric Start & Completion Dates 11/3/15 to 2/3/16 Contract Amount $310,879.63 Change Orders $0.00 Contact Name/Telephone # Rex Barbour, rex@amcoelect.com, (806) 765-8557 Names of Supervisor on Job Site Rene Hernandez Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Ditcher, Vactron Agency/Owner Texas Tech University Contract # 015720-02-B Name & Location of Project TTU Honors Hall Surety Company n/a Sub or Prime Contractor The Whiting -Turner Contracting Company Goods/Services Provided Site Utilities Start & Completion Dates 3/15/16 to 6/23/17 Contract Amount $209,494.00 Change Orders $133,965.00 Contact Name/Telephone # David Mills, David.Mills@whiting-turner.com, (210) 558-1880 Names of Supervisor on Job Site ]ayson Norby Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Ditcher Agency/Owner Texas Tech University, Athletics Department Contract # n/a Name & Location of Project TTU Athletic Training Center, Potholing Surety Company n/a Sub or Prime Contractor Flintco Goods/Services Provided Potholing Utilities Start & Completion Dates 10/20/15 - 2/1/16 Contract Amount $52,722.65 Change Orders $0.00 Contact Name/Telephone # Matt Dobson, mdobson@flintco.com, (505) 262-1888 Names of Supervisor on Job Site Rene Hernandez, ]ayson Norby Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Vactron Page 3 of 10 2016 Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used City of Lubbock n/a Downtown Redevelopment, Phase II -Tie In n/a Lubbock Power & Light Electric 10/29/15 to 4/23/16 $46,001.27 $0.00 ]arrod Huse, jhuse@mail.ci.lubbock,tx.us, 806-775-2572 Jayson Norby Bryant Sebastian Backhoe, Ditcher, Vactron Frenship Independent School District 1515 Frenship ISD 2014 New Elementary School n/a - not required Lee Lewis Construction, Inc. Site Utilities 9/8/15 to 6/6/17 $154, 024,00 $0.00 Amy Bollinger, Project Manager, abollinger@leelewis.com, 806-797-8400 Shane Hickman Bryant Sebastian Backhoe, Ditcher American Campus Communities n/a 21 Hundred at Overton n/a Lubbock Power and Light Electric 3/8/16 to 6/10/16 $26, 310.78 $0.00 ]arrod Huse, jhuse@ mail. ci.lubbock.tx.us, 806-775-2572 Jayson Norby Bryant Sebastian Backhoe, Ditcher, Vactron City of Lubbock n/a 5214 - 2nd Drive (2nd and Slide) n/a Lubbock Power & Light Electrical 1/28/16 to 2/9/16 $30,630.97 $0.00 Lee Roy Martinez, Irmartinez@lpandt.com, 806-789-5602 Rene Hernandez, Shane Hickman Bryant Sebastian Backhoe, Ditcher, Vactron Page 4 of 10 2016 Agency/Owner Lubbock Power and Light Contract # n/a Name & Location of Project Monsanto Bore - Utah Surety Company n/a Sub or Prime Contractor Lubbock Power and Ught Goods/Services Provided Electrical Start & Completion Dates 2/23/16 to 4/11/16 Contract Amount $278,784.86 Change Orders $0.00 Contact Name/Telephone # Jerrad Huse, jhuse@mail.ci.lubbock.tx.us, 806-775-2515 Names of Supervisor on Job Site Rene Hernandez Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Boring Machine Agency/Owner Covenant Hospital Contract # 14017-02600 Name & Location of Project Community Health Center of Lubbock Surety Company n/a Sub or Prime Contractor Teinert Commercial Building Services < Goods/Services Provided Site Utilities Start & Completion Dates 8/22/14 to 3/10/16 Contract Amount $95,660.00 Change Orders $7,216.00 Contact Name/Telephone # Jacob Kirkland, jacob@teinert.com, 806-744-2801 Names of Supervisor on Job Site Von Kimbrell, Mike Norris Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe Agency/Owner SH Lubbock Milwaukee LP Contract # n/a Name & Location of Project The Vineyards fi Surety Company n/a Sub or Prime Contractor Realtex Construction, LLC Goods/Services Provided Site Utilities Start & Completion Dates 7/14/15 to 8/2/16 Contract Amount $235,272.00 Change Orders $5,974.00 Contact Name/Telephone # Dustin Cloutier, dcloutier@realtexdevelopment.com, 512-466-7353 Names of Supervisor on Job Site Shane Hickman Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Ditcher Agency/Owner Lubbock Cooper ISD Contract # n/a Name & Location of Project High School Athletic Facility Improvements Surety Company n/a - . Sub or Prime Contractor Sandia Construction, Inc. Goods/Services Provided Sanitary Sewer Start & Completion Dates 6/15/16 to 8/19/16 Contract Amount $93,165.36 Change Orders $3,430.00 Contact Name/Telephone # Michael Haverdink, michael@sandia.com, 806-745-9450 Names of Supervisor on Job Site Jayson Norby Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Ditcher i _ Page 5 of 10 2016 Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Department of Transportation n/a Bore at US 84, Slaton n/a Xcel Energy Bore 5/11/16 to 5/25/16 $35,842.20 $0.00 John Gardner, john.a.gardner@xcelenergy.com, 806-796-3270 Rene Hernandez Bryant Sebastian Boring Equipment, Ditcher, Backhoe Texas Tech University n/a TTU Museum Life Safety, Utility Upgrade n/a Sandia Construction, Inc. Site utilities 7/26/16 to 4/25/17 $488,254.00 $120,064.82 Greg Durbin, President, greg@sandiaconst.com, 806-745-9450 Jayson Norby Bryant Sebastian Ditcher, Backhoe City of Lubbock n/a Southcrest Subdivision n/a Lubbock Power & Ught Site Utility 2/16/16 - 2/29/16 $52, 664, 80 $0.00 Jeff Baker, jbaker@lpandl.com, 806-775-2560 Rene Hernandez, Shane Hickman, Jayson Norby Bryant Sebastian Ditcher, Backhoe City of Lubbock n/a Tract A, Wildwood n/a Designed to Build c/o Hugo Reed Water and Sanitary Sewer 6/13/16 to 1/30/17 $521,580.60 $13,973.50 Nathan Rigler, nrigler@hugoreed.com, 806-763-5642 Mark Patterson, Beau Bullard Bryant Sebastian Ditcher, Backhoe Page 6 of 10 2016 Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on lob Site Name of Project Mgr/Safety/Quality Type of Equipment Used Hidden Tree Ranch Mobile Home n/a Hidden Tree Ranch Mobile Home n/a CRTX Properties, LLC Water and Sewer 6/9/16 to 7/6/17 $158,515.00 $8,582.87 Dennis Crump, crumptx@gmail.com, 972-978-9210 Von Kimbrell Bryant Sebastian Backhoe, Ditcher, Water Wagon Texas Tech University n/a TiU Sports Performance Complex n/a Flintco Site Utilities 6/30/16to 1/11/18 $964, 565.00 $142, 596.00 Matt Dobson, mdobson@flintco.com, 505-262-1888 Rene Hernandez Bryant Sebastian Backhoe, Ditcher, Water Wagon CCC-Lubbock, LLC n/a Lubbock Cottages at Holiday Park Merchants Bonding Cottage Builders, Inc Municipal Water and Sewer 7/14/16to 10/4/17 $578,819.00 $312,728.00 Clay Wilson, PE, LEED AP, cwilson@capstonemaii.com, 205-414-6403 Shane Hickman Bryant Sebastian Backhoe, Ditcher Lubbock Cooper Independent School District n/a High School Career & Technology - Education Addition n/a Sandia Construction, Inc. Water and Sewer 7/11/16 to 12/20/16 $30,440.00 $0.00 Michael Haverdink, michaei@sandiaconstr.com, 806-745-9450 layson Norby Bryant Sebastian Backhoe, Ditcher, Vactron Page 7 of 10 2016 Agency/Owner The Board of Regents of the Texas Tech University System Contract # # 1558 Name & Location of Project TTU Rawls CoBA, Addition Phase 1 Package 1B Surety Company n/a Sub or Prime Contractor Lee Lewis Construction, Inc. Goods/Services Provided Sewer Line Start & Completion Dates 7/31/15 to 8/19/17 Contract Amount $42,000,00 Change Orders $0.00 Contact Name/Telephone # David Meadows Names of Supervisor on Job Site Von Kimbrell Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Ditcher, Backhoe Agency/Owner Lubbock Power and Light Contract # n/a Name & Location of Project Monsanto Bore - I-27 and 1297 Surety Company n/a Sub or Prime Contractor Lubbock Power and Light Goods/Services Provided Electrical Start & Completion Dates 4/5/16 to 10/13/16 Contract Amount $45,515.20 Change Orders $0.00 Contact Name/Telephone # Jerrad Huse, jhuse@mail.ci.lubbock.tx.us, 806-775-2515 Names of Supervisor on Job Site Rene Hernandez Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Boring Machine Agency/Owner CCC-Lubbock, LLC Contract # n/a Name & Location of Project The Cottages of Lubbock Surety Company n/a Sub or Prime Contractor Tom Lyne Plumbing & Irrigation Goods/Services Provided Install sewer lines Start & Completion Dates 9/27/16 to 3/22/17 Contract Amount $343,640.00 Change Orders $0.00 Contact Name/Telephone # Tom Lyne, 979-324-1200, tomblyne@yahoo.com Names of Supervisor on Job Site Shane Hickman Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Ditcher, Backhoe, Water Wagon Agency/Owner Funky Door Restaurant Pi Contract # n/a Name & Location of Project Surety Company Funky Door Restaurant, 66th and Milwaukee n/a Sub or Prime Contractor Collier Construction Company Goods/Services Provided Municipal Water, Fire Line and Sanitary Sewer Start & Completion Dates 11/29/16 to 1/31/17 Contract Amount $49,680.00 Change Orders $3,280.00 Contact Name/Telephone # Josh Dickson, josh@colliertx.com, 806-620-8202 Names of Supervisor on Job Site Von Kimbrell Name of Project Mgr/Safety/Quality Bryant Sebastian_ Type of Equipment Used Ditcher, Backhoe I4 Page 8 of 10 i I 2016 Agency/Owner Reese Technology Center Contract # n/a Name & Location of Project Replace Isolation Valves in Pump House Surety Company n/a Sub or Prime Contractor Reese Technology Center, c/o Parkhill, Smith and Cooper Goods/Services Provided Replace isolation valves Start & Completion Dates 10/25/16 to ongoing Contract Amount $64,350,00 Change Orders $0.00 Contact Name/Telephone # J T Puckett, PSC Names of Supervisor on Job Site Von Kimbrell Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Vactron Agency/Owner B & G Villa Properties, LLC Contract # n/a Name & Location of Project Melonie Park Surety Company n/a Sub or Prime Contractor Carthel Engineering Solutions Goods/Services Provided Municipal Water and Sanitary Sewer Start & Completion Dates 12/5/16 to 8/24/17 Contract Amount $74,865.00 Change Orders $0.00 Contact Name/Telephone # Ches Carthel, chestercarthel@yahoo.com, 806-687-8322 Names of Supervisor on Job Site Von Kimbrell Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Ditcher, Backhoe, Vactron Agency/Owner Texas Tech University Contract # n/a Name & Location of Project TTU Experimental Sciences Building II Surety Company n/a Sub or Prime Contractor Zahn Paving Goods/Services Provided Site Utilities Start & Completion Dates 12/12/16 to 12/13/16 Contract Amount $30,000.00 Change Orders $0.00 Contact Name/Telephone # Ronnie Zahn, zahnpaving@gmaii.com, (806) 748-1877 Names of Supervisor on Job Site Jayson Norby Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used 1 Ditcher, Backhoe i Agency/Owner Lubbock Cooper Independent School District Contract # SI#025 Name & Location of Project Lubbock Cooper ISD Classroom Addition at High School Surety Company n/a Sub or Prime Contractor Sandia Construction Goods/Services Provided 8" Water and 10" Fire Line Start & Completion Dates 12/21/16 to 1/3/17 Contract Amount $41,410.00 Change Orders $0.00 Contact Name/Telephone # Michael Haverdink, michael@sandia.com, (806) 745-9450 Names of Supervisor on Job Site Jayson Norby, Rene Hernandez Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Trencher, Mini Excavator, Vactron Page 9 of 10 2016 Agency/Owner Texas Tech University Contract # n/a Name & Location of Project TTU Honors Hall Surety Company n/a Sub or Prime Contractor Dynamic Systems, Inc. Goods/Services Provided Asphalt Repair Start & Completion Dates 10/26/16 to 7/13/17 Contract Amount $11,800.00 Change Orders $94,918.00 Contact Name/Telephone John Crutcher, 512-486-3732, jcrutcher@dynamicsystemusa.com Names of Supervisor on Job Site Beau Bullard Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Vactron Agency/Owner CCC-Lubbock, LLC Contract # n/a Name & Location of Project Capstone Cottages Surety Company n/a Sub or Prime Contractor Lubbock Power & Light Goods/Services Provided Electrical Start & Completion Dates 11/29/16 to 5/11/17 Contract Amount $28,179.00 Change Orders $0.00 Contact Name/Telephone # Jarrod Huse, jhuse@mail.ci.lubbock.tx.us, (806)775-2572 Names of Supervisor on Job Site Shane Hickman Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Trencher, Vactron Agency/Owner Texas Tech University Contract # Name & Location of Project TTU ATC Potholing Surety Company n/a Sub or Prime Contractor Flintco Goods/Services Provided Pothole Utilities Start & Completion Dates 1/12/16 to 2/1/16 Contract Amount $29,626.86 Change Orders $0.00 Contact Name/Telephone # Matt Dobson, mdobson0flintco.com, (505) 262-1888 Names of Supervisor on Job site Rene Hernandez Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Vactron Agency/Owner Lamesa Independent School District Contract # #14-018 Name & Location of Project Lamesa ISD High School Phase 2 Package 2 Surety Company n/a Sub or Prime Contractor Pharr & Company Goods/Services Provided Sanitary Sewer Start & Completion Dates 6/8/15 to 1/11/18 Contract Amount $224,884.00 Change Orders $10,900.00 Contact Name/Telephone # Kenneth Barthold, kbarthold@pharrco.com, (806) 763-5263 Names of Supervisor on Job Site Rene Hernandez Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Trencher Page 10 of 10 i._ Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used 2015 White River Municipal Water District TWDB Project #62587 White River Municipal Water District - Proposed Well Field, Arthur ]. Gallagher Risk Management Services, Inc. White River Municipal Water District Well Field Transmission Line 1/21/15 to 7/3/15 $220,468.00 $2,445.52 Silas ]ones (806) 777-9975 Mark Patterson Bryant Sebastian Backhoe, Trencher Texas Tech University #832 TTU Garrison Lift Station n/a Anthony Mechanical, Inc. Lift Station 3/11/15 to 8/14/15 $250,117.00 $0.00 Mike Powell (806) 747-4151 ]ayson Norby Bryant Sebastian Backhoe, Ditcher Transmission Main City of Lubbock ITB 15-12060-TS Downtown Redevelopment Phase II Project Merchants Bonding Co. Mutual Deerwood Construction, Inc. Underground Utilities 2/23/15 to 2/15/16 $1,923, 249.49 -$27,519.64 Neil Welch, PE, nwelch@mail.ci.lubbock.tx.us, (806) 775-3254 ]ayson Norby Bryant Sebastian Boring Machine, Backhoe, Ditcher Frenship Independent School District 1515 Frenship ISO 2014 New Elementary School n/a - not required Lee Lewis Construction, Inc. Site Utilities 9/8/15 to 6/6/17 $154, 024.00 $0.00 Amy Bollinger, Project Manager, aboll Inger@leelewis.com, 806-797-8400 Shane Hickman Bryant Sebastian Backhoe, Ditcher Page 1 of 11 Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used 2015 Snyder Independent School District # 1509 Snyder ISD New Junior High School n/a Lee Lewis Construction, Inc. Water and Sewer 3/24/15 - to 7/28/15 $254,896.00 $9,575.00 Neil faster (806) 797-8400 Von Kimbrell Bryant Sebastian Backhoe, Trencher Lamesa Independent School District # 14-018 Lamesa ISD High School Phase 2 Package 2 n/a Pharr & Company Sanitary Sewer 6/8/15 to 1/11/18 $224,884.00 $10,900.00 Kenneth Barthold, kbarthold@pharrco.com, (806) 763-5263 Rene Hernandez Bryant Sebastian Backhoe,Trencher Playa Vista n/a Playa Vista, Lubbock n/a Abe Friesen Construction Underground Utilities - Water and Sewer 4/11/14 to 1/19/15 $44,484.00 $1, 800.00 Abe Friesen (806) 771-0572 Shane Hickman & Von Kimbrell Bryant Sebastian Backhoe Lubbock Christian University n/a LCU Margaret Talkington Nurse Center n/a Lee Lewis Construction, Inc. Water and Sewer 1/7/14 to 9/3/15 $241,900.00 $15,161.00 David Coggins, 806-797-8400 Von Kimbrell and Albert Moreno Bryant Sebastian Backhoe Page 2 of 11 Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used 2015 Covenant Hospital 14017-02600 Community Health Center of Lubbock n/a Teinert Commercial Building Services Site Utilities 8/22/14 to 3/10/16 $95,660.00 $ 7, 216.00 Jacob Kirkland, jacob@teinert.com, 806-744-2801 Von Kimbrell, Mike Norris Bryant Sebastian Backhoe South Plains Food Bank n/a South Plains Food Bank n/a Pharr & Co. Site Utilities 7/24/14 to 10/23/15 $192,157.00 -$19,885.40 Jimmy, 806-763-5263 Von Kimbrell, Albert Moreno Bryant Sebastian Backhoe City of Lubbock 11849 16" Water Line Replacement, City of Lubbock n/a City of Lubbock Water 9/11/14 to 6/3/15 $1,322,215.85 $12,611.78 Greg Baler Shane Hickman, Von Kimbrell, Jayson Norby Bryant Sebastian Backhoe, Ditcher, Trencher Texas Tech University n/a TTU Synthetic Turf Intramural Recreational Fields n/a J T Vaughn Construction, Inc. Water, Sewer 10/2/14 to 6/3/15 $102,940.00 -$6,800.00 James Mitchell, 806-368-3497 Jayson Norby Bryant Sebastian Backhoe Page 3 of 11 Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on lob Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used 2015 Lamesa Independent School District n/a Pre-K Addition, Lamesa ISD n/a Pharr & Co Sewer, Water 12/2/14to 6/23/15 $90,48000 $0.00 Gary Stringer, 806-763-5263 Ruben Ponce Bryant Sebastian Backhoe Portofino Apts n/a Portofino Apts, Lubbock 79407 n/a Tigris, LLC Electrical, Sewer, and Water 8/30/2013 to 4/20/15 $181, 066.57 $0.00 Mike Elliot 806-789-7773 Von Kimbrell and Albert Moreno Bryant Sebastian Ditcher, Backhoe City of Lubbock n/a Cooper Meadow n/a Lubbock Power & Light Underground Electric for new subdivision 12/4/14 to 1/21/15 $38,493.14 $0.00 Cody Kruger Bryant Sebastian Albert Moreno, Mike Norris Backhoe, Vactron Covenant Medical Center n/a Driveway and Entrance, Covenant Medical Center n/a McCarthy Building Companies Site Utilities 4/3/15 to 8/6/15 $178,949.00 $55,783.00 Eric Sorgen Shane Hickman Bryant Sebastian Backhoe, Ditcher Page 4 of 11 Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used 2015 DBS Kids 15-002-070 DBS Kids, 4322 Justice Avenue, Lubbock, TX 79407 n/a Pharr & Co. Municipal Water 9/29/15 to 10/7/15 $44,130.00 $0.00 Bob Renne Von Kimbrell Bryant Sebastian Backhoe, Ditcher Xcel Energy n/a Lubbock South Station n/a Xcel Energy Provide topping soil 12/2/14 - 1/26/15 $86,909.02 $0.00 Skip Jenkins, 806-378-2405 Floyd Trucking - subcontracted Bryant Sebastian DCI equipment not used Levelland Independent School District n/a Lobo Stadium, 1402 E. Ellis Street, Levelland, TX 79336 Arthur J. Gallagher Risk Management Service, Inc. McCutchen Construction Sewer, and Water 1/29/14 to 4/28/15 $316,414.00 $0.00 Zake McCutchen 806-894-2861 Von Kimbrell and Mike Norris Bryant Sebastian Backhoe SH Lubbock Milwaukee LP n/a The Vineyards n/a Realtex Construction, LLC Site Utilities 7/14/15 to 8/2/16 $235,272.00 $5,974.00 Dustin Cloutier, dcloutier@realtexdevelopment.com, 512-466-7353 Shane Hickman Bryant Sebastian Backhoe, Ditcher Page 5 of 11 2015 Agency/Owner University Medical Center Contract # n/a Name & Location of Project UMC East Parking Lot Expansion Surety Company n/a Sub or Prime Contractor Advanced Pavement Goods/Services Provided Site Utilities Start & Completion Dates 9/9/14 to 5/20/15 Contract Amount $176,728.00 Change Orders $7,010.00 Contact Name/Telephone # Jessie Garrett, 806-371-7283 Names of Supervisor on Job Site Jayson Norby Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe Agency/Owner Lubbock Independent School District Contract # n/a Name & Location of Project LISD Jayne Ann Miller Elementary School, Lubbock, Texas 79413 Surety Company n/a Sub or Prime Contractor Lee Lewis Construction Co., Inc. Goods/Services Provided Water Start & Completion Dates 10/22/2013 to 5/19/15 Contract Amount $87,697.00 Change Orders $23,627.00 Contact Name/Telephone # Amy Bollinger 806-797-8400 Names of Supervisor on Job Site Von Kimbrell Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Ditcher, Backhoe Agency/Owner Texas Tech University Health Sciences Center Contract # n/a Name & Location of Project TTUHSC Fl South Parking Lot Expansion Surety Company n/a Sub or Prime Contractor Vaughn Construction Goods/Services Provided Underground Utilities Start & Completion Dates 6/24/15 to 8/15/15 Contract Amount $98,136.00 Change Orders $0.00 Contact Name/Telephone # James Mitchell, 806-368-3497 Names of Supervisor on Job Site Albert Moreno Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Ditcher, Backhoe Agency/Owner The Board of Regents of the Texas Tech University System Contract # #1558 Name & Location of Project TTU Rawls CoBA, Addition Phase 1 Package 1B Surety Company n/a Sub or Prime Contractor Lee Lewis Construction, Inc. Goods/Services Provided Sewer Line Start & Completion Dates 7/31/15 to 8/19/17 Contract Amount $42,000.00 Change Orders $0.00 Contact Name/Telephone # David Meadows Names of Supervisor on Job Site Von Kimbrell Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Ditcher, Backhoe Page 6 of 11 Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used r_. 2015 University Medical Center n/a UMC Southwest Cancer Center n/a Collier Engineering Electric, Water and Sewer 8/7/14 to 7/24/15 $95,446.00 $37, 364.00 Scott Collier 806-741-1982 Von Kimbrell, Albert Moreno Bryant Sebastian Ditcher, Backhoe Texas Tech University Health Sciences Center n/a TTUHSC Water Main Relocation n/a J T Vaughn Site Utilities 7/1/15 to 9/15/15 $225,843.00 $0.00 Kelly Dennard, (806) 368-3497 Albert Moreno Bryant Sebastian Ditcher, Backhoe Lubbock Power and Light n/a Federal Building n/a Lubbock Power and Light Electric 7/17/2015to 9/17/15 $64,375.59 $0.00 Jarrad Huse - 806.775.2558 Rene Hemandez Bryant Sebastian Ditcher, Backhoe City of Lubbock n/a Northwest Water Reclamation Plant n/a Acme Electric Backfill and compact 8/20/2015 to 2/16/17 $30,443.80 $0.00 B. Brown, bbrown@acmeelect.com, (806) 745-7720 Mark Patterson 741-1446 Bryant Sebastian Water Truck, Skid Steer, Excavator & Trench Roller Page 7 of 11 Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used 2015 City of Lubbock 12522/RFP 15-12522-JM Fire Station #1, B" Water Line Merchants Bonding Company City of Lubbock 8* Water Line 12/7/15 to 4/8/16 $ 243, 373.00 -$4,560.86 Josh Kristinek, jkrlstinek@mail. ci.lubbock.tx.us, (806) 775-3397 Ruben Ponce 782-3057 Bryant Sebastian Ditcher, Backhoe City of Lubbock n/a Broadway and MLK bore, street lights n/a Lubbock Power & Light Bore for street lights 7/6/13 - 7/13/15 $51,464.78 $0.00 Jarrad Huse - 806.775.2558 Rene Hernandez Bryant Sebastian Boring machine, ditcher, backhoe United Supermarkets n/a United Supermarkets on Indiana n/a Hugo Reed Municipal Water 9/8/15 to 10/5/15 $58,124.00 $2,680.00 Von Kimbrell Bryant Sebastian Backhoe, Ditcher Texas Tech University n/a TTU Ronald McDonald House n/a Anthony Mechanical, 806-747-4151 Sanitary Sewer 11/9/15 to 11/24/15 $56,160.00 $0.00 Mike Powell Rene Hernandez Bryant Sebastian Backhoe, Ditcher, Vactron Page 8 of 11 2015 Agency/Owner Texas Tech University Contract # n/a Name & Location of Project TTU New System Office Building, Package 1 Surety Company n/a Sub or Prime Contractor J T Vaughn Construction Goods/Services Provided Site Utilities Start & Completion Dates 10/14/15 to 10/7/16 Contract Amount $719,248.00 Change Orders $0.00 Contact Name/Telephone # Louis Reger, (713) 984-4038 Names of Supervisor on Job Site Von Kimbrell Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Ditcher, Vactron Agency/Owner Texas Tech University Health Sciences Center Contract # n/a Name & Location of Project TTUHSC General Services Dock Surety Company n/a Sub or Prime Contractor J T Vaughn Construction Goods/Services Provided Sanitary Sewer Start & Completion Dates 11/6/15 to 6/30/16 Contract Amount $196,554.00 Change Orders $0.00 Contact Name/Telephone # James Mitchell, jmitcheli@vaughnconstruction.com, (806)368-3497 Names of Supervisor on Job Site Von Kimbrell Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Ditcher _. Agency/Owner LaMancha Investments LTD Contract # n/a Name & Location of Project Southwest Commercial Park Surety Company n/a Sub or Prime Contractor LaMancha Investments LTD c/o Hugo Reed Goods/Services Provided Sanitary Sewer Start & Completion Dates 10/26/15 to 2/15/16 Contract Amount $212,908.00 Change Orders $6,900.00 Contact Name/Telephone # Greg Nauert, gnauert@hugoreed.com, (806) 763-5642 Names of Supervisor on Job Site Rene Hernandez, Shane Hickman Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Ditcher, Vactron Agency/Owner Spur Independent endent School District Contract # Name & Location of Project Spur ISD Concessions and Restrooms Surety Company Sub or Prime Contractor Collier Construction Company Goods/Services Provided Municipal Water and Sanitary Sewer Start & Completion Dates 3/8/16 to 12/2/16 Contract Amount $109,000.00 Change Orders $0.00 Contact Name/Telephone # Shanon Hays, Shannon@colliertx.com, (806)741-1982 Names of Supervisor on Job Site Mark Patterson Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Ditcher Page 9 of 11 Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name[Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name[Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used 2015 Bolton Oil Company n/a Tract G, Justin Bolton Addition n/a Bolton Oil Company c/o Hugo Reed Municipal Water 2/2/16 to 2/18/16 $25, 517.50 $0.00 Jason Swoffard, jswoffard@hugoreed.com, 806-763-5642 Jayson Norby, Shane Hickman Bryant Sebastian Backhoe, Ditcher Texas Tech University TTU HSC East Parking Lot Expansion J T Vaughn Construction, Inc. Sewer, Water 10/16/14 to 10/20/15 $69,526.00 $7,206.00 James Mitchell, 806-368-3497 Jayson Norby Bryant Sebastian Backhoe Texas Tech University, Athletics Department n/a TTU Athletic Training Center, Potholing n/a Flintco Potholing Utilities 10/20/15 - 2/1/16 $52, 722.65 $0.00 Rene Hernandez, Jayson Norby Bryant Sebastian Vactron State of Texas n/a Lubbock State School - Bore n/a Acme Electric Bore 12/8/15 - 12/11/15 $38,860.00 $0.00 Barry Brown - 806.745.7720 Rene Hernandez Bryant Sebastian Boring Machine Page 10of11 2015 Agency/Owner Raycom Media Contract # n/a Name & Location of Project KCBD Bore Surety Company n/a Sub or Prime Contractor AMCO Electric 3' Goods/Services Provided Bore Start & Completion Dates 11-3-15 to 2-3-16 Contract Amount $29,450.00 Change Orders $0.00 Contact Name/Telephone # Rex Barbour 9 806-765-8557 Names of Supervisor on Job Site Rene Hernandez Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Boring Machine, Vactron Agency/Owner City of Lubbock Contract # n/a Name & Location of Project Downtown Redevelopment Surety Company n/a Sub or Prime Contractor Lubbock Power & Light Goods/Services Provided Electric Start & Completion Dates 10/29/15 to 4/23/16 Contract Amount $46,001.27 Change Orders $0.00 Contact Name/Telephone # Jarrod Huse - 806-775-2556 Names of Supervisor on Job Site Jayson Norby Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Ditcher, Vactron Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used 2014 Playa Vista Playa Vista, 82nd Street and Oakridge, Lubbock Abe Friesen Construction Underground Utilities - Water and Sewer 4/11/14 to 1/19/15 $44,484.00 $ 7, 597.24 Abe Friesen (806) 771-0572 Shane Hickman & Von Kimbrell Bryant Sebastian Backhoe 19th & Peoria Ave 19th & Peoria Ave, Lubbock TX 79423 Not Required Collier Engineering Storm Sewer Relocation 3/28/14 to 5/19/14 $68,286.00 $6,368.00 Scott Collier 806-741-1982 Von Kimbrell Bryant Sebastian Backhoe Inland Truck Parts Inland Truck Parts, 109 E. Slaton Rd, Lubbock, TX 79404 Collier Engineering Underground Utilities 4/ 14/ 14 to 9/ 10/ 14 $180,191.00 Hans Hanson 806-741-1982 Shane Hickman Bryant Sebastian Backhoe City of Levelland Oxy Sports Complex Not Required Lee Lewis Construction, Inc. Sewer, and Water 1/7/2014- 12/17/14 $276,773.00 $4,437.00 Devin Sherman, 806-797-8400 Mike Taylor and Albert Moreno Bryant Sebastian Backhoe l j Page 1 of 9 Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used 2014 Levelland Independent School District Lobo Stadium, 1402 E. Ellis Street, Levelland, TX 79336 Arthur J. Gallagher Risk Management Service, Inc. McCutchin Construction Sewer, and Water 1/29/14 to 4/28/15 $316,414.00 N/A Zake McCutchin 806-894.2861 Von Kimbrell and Mike Norris Bryant Sebastian Backhoe City of Lamesa Project *01-2507-13 City of Lamesa, Water and Sewer Improvements Bond No. TXC 605467 - Arthur J. Gallagher Risk Management Services, Inc. Parkhill, Smith & Cooper Sewer and Water 5/22/14 to 8/4/14 $296,838.50 $18,000.00 Leonard Nail - 806-241-7126 (cell), 806.473-3536 (office) Shane Hickman Bryant Sebastian Backhoe University Medical Center UMC East Parking Lot Expansion Advanced Pavement Site Utilities 9/9/14 to 5/20/15 $176,728.00 Jessie Garrett, 806-371-7283 Jayson Norby Bryant Sebastian Backhoe Atmos Energy Project *21000883 Atmos Energy Service Center, 6606 - 66th Street, Lubbock, TX Bid Bond not required - Maintenance Bond #TXC605471 Structure Tone Southwest Municipal Water and Sanitary Sewer 7/8/14 to 11/19/14 $70, 830.00 Steve Lawrence 214-520-3533 - office, Vernon Turner 214-878-4549 - cell Albert Moreno and Mike Norris Bryant Sebastian Backhoe Page 2 of 9 2014 Agency/Owner Lubbock Christian University Contract # Name & Location of Project LCU Margaret Talkington Nurse Center Surety Company N/A Sub or Prime Contractor Lee Lewis Construction, Inc. Goods/Services Provided Water and Sewer Start & Completion Dates 1/7/14 to 2/10/15 Contract Amount $241,900.00 Change Orders $15,161.00 Contact Name/Telephone # David Coggins, 806-797-8400 Names of Supervisor on Job Site Von Kimbrell and Albert Moreno Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe Agency/Owner Covenant Hospital Contract # 14017-02600 Name & Location of Project Community Health Center of Lubbock Surety Company n/a Sub or Prime Contractor Teinert Commercial Building Services Goods/Services Provided Site Utilities Start & Completion Dates 8/22/14 to 3/10/16 Contract Amount $95,660.00 Change Orders $7,216.00 Contact Name/Telephone # Jacob Kirkland, Jacob@teinert.com, 806-744-2801 Names of Supervisor on Job Site Von Kimbrell, Mike Norris Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe Agency/Owner South Plains Food Bank Contract # Name & Location of Project South Plains Food Bank Surety Company Sub or Prime Contractor Pharr & Co. Goods/Services Provided Site Utilities Start & Completion Dates 7/24/14 to 5/27/15 Contract Amount $192,157.00 Change Orders Contact Name/Telephone # Jimmy, 806-763-5263 Names of Supervisor on Job Site Von Kimbrell, Albert Moreno Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe Agency/Owner City of Lubbock Contract # 11849 Name & Location of Project 16" Water Line Replacement, City of Lubbock Surety Company Sub or Prime Contractor Deerwood Construction, Inc. Goods/Services Provided Water Start & Completion Dates 9/11/14 to 6j3/15 Contract Amount $1,203,304.20 Change Orders Contact Name/Telephone # Greg Baler Names of Supervisor on Job Site Shane Hickman, Von Kimbrell, Jayson Norby Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe Page 3 of 9 Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used 2014 Texas Tech University TTU Park & Ride CC Electric Electric 7/25/14 - 8/19/14 $42, 204.00 Pete Kuhn, 806-745-1345 Mike Norris and Shane Hickman Bryant Sebastian Backhoe University Medical Center UMC Southwest Cancer Center Collier Engineering Electric, Water and Sewer 8/7/14 to 7/24/15 $95,446.00 $ 37, 364.00 Scott Collier 806-741-1982 Von Kimbrell, Albert Moreno Bryant Sebastian Backhoe Texas Tech University TTU Synthetic Turf Intramural Recreational Fields J T Vaughn Construction, Inc. Water, Sewer 10/2/14 to 6/3/15 102,940.00 -6800.00 James Mitchell, 806-368-3497 Jayson Norby Bryant Sebastian Backhoe Texas Tech University TTU HSC East Parking Lot Expansion J T Vaughn Construction, Inc. Sewer, Water 10/16/14 to 10/20/15 $69, 526.00 $7,206.00 James Mitchell, 806-368-3497 Jayson Norby Bryant Sebastian Backhoe Page 4 of 9 2014 Agency/Owner Lakeridge Country Club Contract # Name & Location of Project Lakeridge Golf Course Surety Company Sub or Prime Contractor Landscapes Unlimited Goods/Services Provided Bore Start & Completion Dates 10/3/14 to 11/3/14 Contract Amount $41,117.78 Change Orders Contact Name/Telephone # Chris White, 402-423-6653 Names of Supervisor on Job Site Mike Norris Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Boring Machine Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Lamesa Independent School District Pre-K Addition, Lamesa ISD Pharr & Co Sewer, Water 12/2/14 to 6/23115 $90,480.00 Gary Stringer, 806-763-5263 Ruben Ponce Bryant Sebastian Backhoe Alderson Cadillac Alderson Cadillac Temple Electric Electric 9/15/14 to 10/3/14 $ 53, 264.41 Zay Becknai, 806-548-2773 Mike Norris Bryant Sebastian Backhoe Texas Department of Transportation 1065-0008-65 US 62/82 & Milwaukee Avenue Haydon Building Corp Bore 6/16/14 - 6125/14 $50,000.00 $2,700.00 John Theiler, 505-220-0115 Von Kimbrell Bryant Sebastian Boring Machine, Backhoe Page 5 of 9 Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of project Mgr/Safety/Quality Type of Equipment Used 2014 Lubbock Independent School District LISD Jayne Ann Miller Elementary School 6705 Joliet Drive, Lubbock, Texas 79413 Lee Lewis Construction, Inc. Water 10/22/2013 to 5/19/15 $87,697.00 $27,865.00 Amy Bollinger 806-797-8400 Von Kimbrell Bryant Sebastian Servco SERVCO Company 2700 East 66th St, Lubbock, TX 79404 Lee Lewis Construction Co., Inc.:Servco Sewer, and Water 10/7/2013 to 7/11/14 $190,980.00 $17,578.00 David Reyes 806-831-8678 Albert Moreno Bryant Sebastian West End Cabela's West End Municipal Utilities 34th & W Loop 289, Lubbock, TX 79423 Lee Lewis Construcion Co., Inc. Sewer, and Water 10/23/13 to 4/14/14 $232,262.00 N/A Josh Weems 806-797-8400 and John Chappell 806-548-0156 Mike Taylor Bryant Sebastian West End Cabela's West End Site Package 34th & W Loop 289, Lubbock, TX 79423 Lee Lewis Construcion Co., Inc. Hauling, Sewer, and Water 10/07/13 to 3/20/14 $160,120.00 N/A Josh Weems 806-797-8400 and John Chappell 806-548-0156 Mike Taylor and Mike Norris Bryant Sebastian Page 6 of 9 2014 Agency/Owner Lamesa Independent School District Contract # Name & Location of Project Lamesa HS Cafeteria 600 North 14th St, Lamesa, TX 79331 Surety Company Sub or Prime Contractor Pharr & Co Goods/Services Provided Sewer, and Water Start & Completion Dates 07/25/13 to 3/19/14 Contract Amount $112,868.00 Change Orders $1,260.00 Contact Name/Telephone # Gary Stringer 806-763-5263 Names of Supervisor on Job Site Shane Hickman Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Agency/Owner Elm Park Contract # Name & Location of Project Tigris, LLC Elm Park Addition, Lubbock, TX 79415 Surety Company Sub or Prime Contractor Tigris, LLC Goods/Services Provided Sewer, and Water Start & Completion Dates WE 03/20/13 to 1/13/14 Contract Amount $504,379.83 Change Orders $21,305.99 Contact Name/Telephone # Mitch Elliott 806-687-8888 Names of Supervisor on Job Site Von Kimbrell and Mike Taylor Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Agency/Owner City of Lubbock Contract # Name & Location of Project Cooper Meadow Surety Company n/a Sub or Prime Contractor Lubbock Power & Light Goods/Services Provided Underground Electric for new subdivision Start & Completion Dates 12/4/14 to 1/21/15 Contract Amount $38,493.14 Change Orders Contact Name/Telephone # Cody Kruger Names of Supervisor on Job Site Bryant Sebastian Name of Project Mgr/Safety/Quality Albert Moreno, Mike Norris Type of Equipment Used Backhoe, Vactron Agency/Owner City of Lubbock Contract # Name & Location of Project Fox Ridge Surety Company n/a Sub or Prime Contractor Lubbock Power & Light Goods/Services Provided Underground Electric for new subdivision Start & Completion Dates 10/29/14 - 12/3/14 Contract Amount $56,702.18 Change Orders Contact Name/Telephone # Cody Kruger Names of Supervisor on Job Site Bryant Sebastian Name of Project Mgr/Safety/Quality Albert Moreno Type of Equipment Used Backhoe, Vactron Page 7 of 9 2014 Agency/Owner Archer Daniel Midlands Contract # Name & Location of Project ADM - Southern Cotton Oil Surety Company Sub or Prime Contractor Archer Daniel Midlands Goods/Services Provided Site Utilities Start & Completion Dates 4/16/14 - 5/2/14 Contract Amount $25,418,76 Change Orders Contact Name/Telephone # Names of Superv,,sor on Job Site Mike Norris Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe Agency/Owner Texas Tech University Contract # Name & Location of Project TTU Petroleum Engineering Building Surety Company Sub or Prime Contractor ) T Vaughn Construction Goods/Services Provided Site Utilities Start & Completion Dates 1/2/13 - 3/20/14 Contract Amount $492,827.00 Change Orders $46,463.00 Contact Name/Telephone # Names of Supervisor on Job Site Von Kimbrell, Mike Taylor, Shane Hickman Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe Agency/Owner City of Lubbock Contract # Name & Location of Project Cooper Ridge Surety Company n/a Sub or Prime Contractor Lubbock Power & Light Goods/Services Provided Underground Electric for new subdivision Start & Completion Dates 4/2/14 - 4/21/14 Contract Amount $59,940.75 Change Orders Contact Name/Telephone # Cody Kruger Names of Supervisor on Job Site Bryant Sebastian Name of Project Mgr/Safety/Qusilty Shane Hickman, Albert Moreno Type of Equipment Used Backhoe, Vactron Agency/Owner City of Lubbock Contract # Name & Location of Project Oakmont Estates Surety Company n/a Sub or Prime Contractor Lubbock Power & Light Goods/Services Provided Underground Electric for new subdivision Start & Completion Dates 5/20/14 - 7/3/14 Contract Amount $34,262.50 Change Orders Contact Name/Telephone # Cody Kruger Names of Supervisor on Job Site Bryant Sebastian Name of Project Mgr/Safety/Quality Mike Norris Type of Equipment Used Backhoe, Vactron Page 8 of 9 Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used 2014 Xcel Energy Lubbock South Station n/a Xcel Energy Provide topping soil 12/2/14 - 1/26/15 $86,909.02 Skip Jenkins, 806-378-2405 Floyd Trucking subcontracted Bryant Sebastian City of Lubbock Texas Tech University Park & Ride n/a Lubbock Power & Light Electric 7/25/14 - 8/20/14 $31, 799.74 Guy Yarborough Mike Norris, Shane Hickman Bryant Sebastian Backhoe Xcel Energy Topping Rock for Swisher County Substation n/a Xcel Energy Provide topping soil 10/21/2014 $28,358.44 Skip Jenkins, 806-378-2405 Floyd Trucking subcontracted Bryant Sebastian Xcel Energy Lynn County Sub Station n/a Xcel Energy Provide topping soil 7/9/14 - 7/11/14 $25, 221.33 Skip Jenkins, 806-378-2405 Floyd Trucking subcontracted Bryant Sebastian �1 Page 9 of 9 2013 Agency/Owner Southern Cotton Oil Contract # Name & Location of Project Southern Cotton Oil, 2300 E. 50th St, Lubbock, TX 79404 Surety Company Not Required Sub or Prime Contractor Archer Daniel Midland Goods/Services Provided Bore and Install Pipe Start & Completion Dates 12/18/2013 to 12/30/13 Contract Amount $22,095.85 Change Orders $3,322.91 Contact Name/Telephone # Matt Gittings 806-723-5129 Names of Supervisor on Job Site Mike Norris Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Agency/Owner Texas Department of Crimal Justice Contract # Name & Location of Project Montford Unit Olive Ave FM 3431 & Slaton HWY 84, Lubbock, TX Surety Company Sub or Prime Contractor Bright Star Electric Goods/Services Provided Electrical Start & Completion Dates 12/12/12 to 2/5/13 Contract Amount $28,000.00 Change Orders N/A Contact Name/Telephone # Martin 806-281-3603 Names of Supervisor on lob Site Brady Armes Name of Project Mgr/Safety/Quallty Bryant Sebastian Type of Equipment Used Agency/Owner City of Abernathy Contract # Name & Location of Project Parkview Addition 12th and Ave N Abernathy, Texas Surety Company Merchants Bonding Company (Mutual) Sub or Prime Contractor Carthel Engineering Goods/Services Provided Sewer Start & Completion Dates 7/16/2013 TO 09/19/2013 Contract Amount $96,913.00 Change Orders N/A Contact Name/Telephone # Ches Carthel 806-787-3449 Names of Supervisor on lob Site Von Kimbrell Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Agency/Owner City of Post: Water System Replacement Contract # Name & Location of Project City of Post Sandy Creek Crossing, Post, TX 79356 Surety Company Merchants Bonding Company (Mutual) Sub or Prime Contractor Deerwood Construction, Inc. Goods/Services Provided Water System Replaced Start & Completion Dates 1-26-13 to 3/1/13 Contract Amount $79,883.50 Change Orders $310.00 Contact Name/Telephone # Oscar 806-353.7233 Names of Supervisor on Job Site Von Kimbrell Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Page 1 of 7 Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Dame of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used I193*1 Helker & Crawford Constructors, LP:CVS #04783 CVS Pharmacy #04783 608 N. Slide Rd, Lubbock, Texas 79416 Deerwood Construction, Inc. Hauling, Sewer, and Water 7/24/2013 TO 10/18/2013 $173,000.00 $12, 662.00 Scott Berger 214-222-0063 Von Kimbrell Bryant Sebastian Texas Tech University TTU Jones Stadium Lubbock, Texas J T Vaughn Construction Electrical, Sewer, and Water 4/23/13 to 12/3/13 $419, 392.00 $36,986.00 Jarad Schmidt 806-368-3497 x4232 Von Kimbrell Bryant Sebastian Texas Department of Public Safety DPS Facility 1404 Lubbock Business Park Blvd, Lubbock, TX 79403 Lee Lewis Construction Co., Inc Sewer, and Water 2-15-12 to 5-14-13 $172,352.00 $118,189.00 Chad Henthorn 806-747-3986 Mike Taylor Bryant Sebastian Lee Lewis Construction co., Inc.: Lowery Field Improvements LLCI Lowery Field Improvements 6Bth St and Ave P, Lubbock, Texas Lee Lewis Construction co., Inc.: Lowery Field Improvements Gas, Sewer, and Water 4-30-12 to 10-16-13 $476,826.00 $28,468.00 Jacob Kirkland 806-797-8400 Mike Taylor Bryant Sebastian Page 2 of 7 2013 Agency/Owner Lee Lewis Construction, Inc. - Plains ISD Contract # Name & Location of Project Plains High School, Plains TX Surety Company Sub or Prime Contractor Lee Lewis Construction, Inc. Goods/Services Provided Install sewer and water Start & Completion Dates we 6/24/11 to 7/10/13 Contract Amount $106,500.00 Change Orders $20,316.00 Contact Name/Telephone # Chad Henthorn 806-797-8400 Names of Supervisor on Job Site Mark Patterson-50% time devoted Name of Project Mgr/Safety/Quaiity Mark Patterson Type of Equipment Used Backhoes, excavator, dump truck Agency/Owner Lee Lewis Construcion Co., Inc.:Shallowater ISD Football Field Contract # Name & Location of Project Shallowater ISD 1100 Avenue K, Shaliowater, TX 79363 Surety Company Sub or Prime Contractor Deerwood Construction, Inc. Goods/Services Provided Electrical, Sewer, and Water Start & Completion Dates 05/22/13 to 08/08/13 Contract Amount $54,865.00 Change Orders $3,200.00 Contact Name/Telephone # Gary Missersmith Fax# 806-797-8492 Names of Supervisor on Job Site Von Kimbrell and Albert Moreno Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Agency/Owner Lubbock Commercial Building, Inc.:The Grove Contract # Name & Location of Project Lubbock Commercial Building, Inc.:The Grove, Memphis 107th and 110th St Surety Company Sub or Prime Contractor Deerwood Construction, Inc. Goods/Services Provided Sewer, and Water Start & Completion Dates 2/27/13 to 8-23-13 Contract Amount $29,228.00 Change Orders N/A Contact Name/Telephone # Lee Lewis Construction 806-797-8400 Names of Supervisor on Job Site Von Kimbrell Name of Project Mgr/Safety/Quaiity Bryant Sebastian Type of Equipment Used Agency/Owner Lubbock Power & Light:COSTCO Contract # Name & Location of Project LP&L COSTCO 6020-34th & Loop 289, Lubbock, TX Surety Company Not Required Sub or Prime Contractor Deerwood Construction, Inc. Goods/Services Provided Electrical Start & Completion Dates 09/04/2013 to 10/01/2013 Contract Amount $31,295.00 Change Orders N/A Contact Name/Telephone # Guy Yarborough 806-790-7243 Names of Supervisor on Job Site Shane Hickman Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Page 3 of 7 Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used 2013 Lubbock Power & Light: Ni- 289 Trench/Bore LP&L Trench/Bore NL 289, Lubbock, TX Merchants Bonding Company (Mutual) Deerwood Construction, Inc. Electrical 12-18-12 to 2-22-13 $95,894.75 N/A Lee Roy Martinez 806-775-2695 Albert Moreno Bryant Sebastian Lubbock Power & Ught:Portofino Apts LP&L Portofino Apts 6610 34th St. Lubbock, Texas Deerwood Construction, Inc. Electrical 11/18/2013 to 12/11/2013 $34,970.00 N/A Guy Yarborough 806-790-7243 Von Kimbrell Bryant Sebastian Lubbock Power & Light:Ravenwood LP&L Reserve at Ravenwood, 4200 105th St, Lubbock, TX Merchants Bonding Company (Mutual) Deerwood Construction, Inc. Electrical 05/02/13to 07/12/2013 $77,505.00 N/A Guy Yarborough 806-790-7243 Shane Hickman Bryant Sebastian Park 7 Group:The Avenue of LBK Apts Park 7 Group:The Avenue of LBK Apts, 1212 North Quaker Ave, Lubbock Deerwood Construction, Inc. Electrical, Telecommunications 1-14-13 to 7-9-13 $75,000.00 $25,828.30 Steve Hunt 806-368-7955 Von Kimbrell and Albert Moreno Bryant Sebastian Page 4 of 7 Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used EHE Lubbock ISD LHS Cafeteria Addition N/A Pharr & Company Install underground utilities 6/28/12 to 9/5/13 $234,614.00 $14,622.00 Gary Stringer Bryant Sebastian-10% time devoted/Albert Moreno-B0% time devoted Bryant Sebastian Backhoe, mini excavator Tao Development: Wildcat Estates, Idalou, TX Tao Development: Wildcat Estates Lots 1-16, Idalou, TX Deerwood Construction, Inc. Sewer, and Water 08/21/13to 10/01/13 $149,963.57 N/A Zach Sawyer 806-786-4947 Von Kimbrell Bryant Sebastian Western Builders of Amarillo, Inc.:Abernathy ISD Elementary, Phase 3 WBA,Inc. Abernathy ISD Elementary, 505 7th St, Abernathy, TX 79311 Deerwood Construction, Inc. Sewer, and Water 03/18/13to 08/21/13 $121,552.00 $13,923.50 Jared Davis 806-376-4321 Von Kimbrell and Mike Taylor Bryant Sebastian Lee Lewis Construction Co., Inc.:Jayne Ann Miller Elementary LISD Jayne Ann Miller Elementary School 6705 Joliet Drive, Lubbock, Texas Deerwood Construction, Inc. Water 10/22/2013 to 5/19/15 $87,697.00 $23, 627.00 Amy Bollinger 806-797-8400 Von Kimbrell Bryant Sebastian Page 5 of 7 Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used 2013 Lee Lewis Construction Co., Inc.:Servco SERVCO Company 2700 East 66th St, Lubbock, TX 79404 Deerwood Construction, Inc. Sewer, and Water 10/7/2013 to 7/11/14 $190,980.00 $17,578.00 David Reyes 806-831-8678 Albert Moreno Bryant Sebastian Lee Lewis Construclon Co., Inc.:West End Municipal Utilities Cabela's West End Municipal Utilities 34th & W Loop 289, Lubbock, TX 79423 Deerwood Construction, Inc. Sewer, and Water 10/23/13 to 4/14/14 $232,262.00 N/A Josh Weems 806-797-8400 and John Chappell 806-548-0156 Mike Taylor Bryant Sebastian Lee Lewis Construcion Co., Inc.: West End Site Package Cabela's West End Site Package 34th & W Loop 289, Lubbock, TX 79423 Deerwood Construction, Inc. Hauling, Sewer, and Water 10/07/13 to 3/20/14 $160,120.00 $31, 072.00 Josh Weems 806-797-8400 and John Chappell 806-548-0156 Mike Taylor and Mike Norris Bryant Sebastian Pharr & Company:Lamesa High School Cafeteria Lamesa HS Cafeteria 600 North 14th St, Lamesa, TX 79331 Deerwood Construction, Inc. Sewer, and Water 07/25/13 to 3/19/14 $112,868.00 $1, 260.00 Gary Stringer 806-763-5263 Shane Hickman Bryant Sebastian Page 6 of 7 Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on lob Site Name of Project Mgr/Safety/Quality Type of Equipment Used Tigris, LLC:Elm Park - Contract Tigris, LLC Elm Park Addition, Lubbock, TX 79415 Deerwood Construction, Inc. Sewer, and Water W/E 03/20/13 to 1/13/14 $504, 379.83 $21,305.99 Mitch Elliott 806-687-8888 Von Kimbreli and Mike Taylor Bryant Sebastian Tigris, LLC:Portofino Apts Portofino Apts 6610 34th St Lubbock 79407 N/A Deerwood Construction, Inc. Electrical, Sewer, and Water 8/30/2013 to 4/20/15 $181, 066.57 N/A Mike Elliot 806-789-7773 Von Kimbreli and Albert Moreno Bryant Sebastian Texas Tech University TTU Petroleum Engineering Building I T Vaughn Site Utilities 1/2/13 - 3/20/14 $492,827.00 $46,463.00 Von Kimbreli, Mike Taylor, Shane Hickman Bryant Sebastian Backhoe Lubbock Independent School District Lowrey Field Lee Lewis Construction, Inc. Site Utilities 1/2/13 to 10/16/13 $476,826.00 $29,502.76 Mike Taylor, Von Kimbrell Bryant Sebastian Backhoe Page 7 of 7 Agency/Owner State of Texas Contract # Name & Location of Project Department of Public Safety Surety Company N/A Sub or Prime Contractor Lee Lewis Construction, Inc. Goods/Services Provided Site Utilities Start & Completion Dates 2/15/12 In Progress Contract Amount $172,352,00 Change Orders $118,189.00 Contact Name/Telephone # David Meadows 797-8400 Names of Supervisor on Job Site Bryant Sebastian-20% time devoted/Mike Taylor-60% time devoted Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Excavator Agency/Owner United Supermarkets Contract # Name & Location of Project Q' 19 Shopping Center Surety Company N/A Sub or Prime Contractor Lee Lewis Construction, Inc. Goods/Services Provided Install water/sewer Start & Completion Dates 1/18/12 July 2012 Contract Amount $122,555.00 Change Orders $31,560.00 Contact Name/Telephone # Jason Smith 797-8400 Names of Supervisor on Job Site Bryant Sebastian-10% time devoted/Von Kimbrell-40% time devoted Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Excavator Agency/Owner Lubbock ISO Contract # Name & Location of Project Lowry Field Addition/Renovaitons Surety Company N/A Sub or Prime Contractor Lee Lewis Construction, Inc. Goods/Services Provided Install water/sewer Start & Completion Dates March 2012 In Progress Contract Amount $476,826.00 Change Orders $10,063.00 Contact Name/Telephone # Jacob Kirkland 797-8400 Names of Supervisor on Job Site Bryant Sebastian-25% time devoted/Mike Taylor-40% time devoted Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Excavator, Backhoe, Loader, Skidsteer Agency/Owner City of Lubbock Contract # ITB#12-10386-CI Name & Location of Project King's Dominion Surety Company %Gallagher & Company -Cara 748-2010 Sub or Prime Contractor Deerwood Construction, Inc. Goods/Services Provided Install water/sewer Start & Completion Dates 5/9/12 Sept 2012 Contract Amount $615,730.31 Change Orders $25,200.20 Contact Name/Telephone # Greg Nauert, Hugo Reed 763-5642 Names of Supervisor on Job Site Bryant Sebastian-10% time devoted/Albert Moreno-40% time devoted Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Ditcher, Excavator, Backhoe, Skidsteer 0 Page 1 of 3 2012 Agency/Owner GRACO Restaurant Development Contract # Name & Location of Project GRACO property S Loop 289/Indiana Surety Company Sub or Prime Contractor Lee Lewis Construction, Inc. Goods/Services Provided Install water/sewer Start & Completion Dates 4/4/12 June 2012 Contract Amount $187,322.00 Change Orders $25,473.00 Contact Name/Telephone # Daniel Horton 797-8400 Names of Supervisor on Job Site Von Kimbrell Name of Project Mgr/Safety/Qual Bryant Sebastian Type of Equipment Used Backhoe Agency/Owner Texas Tech University Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Install water line Multi -Purpose Performance Studio N/A Western Builders of Amarillo 5/20/12 July 2012 $97,118.00 $ 51, 345.00 Brandon Robertson 806-376-4321 Bryant Sebastian-25% time devoted Bryant Sebastian Backhoe Lubbock ISD LHS Cafeteria Addition N/A Pharr & Company Install underground utilities 6/28/12 to 9/5/13 Moved to 2013 $234,614.00 $14,622.00 Gary Stringer 763-5263 Bryant Sebastlan-10% time devoted/Albert Moreno-80% time devoted Bryant Sebastian Backhoe, mini excavator Texas Tech University 10" Potable Water Line % Gallagher & Co. Cara 748-2010 Deerwood Construction, Inc. Replace potable Water line 9/12/12 In Progress $355,000.00 $7,826.98 Hal Langston 742-2761 Bryant Sebastian-10% time devoted/Brady Armes-90% time devoted Bryant Sebastian Backhoe, Boring Machine Page 2 of 3 2012 Agency/Owner Texas Tech University Contract # Name & Location of Project Petroleum Engineering Research Building Surety Company Sub or Prime Contractor 1. T. Vaughn Construction Company Goods/Services Provided Install water, sewer, gas & electrical Start & Completion Dates 6/24/2012 - 3/20/2014 Contract Amount $492,827.00 Change Orders $593.60 Contact Name/Telephone # Steve Simpson (713) 984-4128 Names of Supervisor on Job Site Bryant Sebastian-5% time devoted Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe Page 3 of 3 F7im Agency/Owner State of Texas Contract # Name & Location of Project Department of Public Safety Surety Company N/A Sub or Prime Contractor Lee Lewis Construction, Inc. F Goods/Services Provided Site Utilities Start & Completion Dates 2/15/12 In Progress Contract Amount $172,352.00 Change Orders $118,189.00 Contact Name/Telephone # David Meadows 797-8400 j Names of Supervisor on Job Site Bryant Sebastian-20% time devoted/Mike Taylor-60% time devoted Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Excavator Agency/Owner United Supermarkets Contract # j Name & Location of Project Q' 19 Shopping Center Surety Company N/A Sub or Prime Contractor Lee Lewis Construction, Inc. Goods/Services Provided Install water/sewer Start & Completion Dates 1/18/12 July 2012 Contract Amount $122,555.00 Change Orders $31,560.00 Contact Name/Telephone # Jason Smith 797-8400 Names of Supervisor on Job Site Bryant Sebastian-10% time devoted/Von Kimbrell-40% time devoted Name of Project Mgr/Safety/Quality Bryant Sebastian ' Type of Equipment Used Backhoe, Excavator Agency/Owner Lubbock ISD Contract # a Name & Location of Project Lowry Field Addition/Renovaitons Surety Company N/A Sub or Prime Contractor Lee Lewis Construction, Inc. Goods/Services Provided Install water/sewer .a Start & Completion Dates March 2012 In Progress Contract Amount $476,826.00 Change Orders $10,063.00 Contact Name/Telephone # Jacob Kirkland 797-8400 Names of Supervisor on Job Site Bryant Sebastian-25% time devoted/Mike Taylor-40% time devoted Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Excavator, Backhoe, Loader, Skidsteer Agency/Owner City of Lubbock Contract # ITB#12-10386-CI Name & Location of Project King's Dominion Surety Company %Gallagher & Company -Cara 748-2010 Sub or Prime Contractor Deerwood Construction, Inc. Goods/Services Provided Install water/sewer Start & Completion Dates 5/9/12 Sept 2012 Contract Amount $615,730.31 Change Orders $25,200.20 Contact Name/Telephone # Greg Nauert, Hugo Reed 763-5642 Names of Supervisor on lob Site Bryant Sebastian-10% time devoted/Albert Moreno-40% time devoted Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Ditcher, Excavator, Backhoe, Skidsteer Page 1 of 3 2012 Agency/Owner GRACO Restaurant Development Contract # Name & Location of Project GRACO property S Loop 289/Indiana Surety Company Sub or Prime Contractor Lee Lewis Construction, Inc. Goods/Services Provided Install water/sewer Start & Completion Dates 4/4/12 June 2012 Contract Amount $187,322.00 Change Orders $25,473.00 Contact Name/Telephone # Daniel Horton 797-8400 Names of Supervisor on Job Site Von Kimbrell Name of Project Mgr/Safety/Qual Bryant Sebastian Type of Equipment Used Backhoe Agency/Owner Texas Tech University Contract # Name & Location of Project Multi -Purpose Performance Studio Surety Company N/A Sub or Prime Contractor Western Builders of Amarillo Goods/Services Provided Install water line Start & Completion Dates 5/20/12 July 2012 Contract Amount $97,118.00 Change Orders $51,345.00 Contact Name/Telephone # Brandon Robertson 806-376-4321 Names of Supervisor on Job Site Bryant Sebastian-25% time devoted Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe Agency/Owner Lubbock ISO Contract # Name & Location of Project LHS Cafeteria Addition Surety Company N/A Sub or Prime Contractor Pharr & Company Goods/Services Provided Install underground utilities Start & Completion Dates 6/28/12 to 9/5/13 Moved to 2013 Contract Amount $234,614.00 Change Orders $14,622.00 Contact Name/Telephone # Gary Stringer 763-5263 Names of Supervisor on Job Site Bryant Sebastian-10% time devoted/Albert Moreno-80% time devoted Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, mini excavator Agency/Owner Texas Tech University Contract # Name & Location of Project 10" Potable Water Line Surety Company % Gallagher & Co. Cara 748-2010 Sub or Prime Contractor Deerwood Construction, Inc. Goods/Services Provided Replace potable Water line Start & Completion Dates 9/12/12 In Progress Contract Amount $355,000.00 Change Orders $7,826.98 Contact Name/Telephone # Hal Langston 742-2761 Names of Supervisor on Job Site Bryant Sebastian-10% time devoted/Brady Armes-90% time devoted Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Boring Machine Page 2 of 3 2012 Agency/Owner Texas Tech University Contract # Name & Location of Project Petroleum Engineering Research Building Surety Company Sub or Prime Contractor J. T. Vaughn Construction Company Goods/Services Provided Install water, sewer, gas & electrical Start & Completion Dates 6/24/2012 - 3/20/2014 Contract Amount $492,827.00 Change Orders $593.60 Contact Name/Telephone # Steve Simpson (713) 984-4128 Names of Supervisor on Job Site Bryant Sebastian-S% time devoted Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe i_ Page 3 of 3 Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quallty Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quallty Type of Equipment Used �E 2011 City of Levelland Mallet Event Center, Hwy 385, Levelland TX Lee Lewis Construction, Inc. Install underground utilities 2/2/2011 Feb 2012 $ 663,855.00 $ 272,855.00 Jacob Kirkland 806-797-8400 Bryant Sebastian-75% tlem devoted Bryant Sebastian Backhoe, boring machine, loader, water truck Trinity Church Trinity Christian School, 66th St/University Ave Lee Lewis Construction, Inc. Install underground utilities we 1/12/11 Oct 2011 $ 48,172.00 None 797-8400 Mark Patterson-15% time devoted/Rene Hernandez 70% time Mark Patterson Backhoe, Boring Machine American Campus Communities 11091-10A The Village @ Overton Park Merchants Bonding Company Faver Gray Install underground utilities 8/9/2011 July 2012 $ 243,408.00 $ 33,266.00 Chris Taylor 904-208-2003 Bryant Sebastian-75% time devoted Bryant Sebastian Backhoe, loader, boring machine Abernathy ISD Abernathy Vocational/Ag Bldg, Abernathy TX Western Builders of Amarillo Install underground utilities we 4/3/11 we 9/7/11 $ 116,936.00 $ 5,784.55 Jarrod Davis 806-376-4321 Bryant Sebastian-10% time devoted/Von Kimbrell-65% time devoted Bryant Sebastian Backhoe, boring machine Page 1 of 4 i 2011 Agency/Owner Jesus Christ of Latter Day Saints Contract # 05-1116810 Name & Location of Project LDS Church, Lubbock TX Surety Company none Sub or Prime Contractor Parkway Construction Goods/Services Provided Install water and sewer Start & Completion Dates we 6115111 June 2012 Contract Amount $ 55,936.00 Change Orders $ 4,428.68 Contact Name/Telephone # Erik Egan 469-322-3702 Names of Supervisor on Job Site Bryant Sebastian-10% time Devoted/Von Kimbrell-30% time devoted Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoes, boring machine Agency/Owner American Campus Communities Contract # Name & Location of Project Overton Park Surety Company Sub or Prime Contractor Faver Gray Goods/Services Provided Install underground utilities 1 Start & Completion Dates 5/16/2011 we 8/17111 Contract Amount $ 79,303.79 Change Orders $ 23,617.00 Contact Name/Telephone # Chris Taylor 904-228-5344 i Names of Supervisor on Job Site Bryant Sebastian-35% time Devoted Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, loader, boring machine Agency/Owner Texas Tech University Contract # 2911-002 Name & Location of Project TTU Campus Chapel Surety Company none Sub or Prime Contractor Western Builders of Amarillo Goods/Services Provided Install sanitary sewer, domestic water & fire line Start & Completion Dates we 9/14/11 March 2012 Contract Amount $ 92,979.00 Change Orders None I Contact Name/Telephone # Brandon Robertson 806-376-4321 Names of Supervisor on Job Site Bryant Sebastian-10% time devoted/Rene Hernandez-75% time devoted Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, boring machine Agency/Owner Plains ISD Contract # Name & Location of Project Plains High School, Plains TX Surety Company Sub or Prime Contractor Lee Lewis Construction, Inc. Goods/Services Provided Install sewer and water Start & Completion Dates we 6/24/11 7/10/2013 Moved to 2013 Contract Amount $ 106,500.00 Change Orders $ 20,316.00 Contact Name/Telephone # Chad Henthorn 806-797-8400 Names of Supervisor an Job Site Mark Patterson-50% time devoted Name of Project Mgr/Safety/Quality Mark Patterson Type of Equipment Used Backhoes, excavator, dump truck Page 2 of 4 2011 Agency/Owner Texas Tech University Health Sciences Center Contract # Name & Location of Project TTU HSC Courtyard Surety Company Sub or Prime Contractor D & K Hunt Electric Company Goods/Services Provided Install pipe cor electrical conduit Start & Completion Dates we 8/24/11 we 9/7/11 Contract Amount $ 97,949.00 Change Order N/A Contact Name/Telephone # Kerry Hunt 866-9911 Names of Supervisor on Job Site Mark Patterson-25% time devoted/Rene Hernandez-55% time Devoted Name of Project Mgr/Safety/Quality Mark Patterson Type of Equipment Used Boring machine, skid steer, backhoe Agency/Owner City of Leveiland Contract # Name & Location of Project Levelland Airport Sewer Line Extension Surety Company Sub or Prime Contractor Goods/Services Provided Install sewer line and manhole Start & Completion Dates we 9/7/11 10/26/11 Contract Amount $ 48,980.00 Change Order N/A Contact Name/Telephone # Leonard Nail, Parkhill, Smith & Cooper 473-2200 Names of Supervisor on Job Site Bryant Sebastian-100/a time devoted/Mike Taylor-70% time devoted Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used backhoe, excavator, boring machine Agency/Owner City of Lubbock Contract # PSC # 01-2303-11 Name & Location of Project Lubbock Business Park Surety Company Merchants Bonding Company % Gallagher Inwest, Lbk TX Sub or Prime Contractor Deerwood Construction, Inc. Goods/Services Provided Install wells Start & Completion Dates we 10/19/11 May 2012 Contract Amount $ 131,260.42 Change Orders $ (4,665.98) Contact Name/Telephone # Leonard Nail 806-473-2200 ' Names of Supervisor on Job Site Bryant Sebastian-20% time devoted/Von Kimbrell75% time devoted Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoes Agency/Owner Idalou ISD Contract # 970B.004 Name & Location of Project Idalou ISD Bond Upgrades Surety Company none Sub or Prime Contractor Western Builders of Amarillo Goods/Services Provided Install water and sanitary sewer Start & Completion Dates we 9/21/11 6/13/12 Contract Amount $ 121,163.00 Change Orders $ 28,094.70 Contact Name/Telephone # Jared Davis 806-376-4321 Names of Supervisor on Job Site Bryant Sebastian-25% time devoted/Mike Taylor-75% time devoted Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, excavator Page 3 of 4 1 20II Agency/Owner Texas Tech University Contract * none Name & Location of Project Rawls Golf Course Clubhouse & Team Facility Surety Company none Sub or Prime Contractor Minnix Comercial Properties, LTD Goods/Services Provided Install water, fire line & sewer Start & Completion Dates 11/9/11 March 2012 Contract Amount $ 73,358.00 Change Orders None Contact Name/Telephone # Andy/Rad 806-798-7335 Names of Supervisor on Job Site Bryant Sebastian-30% time Devoted/Mike Taylor-10% time devoted Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoes 1, " Page 4 of 4 2010 Agency/Owner C. J. Development, LTD Contract # DE2000-248 Name & Location of Project Windsor Creek Apartments Surety Company none Sub or Prime Contractor ICI Construction, Inc. Goods/Services Provided Install Storm Drain Start & Completion Dates 3/31/2010 6/16/10 ll Contract Amount $43,447.00 .J Change Orders $31,043.00 Contact Name/Telephone # Dan Dudley 214-418-9252 Names of Supervisor on Job Site Bryant Sebastian-15% time devoted/Mike Taylor-100% time } Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Excavator, backhoes, dump trucks i Agency/Owner Xcel Energy Contract # none - Name & Location of Project 4th St (Marsha Sharp Freeway) & Avenue F Surety Company none Sub or Prime Contractor Xcel Energy Goods/Services Provided Bore to install conduit Start & Completion Dates 3/17/10 5/26/10 Contract Amount $ 32,796.00 Change Orders $ 53,74D.20 Contact Name/Telephone # Julie Dillard 787-5834 Names of Supervisor on Job Site Mark Patterson-15% time devoted/Rene Hernandez-75% Name of Project Mgr/Safety/Quality Mark Patterson Type of Equipment Used Boring Machine, Backhoe Agency/Owner Reese Center Contract # Work Authorizetion # 14 Name & Location of Project Reese Center Area 2 & 5 Surety Company none Sub or Prime Contractor Arcadis, U.S. Goods/Services Provided Install vaults and water lines Start & Completion Dates 12/2/2009 2/17/10 Contract Amount $ 46,717.00 Change Orders $ 15,820.00 ' Contact Name/Telephone # Keith Hansen 806-548-3556 Names of Supervisor on Job Site Mark Patterson-10% time/Rene Hernandez-50% time/Mike Taylor-50% time Name of Project Mgr/Safety/Quality Type of Equipment Used Mark Patterson Backhoe/boring machine Agency/Owner Reese Center Contract # Work Authorizetion # 16 Name & Location of Project Reese Center Area 1 Surety Company none Sub or Prime Contractor Arcadis, U.S. 1 Goods/Services Provided Install vaults and water lines j Start & Completion Dates 4/19/2010 6/9/10 Contract Amount $ 37,315.00 Change Orders $ 4,141.80 Contact Name/Telephone # Keith Hansen 806-548-3556 Names of Supervisor on Job Site Mark Patterson-10% time devoted/Rene Hemandez-50% time devoted/Mike Taylor-50% time Name of Project Mgr/Safety/Quality Mark Patterson ) Type of Equipment Used Backhoe/boring machine li Page 1 of 5 2010 Agency/Owner University Medical Center Contract # none Name & Location of Project UMC Hospital E Tower Surety Company none Sub or Prime Contractor Striland Construction, Inc. --., Goods/Services Provided Haul off spoils Start & Completion Dates 4/20/2010 5/5/10 Contract Amount $ 20,230,00 Change Orders N/A Contact Name/Telephone # Carl Kirby 972-670-7374 Names of Supervisor on Job Site Justin Schoonover Type of Equipment Used 22 yd Truck Agency/Owner Xcel Energy Contract # none Name & Location of Project Told Station Surety Company none Sub or Prime Contractor Deerwood Construction, Inc. Goods/Services Provided Repair water lines Start & Completion Dates 3/15/2010 4/21/10 Contract Amount $ 74,357.97 Change Orders N/A Contact Name/Telephone # Ansil Locke 806-257-7041 Names of Supervisor on Job Site Mark Patterson-500/6 time devoted/Mike Taylor-80% time devoted Name of Project Mgr/Safety/Qual Mark Patterson Type of Equipment Used Backhoe, Ditcher Agency/Owner Contract # 340.01 Name & Location of Project 25twenty Apartments Surety Company none Sub or Prime Contractor Construction Enterprises, Inc. Goods/Services Provided Install utilities Start & Completion Dates 5/5/2010 11/10/10 Contract Amount $184,237.80 Change Orders $18,590.94 Contact Name/Telephone # Ben Thornton 615-642-0918 Names of Supervisor on Job Site Bryant Sebastian-50% time devoted/Rene Hernandez-75% time devoted Name of Project Mgr/Safety/Qual Bryant Sebastian Type of Equipment Used Backhoe, ditcher,boring machine Agency/Owner Abernathy ISD Contract # 960B.005 Name & Location of Project Abernathy High School and Gymnasium Surety Company none Sub or Prime Contractor Western Builders of Amarillo Goods/Services Provided Install utilities Start & Completion Dates 6/23/10 11/24/10 Contract Amount $ 121,143.20 Change Orders $14,367.76 Contact Name/Telephone # Jarrod Davis 806-376-4321 Names of Supervisor on Job Site Mark Patterson-50% time devoted/Von Kimbrell-75% time devoted Name of Project Mgr/Safety/Quaff Mark Patterson Type of Equipment Used Backhoe, ditcher,boring machine Page 2 of 5 Agency/Owner City of Lubbock Contract # ITB 10-097-FO Name & Location of Project New Animal Shelter (�} Surety Company Merchants Bonding Company a Sub or Prime Contractor Deerwood Construction, Inc. ' Goods/Services Provided Install water and sewer Start & Completion Dates 9/30/10 6/21/11 Contract Amount $ 293,790.22__ Change Orders $ 6,895.08 Contact Name/Telephone # Wood Franklin 806-775-2343 Names of Supervisor on Job Site Mark Patterson-25% time devoted/Von Kimbrell-75% time devoted Name of Project Mgr/Safety/Qual Mark Patterson Type of Equipment Used Backhoe, ditcher, boring machine Agency/Owner K Contract # Work Authorization # 25 Name & Location of Project Reese Center - Area 3 Pipe Installation Surety Company none Sub or Prime Contractor Arcadis U. S. Goods/Services Provided Install vault and water lines Start & Completion Dates 10/25/10 11/3/10 Contract Amount $ 29,995.15 Change Orders N/A Contact Name/Telephone # Keith Hansen 806-548-3556 Names of Supervisor on Job Site Mark Patterson-10% time/Rene Hernandez-50% time/Mike Taylor-50% time Name of Project Mgr/Safety/Qua) Mark Patterson Type of Equipment Used Backhoe, boring machine Agency/Owner City of Lubbock Contract # 08-723-DD Name & Location of Project Bailey County Water Wells Surety Company Merchants Bonding Company Sub or Prime Contractor Deerwood Construction, Inc. Goods/Services Provided Install water lines Start & Completion Dates 9/17/2008 3/1/11 Contract Amount $ 553,842.00 Change Orders $ 40,260.90 Contact Name/Telephone # Troy White - Parkhill, Smith & Cooper 473-2200 Names of Supervisor on Job Site Mark Patterson-50% time devoted/Rene Hernandez-50% time/Mike Taylor-50% tirr Name of Project Mgr/Safety/Qual Mark Patterson Type of Equipment Used Backhoe, ditcher Agency/Owner Gail ISD Contract # none Name & Location of Project Borden County High School Surety Company none Sub or Prime Contractor CC Electric Company Goods/Services Provided Excavate, furnish sand & install 2sack flowfill Start & Completion Dates 7/26/2010 8/4/10 Contract Amount $ 85,500.00 Change Orders $ (3,710.00) Contact Name/Telephone # Chuck Chapman 745-1345 Names of Supervisor on Job Site Mark Patterson-50% time devoted Name of Project Mgr/Safety/Qual Mark Patterson Type of Equipment Used Backhoes Page 3 of 5 2010 Agency/Owner City of Levelland Contract # 01.2551.09 Name & Location of Project Multipurpose Arena Surety Company Merchants Bonding Company Sub or Prime Contractor Deerwood Consruction, Inc. Goods/Services Provided Sanitary Sewer Improvements Start & Completion Dates 6/23/10 March 2011 Contract Amount $ 646,884.60 Contact Name/Telephone # Leonard Nail, PSC 806-473-2200 ' Names of Supervisor on Job Site Bryant Sebastian-70% time devoted Name of Project Mgr/Safety/Qual Bryant Sebastian Type of Equipment Used Backhoes, excavators, boring machine, ditcher, 22 yd truck Agency/Owner Contract # 1032 Name & Location of Project Raider Park/Merrill Lynch Bank Surety Company none Sub or Prime Contractor Lee Lewis Construction, Inc Goods/Services Provided Install water and serew lines Start & Completion Dates 9/27/2010 March 2011 Contract Amount $ 47,133.00 Change Orders $ 19,825.59 Contact Name/Telephone # Jim Caudle 797-8400 Names of Supervisor on Job Site Bryant Sebastian-10% time devoted Name of Project Mgr/Safety/Qual Bryant Sebastian Type of Equipment Used Backhoes, boring machines Agency/Owner University Medical Center Contract # none Name & Location of Project UMC East Tower Surety Company none Sub or Prime Contractor Lee Lewis Construction, Inc. 797-8400 Goods/Services Provided Excavation Start & Completion Dates 4/26/10 6/23/10 Contract Amount $ 30,450.00 Change Orders N/A Contact Name/Telephone # Martin Tickle 281-3603 Names of Supervisor on Job Site Mark Patterson-15% time Devoted Name of Project Mgr/Safety/Qual Mark Patterson Type of Equipment Used Excavator Agency/Owner Unifirst - Lubbock Contract # none Name & Location of Project Unifirst - Lubbock 1724 E 8th St Surety Company none Sub or Prime Contractor Deerwood Construction, Inc. Goods/Services Provided Install water line and RPZ Start & Completion Dates we 11/3/10 11/30/10 Contract Amount $ 26,015.21 Change Orders N/A Contact Name/Telephone # Steve Hartley 806-762-0541 Names of Supervisor on Job Site Mark Patterson-15% time Devoted Name of Project Mgr/Safety/Qual Mark Patterson Type of Equipment Used Backhoes, boring machine Page 4 of 5 2010 Agency/Owner City of Lubbock �V Contract # none Name & Location of Project Various Bores around Lubbock Surety Company none 3 Sub or Prime Contractor Hub City Water Boys Goods/Services Provided Bore to install water lines Start & Completion Dates 7/13/2010 Contract Amount $ 32, 759.00 a Change Orders N/A Contact Name/Telephone # Derek Archer 806-548-5818 Names of Supervisor on Job Site Mark Patterson-150/a time devoted/Rene Hernandez-75% time devoted Name of Project Mgr/Safety/Qual Mark Patterson Type of Equipment Used Boring machine 3 Agency/Owner Reese Center Contract # Work Authorization # 22 Name & Location of Project Reese Center EW 175 - 176 Surety Company none Sub or Prime Contractor Arcadis, U. S. Goods/Services Provided Install water lines Start & Completion Dates 8/25/10 9/22/10 Contract Amount $20,294.15 Contact Name/Telephone # Names of Supervisor on Job Site Keith Hansen 806-548-3556 Mark Patterson-10% time devoted/Rene Hernandez-75% time devoted Name of Project Mgr/Safety/Qual Mark Patterson Type of Equipment Used Backhoe, boring machine Page 5 of 5 2009 Agency/Owner Cargill Contract # none Name & Location of Project Cargill Plant, Plainview Surety Company na Sub or Prime Contractor Firetrol Fire Protection Goods/Services Provided Install water Start & Completion Dates 1/12/2009 7/3/09 Contract Amount $ 125,000.00 Change Orders None Contact Name/Telephone # Tommy 928-0624 Names of Supervisor on Job Site Mark Pattersonu25% time devoted/Rene Hernandez-100% time devotec Name of Project Mgr/Safety/Quality Mark Patterson/Rene Hernandez Type of Equipment Used Backhoe, Boring Machine Agency/Owner Stauffer Management Company Contract # AT 002029.0012.CONST Name & Location of Project 2601 N Quaker Ave Surety Company none Sub or Prime Contractor Arcadis Environmental Goods/Services Provided Groundwater pump, treatment system piping, well vault installation Start & Completion Dates 7/8/09 12/9/09 Contract Amount $ 557,177.31 Change Orders $ 87,888.91 Contact Name/Telephone # Victor Barchers 512-451-1188 Names of Supervisor on Job Site Bryant Sebastian-70% time devoted Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Trencher, Excavator Agency/Owner American Cancer Society Contract # 4145-01 Name & Location of Project Hope Lodge, TtU Campus Surety Company Tucker Bond Agency Sub or Prime Contractor none Goods/Services Provided Install water and sewer lines Start & Completion Dates 6/10/2009 6/30/10 Contract Amount 222003.00. Change Orders $ 112,543.00 Contact Name/Telephone # Ben Smith 214/654/1703 Names of Supervisor on Job Site Bryant Sebastian Name of Project Mgr/Safety/Quality Type of Equipment Used Backhoe, Excavator Agency/Owner Texas Tech University Contract # 2863 Name & Location of Project Jones Stadium North Demo and Renovation Surety Company none Sub or Prime Contractor Lee Lewis Construction, Inc. 797-8400 Goods/Services Provided Demo and install utilities Start & Completion Dates 6/10/2009 11/4/09 Contract Amount $ 132,773.79 Change Orders $ 48,951.79 Contact Name/Telephone # Martin Tickle 281-3603 Names of Supervisor on Job Site Bryant Sebastian-55% time devoted Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Jackhammer, Backhoe, Excavator Page 1 of 5 FTOM" Agency/Owner Frenship ISD Contract # 2B46 Name & Location of Project New Frenship Middle School - Iola Ave Surety Company none Sub or Prime Contractor Lee Lewis Construction, Inc. Goods/Services Provided Install water and sewer Start & Completion Dates 5/21/2009 10/7/09 Contract Amount $ 53,196.87 Change Orders $ 12,618.87 Contact Name/Telephone # Brandon Mitchell 797-8400 Names of Supervisor on .lob Site Bryant Sebastian-25% time devoted Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Trencher, excavator Agency/Owner Texas Tech University Contract # 2861 Name & Location of Project Jerry Rawls College of Business Administration Surety Company none Sub or Prime Contractor Lee Lewis Construction, Inc. Goods/Services Provided Install water and sewer lines Start & Completion Dates 8/26/2009 10/28/09 Contract Amount $ 124,602.00 Change Orders None Contact Name/Telephone # Dan Martin 548-0169 Names of Supervisor on lob Site Bryant Sebastian-35% time devoted Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, excavator Agency/Owner Contract # none Name & Location of Project Sightline Health Linear Accelerator Facility, 424 N Utica Dr, Lubbock Surety Company none Sub or Prime Contractor Shiloh Enterprises, Inc. Goods/Services Provided Install fireline, water and sewer Start & Completion Dates 7/14/2009 12/9/09 Contract Amount $ 37,766.66 Change Orders $ (6,579.34) Contact Name/Telephone # Steve Preston 405-341-5500 Names of Supervisor on Job Site Bryant Sebastian-15% time devoted Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, excavator Agency/Owner Texaco Contract # none Name & Location of Project Texaco Bulk Fuel Facility Surety Company none Sub or Prime Contractor Strobel Construction Goods/Services Provided Install fire line and sprinkler system Start & Completion Dates 8/10/09 9/23/09 Contract Amount $ 160,467.58 Change Orders $ 25,371.58 Contact Name/Telephone # Ed Whitman 308-548-8334 Names of Supervisor on Job Site Bryant Sebastian-20% time devoted Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe Page 2 of 5 Ell 2009 Agency/Owner City of Lubbock Contract # none Name & Location of Project Lubbock Business Park Surety Company none Sub or Prime Contractor Turfmaster Irrigation Goods/Services Provided Bore and install casing Start & Completion Dates 8/12/2009 9/23/09 Contract Amount $52,877.00 Change Order N/A Contact Name/Telephone # Jimmy Schneider 863-3423 Names of Supervisor on Job Site Rene Hernandez-100% time devoted Name of Project Mgr/Safety/Quality Bryant Sebastian/Rene Hernandez Type of Equipment Used Boring Machine, Backhoe Agency/Owner City of Lubbock Contract # none Name & Location of Project West 4th St at W Loop 289 Surety Company none Sub or Prime Contractor Xcel Energy Goods/Services Provided Bore and relocate fiber Start & Completion Dates 9/16/09 12/16/09 Contract Amount $ 86,536.20 Change Order N/A Contact Name/Telephone # Julie Dillard 787-5834 Names of Supervisor on Job Site Mark Patterson-20% time devoted/Rene Hernandez-90% time devoted Name of Project Mgr/Safety/Quality Mark Patterson/Rene Hernandez Type of Equipment Used Boring Machine, Backhoe Agency/Owner Reese Center Contract # Name & Location of Project Area 2 & 5, Reese Center Surety Company none Sub or Prime Contractor Arcadis, U.S. Goods/Services Provided Groundwater pump, treatment system piping, well vault installation Start & Completion Dates 12/2/09 2/17/10 Contract Amount $ 62,537.00 Change Order $ 15,820.00 Contact Name/Telephone # Keith Hansen 548-3556 Names of Supervisor on Job Site Mark Patterson-30% time devoted/Mike Taylorn100% time devoted Name of Project Mgr/Safety/Quailty Mark Patterson/Mike Taylor Type of Equipment Used Fusing Machine, Backhoe, Excavator, Trencher Agency/Owner Xcel Energy Contract # none Name & Location of Project Bacon Crest Subdivision, Phase II Surety Company none Sub or Prime Contractor Xcel Energy Goods/Services Provided Install conduit for electricity Start & Completion Dates 12/21/09 2/10/10 Contract Amount $ 26,018.02 Change Order N/A Contact Name/Telephone # Julie Dillard 787-5834 Names of Supervisor on Job Site Mark Patterson-10% devoted/Mark Stow-100% devoted Name of Project Mgr/Safety/Quality Mark Patterson/Mark Stow Type of Equipment Used Backhoe, ditcher Page 3 of 5 2009 Agency/Owner City of Lubbock Contract # 09-07509 Name & Location of Project Fiber Relocation at 4th St and W Loop 289 Surety Company Merchants Bonding Company Sub or Prime Contractor Texas Tech University Goods/Services Provided Relocate fiber Start & Completion Dates 10/7/2009 11/18/09 Contract Amount $32,000 Change Order N/A Contact Name/Telephone # David Naugher 742-2761 Names of Supervisor on Job Site Mark Patterson-10% devoted/Rene Hernandez-100% devoted Name of Project Mgr/Safety/Quality Mark Patterson/Rene Hernandez Type of Equipment Used Boring Machine, Backhoe Agency/Owner Texas Tech University Contract # 2862 Name & Location of Project Rocky Johnson Softball Field Water Line, TTU Campus Surety Company none Sub or Prime Contractor Lee Lewis Construction, Inc. 797-8400 Goods/Services Provided Install water lines Start & Completion Dates 10/29/2009 6/16/10 Contract Amount $125,202.23 Change Orders $100,202.23 Contact Name/Telephone # Martin Tickle 281-3603 Names of Supervisor on Job Site Bryant Sebastian-60% time devoted Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Excavator, Boring Machine Agency/Owner Lubbock Cooper ISD Contract # none Name & Location of Project Lubbock Cooper ISD - Middle School Surety Company none Sub or Prime Contractor Sandia Construction, Inc. Goods/Services Provided Site Utilities Start & Completion Dates we 1/20/10 9/8/10 Contract Amount $105,700.00 Change Orders $9,991.00 Contact Name/Telephone # Michael Haverdink 544-1939 Names of Supervisor on Job Site Bryant Sebastian-30% time devoted/Mike Taylor-100% time devoted Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Excavator, ditcher Agency/Owner Lubbock Cooper ISD Contract # none Name & Location of Project Lubbock Cooper High School Baseball/Softball Complex Surety Company none Sub or Prime Contractor Sandia Construction, Inc. Goods/Services Provided Install Sanitary Sewer and Domestic Water Start & Completion Dates 5/19/10 6/9/10 Contract Amount $22,389.00 Change Orders None Contact Name/Telephone # Kenneth O'Meara 831-2660 Names of Supervisor on Job Site Bryant Sebastian-10% time devoted/Von Kimbrell-100% time devoted Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Boring maching, backhoe Page 4 of 5 F, 2009 Agency/Owner Lubbock Cooper ISD Contract # none Name & Location of Project Lubbock Cooper ISD Irrigation Supply Line Surety Company none Sub or Prime Contractor Sandia Construction, Inc. Goods/Services Provided Install water lines for Irrigation Start & Completion Dates we 3/17/10 9/22/10 - Contract Amount $156,126.45 Change Orders $19,978.81 f° . Contact Name/Telephone # Michael Haverdink 544-1939 Names of Supervisor on Job Site Bryant Sebastian-40% time devoted/Mike Taylor-100% time devoted Name of Project Mgr/Safety/Quality Bryant Sebastian ['7 Type of Equipment Used Backhoes, ditcher _s .1 Page 5 of 5 Page Intentionally Left Blank City of Lubbock, TX Insurance Requirement Affidavit To Be Completed by Offeror Must be submitted with Proposal i, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, �0hin ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this proposal. 'ontractor (Original Signature) Contractor (Print) CONTRACTOR'S BUSINESS NAME: !b?,etLj0`3k (Print or Type) CONTRACTOR'S FIRM ADDRESS: P.o. 603t 30o .�.+J664t,__ !t IgI,$Z NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management for the City of Lubbock at (806) 775-2572. RFP 18-14235-FM - Sewer Line Replacement at 3rd Street from Ave. S to Waco Ave. Page Intentionally Left Blank 2 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 surety record or the offerors in determining the responsibility thereof. The City may consider any incidence involving worker surety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC). against the proposer for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following four (4) questions and submit them with their proposals: OUESTION ONE Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO ✓ If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. 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 of environmental protection laws or regulations. of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement. suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO `eoe' 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. OUESTION 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 If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense. final disposition of offense, in any, and penalty assessed. QUESTION FOUR Provide your company's Experience Modification Rate and supporting information: t?xo�.•'�'o �qg ACKNOWLEDGEMENT �rN�,.C�-• 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. Si Lure Title City of Lubbock, TX RFP 18-14235-FM Suspension and Debarment Certification Federal Law (A-102 Common Rule and OMB Circular A -I 10) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25.000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. 1, 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: u - FEDERAL TAX ID or SOCI, Signature of Company Official Printed name of company official signing above: Date Signed: 9 - 19' (9 City of Lubbock, TX Chapter 2270 Prohibition on Contracts with Companies Boycotting Israel RFP 18-14235-FM House Bill 89, adopted by the 851h Legislature, created §2270.001, Texas Government Code. Section Subtitle F, Title 10. requires a company entering to a contract with a governmental entity or state agency to verify that the company: (I) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. (Effective September 1.2017) I, the undersigned agent for the company named below, certify that the Company does not boycott Israel and will not boycott Israel during the term of the contract. COMPANY NAME: '1YU Signature of Company Official: Date Signed: Printed name of company official signing above: PROPOSED LIST OF SUB -CONTRACTORS Minority Owned Company Name Location Services Provided Yes No 1.AL --re 15w P 2. 3. 4. 0 11 6. E3 0 7. 0 0 8. Q 0 9. 0 to. 0 0 It. 0 0 12. 0 0 13. 0 0 14. 0 13 15. 0 0 16. a 0 THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: (PRINT NAME OF COMPANY) RFP 18-14235-FM - Sewer Line Replacement at 3rd Street from Ave. S to Waco Ave. No Text 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 Page Intentionally Left Blank y, FINAL LIST OF SUB -CONTRACTORS Y Minority Owned Company Name Location Services Provided Yes No 1. V/gj!'A ❑ 2. ❑ ❑ 3. ❑ o 4. ❑ ❑ 5. ❑ ❑ 6. ❑ ❑ 7. ❑ ❑ 8. ❑ ❑ 9 ❑ ❑ 10. ° ° IL ❑ ❑ 12. ° ° 13. ❑ ❑ 14. ❑ ❑ 15. ❑ ❑ 16. o ❑ SUBMITTED BY: e �rwoa NA r bef(b L (PRINT NAME OF COMPANY) THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN BUSINESS DAYS AFTER THE CLOSE DATE WHEN PROPOSALS ARE DUE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO RFP 18-14235-FM - Sewer Line Replacement at 3rd Street from Ave. S to Waco Ave. Page Intentionally Left Blank PERFORMANCE BOND Paae I tentionally Left Blank Bond No. TXC 609329 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 Deerwood Construction, Inc. (hereinafter called the Principal(s), as Principal(s), and Merchants Bonding Company (Mutual) (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 Five Hundred Sig Thousand Seven Hundred Thirty-five Dollars ($506,735), 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. t WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 9th day of October, 2018, to RFP 18-14235-FM Sewer Line Replacement at 3rd Street from Ave. S to Waco Ave. 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 17th day of October 2018. f Merchants Bonding Company (Mutual) Surety *By: (Title) — " Cara D. Hancock, Attorney -In -Fact (Title) Page Intentionally Left Blank The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Cara D . Hancock an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Merchants Bonding Company (Mutual) Surety l *B T� 1 Cara D.�Han�cock, Attorney -In -Fact Approved as to Form City of Lubbock By: 0&&4ae C6YAttorney * 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. Paae Intentionally Left Blank MERCHANTS BONDING COMPANY, POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Cara D Hancock; Carroll Mayfield; DeeDee Brinker; Jennifer Winters; Tara Symes their true and lawful Attorney(s)-in-Fad, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attomey is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attomey-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 13th day of June 2018 ••.,� .*eOG Cp4•. ��.••Pt10N4� •� RPO/Q' B� :� •Qa '�PQ 'Oy•. :�y.•40 qj;•. A.p� MERCHANTS BONDING COMPANY (MUTUAL) Z • 0; v0 ,yam . :zs� -o- O•:�: :ti:= MERCHANTS NATIONAL BONDING, INC. -o- 2003 1933 c; ter. By .•yJ. ��ti►�•• . •: ��� •••6i� `;`,�Q • President STATE OF IOWA •��""""•�•• • • • •' • • COUNTY OF DALLAS ss. On this this 13th day of June 2018 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. s AUCIA K. GRAM �PRtA� o Commission Number 767430 Z ° ° ° ° My Commission Expires - • •, P ° April 1, 2020 Notary Public (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 17th day of October 2018 ••.,�� ap\NG C?4 '��.••Pt10Ng4 y�'pKpOR,q•BGQRPOgq.9y �E; •• � �;'`• /h. / . �% 2:ZG :ti:=G Kam/ a!/�►y�J . i%✓ v' 2003 v:�� ; y 1933 �� C: Secretary POA 0018 (3/17) ""' Page Intentionally Left Blank 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 Deerwood Construction, Inc. (hereinafter called the Principal(s), as Principal(s), and Merchants Bonding Company (Mutual) (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 Five Hundred Six Thousand Seven Hundred Thirty-five Dollars ($506,735), 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 9th day of October, 2018, to RFP 18-14235-FM Sewer Line Replacement at 3rd Street from Ave. S to Waco Ave. s 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 i 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 17th day of October 2018. Merchants Bonding Company (Mutual) Surety *By_ (Title) Cara D. Hancock, Attorney -In -Fact (Printed Name gnature)' e H (Title) Paae Intentionally Left Blank The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Cara D . Hancock an agent resident in Lubbock County to whom any requisite notices maybe delivered and on whom service of process may be had in matters arising out of such suretyship. Merchants Bonding Company (Mutual) Surety * By: , (Title) Cara D. Hancock, Attorney -In -Fact Approved as to form: City f u ck By: &Wtu C 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. Page Intentionally Left Blank MERCHANTS BONDING COMPANY. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the "Companies' do hereby make, constitute and appoint, individually, Cara D Hancock; Carroll Mayfield; DeeDee Brinker; Jennifer Winters; Tara Symes their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attomey is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." 'The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 13th day of June 2018 �• �'•EIP0# ep•; ' O� 'spo ' f•% MERCHANTS BONDING COMPANY (MUTUAL) hGJ.•`O qj;. Z % • 0: v0 A4% MERCHANTS NATIONAL BONDING, INC. 20031933 By President •'' STATE OFIOWA •'4.......••°• . ••.••••'• COUNTY OF DALLAS ss. On this this 13th day of June 2018 before me appeared Larry Taylor, to me personally known, who being by me duly swom did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. [A,10 AUCIA K. GRAM Commission Number 767430 My Commission ExpiresP - April 1, 2020 Notary Public (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 17th day of October 2018 •.�PZ10Nq�•.,� ,•MG CO,�•. ~y ; LP O/P.q�. Z � ; -,FOR A4.�9�.c v 2003 �r7 y 1933 .- c' secretary POA0018 (3/17) """ •••••••• 'I" MERCHANTS BONDING COMPANY. MERCHANTS BONDING COMPANY (MUTUAL) • MERCHANTS NATIONAL BONDING, INC. P.O. Box 14498 - DES MOINES, IOWA 50306-3498 • (800) 678-8171 - (515) 243-3854 FAX Please send all notices of claim on this bond to: Merchants Bonding Company (Mutual) / Merchants National Bonding, Inc. P.O. Box 14498 Des Moines, Iowa 50306-3498 (515)243-8171 (800) 678-8171 Physical Address: 6700 Westown Parkway, West Des Moines, Iowa 50266 SUP 0073 TX (2/15) No Text CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 TYPE OF PROJECT: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY ❑ Commercial General Liability General Aggregate $ ❑ Claims Made Products-Comp/Op AGG $ ❑ Occurrence Personal & Adv. Injury $ ❑ Owner's & Contractors Protective Each Occurrence $ ❑ Fire Damage (Any one Fire) $ 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) $ CG Hired Autos Property Damage $ iU Non -Owned Autos El GARAGE LIABILITY 0 Any Auto Auto Only - Each Accident $ ❑ Other than Auto Only: Each Accident $ Aggregate $ BUILDER'S RISK ❑ 100% of the Total Contract Price $ El INSTALLATIONFLOATER $ EXCESS LIABILITY ❑ Umbrella Form Each Occurrence $ Aggregate $ ❑ Other Than Umbrella Form $ WORKERS COMPENSA TION AND 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: A I«.,. 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. CONTRACTORCHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the -contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. 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 I 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; i (E) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (F) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (G) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (IT), with the certificate of coverage to be provided to the person for whom they are providing services. CONTRACT Page Intentionally Left Blank Contract 14235 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 9" day of October, 2018 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and Deerwood Construction Inc of the City of Lubbock, County of Lubbock and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: RFP 18-14235-FM Sewer Line Replacement at 3rd Street from Ave. S to Waco Ave. 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. Deerwood Construction, Inc.'s proposal dated September 18'h, 2018 is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. CONTRACTOR: Deerwood Construction, Inc. COMPLETE ADDRESS: Deerwood Construction, Inc. P.O. Box 3009 Lubbock, TX 79452 ATTEST: I MI /!�T �' iMf . CITY O LUBBO K, TEXAS (OWNER): By: Daniel M. Pope, Mayor ATTEST: R e ca Garza, City Secretary APPROVED AS TO CONTE . ,ohn Turpin, P.E., s* tant City Engineer/Capital /Projects and Design/ A Michael G. Keenum, P.E., CFM, Division Director of Engineering/City Engineering APP D AS TQ FORM: ' mwz Kekli Leisure, Assistant City Attorney Pau Intentionafly Left Blank CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 FOR VENDOR DOING BUSINESS WITH LOCAL GOVERNMENTAL ENTITY ' This questionnaire reflects changes made to law by H.B. 23, 84t' Leg., Regular Session Businesses and individuals doing business with the City need to file conflict of interest questionnaires with the f Office of the City Secretary's Office. Local government officers are also required to file when a conflict exists. The questionnaire is to be filed in accordance with Chapter 176, Local Government Code, by a vendor who has t a business relationship as defined by Section 176.001 (1-a) with a local governmental entity and the vendor meets the requirements under Section 176.006(a). By law this questionnaire must be filed with the City Secretary's Office of the local governmental entity no later than the 71h business day after the date the vendor becomes aware of the facts that require the statement to be filled. Chapter 176 of the Local Government Code requires the City Manager and Council Members to file a Conflicts Disclosure Statement regarding their relationships with City vendors (including bidders and potential vendors). The law also requires that any vendor who contracts, or seeks to contract, with the City for the sale or purchase of property, goods or services (including a bidder on a City contract) file a "Conflict of Interest Questionnaire" regarding the vendor's business relationships, if any, with Council Members or the City Manager. Compliance is the responsibility of each individual, business or agent who is subject to the law's filing requirement. Questions about compliance should be directed to your legal counsel. Office of the City Secretary 1625 13th Street, Room 206 Lubbock, TX 79401 Questionnaire is available at http://www.ei.lubbock.tx.us/departmentalwebsites/ departinents/purchasing/vendor-information CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES t, 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, signing the form, and returning the form to City of Lubbock Purchasing & Contract Management Department. Once the form is received by the Purchasing and Contract Management Department, the Buyer associated with the project will log -in to the Texas Ethics Commission portal and acknowledge receipt of the form not later than the 30th day after the date the contract for which the form was filed binds all parties to the contract. This will complete the form for the contract with which the form is associated. The completed form will be made available via the Texas Ethics Commission website. Form 1295 can be generated via the Texas Ethics Commission web portal. The website and detailed instructions are located at: https://www.ethics.state.tx.us/whatsnew/elf info form1295.htm GENERAL CONDITIONS OF THE AGREEMENT Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit Deerwood Construction, Inc. who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative John Turpin, P.E., Assistant City Engineer/Capitol Projects & Design, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. € Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 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". 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due g 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. a 10 11. 12. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished ten copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES The Contractor is responsible for construction layout based on the control provided in the construction documents. All lines and grades shall be furnished whenever Owner's Representative (as distinguished from Resident Project Representative(s)) deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative (as distinguished from Resident Project Representative(s))has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident Project Representative, as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING 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 R' ( _, 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 person or persons on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such person or persons shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of workers or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public IJ observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. [I 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 i 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 It other applicable organization as may be required by law or the contract documents. 4 8 b. . If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's 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 1. work, and additional higher -tier markups limited to 5% to cover additional overhead and insurance costs; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work, as estimated by the Engineer and approved by the Owner.. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workers, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for - the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age µ 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." �T 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 1 work, make written request to the Owner's Representative for a written order authorizing such extra work. Should j 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 m 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 1 these plans, specifications, or contract documents, shall be given to the Owners' Representative and a 1 clarification obtained before the proposals are received, and if no such notice is received by the Owner's Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its proposal to complete the work { in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of i r_. _ 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 safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self- insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. t 7 I PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined Single Limit in the aggregate and $1,000,000 per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury W/ 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 — $4,000,000 per occurrence 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. Definition: 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 f Contractor's/person's work on the project has been completed and accepted by the governmental entity. 8 r- 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 g 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 2x' vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 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; 9 REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804- 4000 (www.tdi.state.tx. us) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage; " and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: a g_a t (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; 12 is i (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) agree employees a to 1 with the Americans with Disabilities Act of � comply 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 A 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 13 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 t Representative of such variance or variances within said time, any objection and/or assertion that the plans and Y 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, ..2 rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. " u' 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. TEME 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 $200 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 $100 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. P IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TEME IS OF THE ESSENCE OF THIS CONTRACT. 14 1_ 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 in such order of precedence, and in such manner as shall be most conductive to economy of construction. The Contractor shall ensure daily prosecution of the work is conducted every business day until completed, regardless if the work will be substantially or finally complete ahead of specified deadlines in the agreement, unless the City determines time off from said prosecution is necessary or reasonable and Contractor received said determination in writing from the City. Further, 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. Additionally, inclement weather shall be the only other reason consistent, daily prosecution of the work may not take place on those inclement weather days. 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. s 1 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 t 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 t (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than within twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workers, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the 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 15 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 fuunished on the project, provided that the over run or under run of estimated quantities32 note exceed 15% of the estimated quantity. Mpg 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 _t 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 stuns that may be retained by Owner raider the terms of the contract documents. 16 �a t 43. 44. 45 46. Payment for materials on hand and delivered to the project site will be limited to 100 percent less the 5 percent standard retainage until actually incorporated into the project. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 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. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time but not to exceed 30 days after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or relating to such correction or removal. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of 17 (a) Defective work not remedied and/or work not performed, (b) Claims filed or reasonable evidence indicating possible filing of claims, (c) Damage to another contractor, (d) Notification to owner of failure to make payments to Subcontractors or Suppliers, (e) Failure to submit up-to-date record documents as required, (f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner, '$ (g) Failure to provide Project photographs required by Specifications. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the _. amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of persons and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall 18 1 s I be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. 1- 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 1 . in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY i 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 s 19 1._-1 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 and authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES 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 20 I 56. 57. 58 59. other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 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. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. NON -ARBITRATION The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. CONTRACTOR ACKNOWLEDGES Contractor acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein 21 61. 62. 63 64. shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. HOUSE BILL 2015 House Bill 2015 signed by the Governor on June 14, 2013 and effective on January 1, 2014, authorizes a penalty to be imposed on a person who contracts for certain services with a governmental entity and who fails to properly classify their workers. This applies to subcontractors as well. Contractors and subcontractors who fail to properly classify individuals performing work under a governmental contract will be penalized $200 for each individual that has been misclassified (Texas Government Code Section 2155.001). HOUSE BILL 1295: DISCLOSURE OF INTERESTED PARTIES House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Instructions for completing Form 1295 are available at: http://www.ci.lubbock.tx.us/departmental-websites/departments/purchasing/vendor-information SB 252 SB 252 prohibits the City from entering into a contract with a vendor that is identified by The Comptroller as a company known to have contracts with or provide supplies or service with Iran, Sudan or a foreign terrorist organization. The Contractor warrants that it complies with Chapter 2270, Subtitle F, Title 10 of the Texas Government Code by verifying that: (1) The Contractor does not boycott Israel; and (2) The Contractor will not boycott Israel during the term of the Agreement. CONTRACTOR ACKNOWLEDGES Contractor Acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. 22 CITY OF LUBBOCK WAGE DETERMINATIONS { EXHIBIT A City of Lubbock Building Construction Prevailing Wage Rates r Craft Hourly Rate Automatic Fire Sprinkle Fitter, Certified 28.00 Block, Brick, and Stone Mason 23.00 Carpenters -Acoustical Ceiling Installation 16.00 Carpenter -Rough 13.00 Carpenter -All other work 16.50 Caulker/Sealers 12.00 Cement & Concrete Finishers 16.67 Commercial Truck Drivers 10.26 Crane & Heavy Equipment Operator 20.00 Door & Hardware Specialist 16.00 Drywall and Ceiling Tile Installers 16.00 Drywall Finishers & Tapers 12.00 Electrician 21.21 Floor Layers -Carpet and Resilient 18.00 Floor Layers -Specialty 18.00 Floor Layers -Wood 18.00 Glaziers 17.00 Heating, Air Conditioning & Refrigeration Svc. Tech 21.31 HVAC Mechanic Helper 13.62 HVAC Sheet metal Ductwork Installer 19.30 HVAC Sheet metal Ductwork Installer Helper 13.85 Insulation Workers -Mechanical 12.00 Irrigator -Landscape Certified 13.50 Laborer: Common or General 11.65 Laborer: Mason Tender -Brick 17.00 Laborer: Mason Tender-Cement/Concrete 16.92 Laborer: Roof Tear off 11.09 Roofer 17.44 Painters (Brush, Roller & Spray) 12.00 Paper Hanger 13.00 Pipe Fitters & Steamfitters 24.10 Plaster, Stucco, Lather and EIFS Applicator 17.00 Plumber/Medical Gas Installer 22.83 Plumber Helper 14.20 EXHIBIT B City of Lubbock Heavy and Highway Prevailing Wage Rates Craft Hourly Rate Power Equipment Operator -Tower Crane 30.00 Hydraulic Crane Operators 60 tons & above 32.00 Operator Backhoe/Excavator/Truck hoe 20.25 Bobcat/Skid Steer/Skid Loader 15.22 Drill 16.00 Grader Blade 18.00 Loader 18.00 Mechanic 22.85 Paver (Asphalt, Aggregate, & Concrete) 17.00 Roller 15.00 Reinforcing Iron & Rebar Workers 14.33 Sheet Metal Workers, Excludes HVAC Duct Installation 21.38 Structural Iron & Steel Workers/Metal Building Erector 15.00 Asphalt Distributor Operator 16.50 Asphalt Paving Machine Operator/Spreader Box Operator 18.75 Backhoe Operator 18.00 Cement Mason/Concrete Finishers (Paving Structures) 15.00 Crane Operator (Hydraulic) 25.00 Electrician 17.50 Laborer 13.50 Laborer, Common 15.64 Laborer, Utility 13.50 Crane, Lattice Boom 80 Tons or Less 30.00 Loader/Backhoe 18.00 Roller/Other 15.00 Welder Certified/Structural Steel Weld 25.00 EXHIBIT C City of Lubbock Overtime Legal Holiday Prevailing Wage Rates The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. The rate for legal holidays shall be as required by the Fair Labor Standard I I SPECIFICATIONS Page Intentionally Left Blank SEWER LINE REPLACEMENT AT 3RD STREET FROM AVE S TO WACO AVE TECHNICAL SPECIFICATIONS wr. • •. s ij .............................. !!$ ZOLTAN FEKETE .,� '96663...... �„ F !BENS...' �� wr � N ' ��8 TABLE OF CONTENTS DIVISION 1— GENERAL REQUIREMENTS 01010 Summary of Work--------------------------------------------------------4 01019 Contract Considerations -------------------------------------------------- 1 01028 Change Order Procedures------------------------------------------------3 01039 Coordination and Meetings----------------------------------------------2 01140 Work Restrictions---------------------------------------------------------3 01300 Submittal Procedures-----------------------------------------------------4 01310 Progress Schedules -------------------------------------------------------- 2 01356 Storm Water Pollution Prevention Plan -------------------------------- 4 01380 Project Photographs------------------------------------------------------2 01400 Quality Requirements ----------------------------------------------------- 4 01410 Testing Laboratory Services---------------------------------------------3 01555 Barricades, Signs, and Traffic Handling-------------------------------1 01576 Waste Material Disposal-------------------------------------------------2 01700 Contract Closeout---------------------------------------------------------2 DIVISION 2 — SITE WORK 02082 Pre -Cast Concrete Manholes--------------------------------------------5 02084 Frames, Grates, Rings, and Covers ------------------------------------ 2 02221 Removing & Replacing Existing Pavements--------------------------2 02240 Dewatering----------------------------------------------------------------3 02257 Controlled Low Strength Material ------------------------------------- 3 02260 Excavation Support and Protection-------------------------------------3 02317 Excavation and Backfill for Utilities-----------------------------------10 02320 Utility Backfill Materials ------------------------------------------------- 4 02445 Boring and Encasing-----------------------------------------------------4 02530 Sanitary Sewer Piping---------------------------------------------------9 02533 Acceptance Testing for Sewers-----------------------------------------4 02665 Water Piping, Valves, and Fittings-------------------------------------14 02750 Bypass Pumping of Existing Sanitary Sewers ------------------------ DIVISION 3 — CONCRETE 03300 Cast -in -Place Concrete---------------------------------------------------9 Sewer Line Replacement Table of Contents SECTION 01010 SUMMARY OF WORK PART1 GENERAL 1.1 SUMMARY A. This section covers the description of the Work to be completed under these Specifications. B. The OWNER is the City of Lubbock. (1) The Owner's Representative: John Turpin, P.E., Assistant City Engineer City of Lubbock O: (806) 775-2342 (2) The Project Manager: Zoltan Fekete, P.E., City of Lubbock O: (806) 775-3317 C. Section includes: (1) Definitions (2) Project description (3) Permits and licenses (4) Access to site (5) Contractor's use of the premises (6) Project schedule (7) Security Procedures (8) Coordination requirements (9) Pre -construction meeting (10) Warranty 1.2 DEFINITIONS A. Furnish: To supply products to the project site, including delivering ready for unloading and replacing damaged and rejected products. B. Install: To put products in place in the work ready for the intended use, including unloading, unpacking, handling, storing, assembling, installing, erecting, placing, applying, anchoring, working, finishing, curing, protecting, cleaning, and similar operations. C. Provide: To furnish and install products. D. Indicated: Shown, noted, scheduled, specified, or drawn, somewhere in the contract documents. 1.3 PROJECT DESCRIPTION Sewer Line Replacement Summary of Work 01010-1 A. The purpose of this project is to replace existing deteriorated 8-inch diameter vitrified clay sanitary sewer pipe with new PVC sewer pipe at 3rd Street from Ave S to Waco. B. Major work items are: (1) Install approximately 3000 linear feet of 10", 12" and 15" PVC gravity sewer line in open cut trench. (2) Install 13 new manholes. (3) Demolish 11 existing manholes. C. The Contractor shall furnish all labor, equipment, and materials required for the complete construction of the work as shown on the drawings and specified herein. D. All work shall be performed in accordance with the most recent City of Lubbock Design Standards for Water and Sanitary Sewer construction. E. A maximum of 100 feet of trench open at a time. 1.4 Work shall also include restoration or replacement of all removed or damaged pavement, curb, sidewalk, gutter, shrubbery, fence, sod or other disturbed surfaces or structures in a condition equal to that before the work began to the satisfaction of the Engineer. 1.5 PERMITS AND LICENSES A. Contractor shall provide qualifications to the Owner upon request to display evidence of competency and authority to perform required work. B. Contractor shall be responsible for obtaining all required permits. C. Contractor shall submit copies of all permits, licenses, and similar permissions obtained, and receipts for fees paid, to the Owner. 1.6 ACCESS TO SITES A. Contractor shall limit access to the site to authorized personnel only. B. Contractor shall adequately barricaded open excavations and construction material and equipment as to prevent unauthorized personnel from accessing. C. The Owner shall locate and designate all manhole access points open and accessible for the work, and provide rights of access to these points. D. Contractor shall coordinate with the City Solid Waste Services to maintain trash pickup schedules when working with in the alley right of way. 1.7 CONTRACTOR'S USE OF THE PREMISES A. The space available to the Contractor for the performance of the work, either exclusively or in conjunction with others performing other construction as part of the project, is restricted to the area shown on the site plan of the contract drawings unless the Contractor makes arrangements to use additional space with the Owner. B. The contractor shall ensure that any disturbed area is left in a condition equal to or better condition before finishing construction in the area. 1.8 PROJECT SCHEDULE Sewer Line Replacement Summary of Work 01010-2 i A. The Work summarized above shall be substantially completed within 240 calendar days from the date of the Notice to Proceed. B. There will be a $200.00 per day liquidated damages for each day that exceeds the limit. C. Within ten (10) business days after the date of the Substantial Completion Certificate, the Engineer shall issue a Final Punch List of items to be corrected prior to Final Completion. D. Punch list items shall be complete within 30 calendar days from the date of the Final Punch List. There shall be $100 per day liquidated damages assessed for each day that exceeds the limit. PART 2 PRODUCTS Not used. PART 3 EXECUTION 3.1 SECURITY PROCEDURES A. Contractor shall limit access to the site to persons involved in the work. B. Contractor shall provide secure storage for materials for which the owner has made payments and which are stored on site. C. Contractor shall secure completed work as required to prevent loss or damage. D. Contractor shall secure sites by means of fencing, security guards, or other means to prevent damage, theft, safety hazards, or other problems on the site. E. The use of security personnel shall be cleared with the Owner. 3.2 COORDINATION REQUIREMENTS A. Contractor shall inform the Owner when coordination of the work is required. B. If necessary, inform each party involved, in writing, of procedures required for coordination; include requirements for giving notice, submitting reports, and attending meetings. C. Coordinate shop drawings prepared by separate entities. D. Show installation sequence when necessary for proper installation. 3.3 PRE -CONSTRUCTION MEETING A. A pre -construction meeting will be held ten (10) days of the date of Notice to Proceed and prior to any construction taking place. 3.4 WARRANTY A. Contractor shall warrant 100% of the project for one (1) year after the date of substantial acceptance of the work. B. On the eleventh (11) month from the date of final acceptance, an Owner's representative will schedule an inspection with the presence of the Contractor to inspect for defects and assessment of the work performed. C. Any work that is considered defective by the Owner's representative will be repaired. D. The Contractor shall remedy any defects in workmanship, and pay for any and all damages of any nature whatsoever resulting in defects at no cost to the Owner. Sewer Line Replacement Summary of Work 01010-3 END OF SECTION Sewer Line Replacement Summary of Work 01010-4 t, _I SECTION 01019 CONTRACT CONSIDERATIONS PART 1 GENERAL 1.1 SUMMARY A. This section covers the method for the Contractor to request payment for completed work. B. Section includes: (1) Schedule of Values (2) Application for Payment (3) Payment Retainage 1.2 SCHEDULE OF VALUES A. Contractor shall submit a Schedule of Values on Engineer approved Contractor's form within five (5) days after receiving the bid tabulation. B. Revise schedule to include approved Change Orders, with each Application for Payment. 1.3 APPLICATIONS FOR PAYMENT A. Submit two (2) copies of each application on Engineer approved Contractor's form. B. Utilize Schedule of Values for listing items in Application for Payment. C. Monthly, submit application for payment on or about the 1 Oth day of each month. D. Include an updated construction progress schedule, materials received, and manifest with each Application for Payment E. Submit the following along with the application for final payment: --. (1) The documentation for the completed project. (2) Signed affidavit from a Notary Public that all claims on this job have been settled and that all bills owed by the Contractor for the project including materials and labor have been paid. (3) One (1) year Contractor Warranty for work performed, signed and sealed by a Notary Public. 1.4 PAYMENT RETAINAGE A. The Owner will retain five (5) percent of each payment. B. Retainage will be released as final payment, upon completion of the Final Punch List. PART 2 PRODUCTS Not used. PART 3 EXECUTION Not used END OF SECTION Sewer Line Replacement Contract Considerations 01019-1 SECTION 01028 CHANGE ORDER PROCEDURES PART 1 GENERAL 1.1 SUMMARY A. This section covers the procedures to be followed for a change in Contract price or time. B. Section Includes: (1) Submittals (2) Documentation Of Change In Contract Sum/Price And Contract Time (3) Change Procedures (4) Construction Change Authorization (5) Stipulated Price Change Order (6) Unit Price Change Order (7) Time And Material Change Order (8) Execution Of Change Orders (9) Correlation Of Contractor Submittals f�► 191- ul M&I A. Submit the name of the individual authorized to receive change documents, and be responsible for informing others in Contractor's employ or Subcontractors of changes to the Work. B. Change Order Forms. 1.3 DOCUMENTATION OF CHANGE IN CONTRACT SUM/PRICE AND CONTRACT TIME A. Contractor shall maintain detailed records of work done on a time and material basis. B. Provide full information required for evaluation of proposed changes and to substantiate costs of changes in the Work. C. Document each quotation for a change in a cost or time with sufficient data to allow evaluation of the quotation. D. On request, provide additional data to support computations, including but not limited to: (1) Quantities of products, labor, and equipment. (2) Taxes, insurance, and bonds. (3) Overhead and profit. (4) Justification for any change in Contract Time. (5) Credit for deletions from Contract, similarly documented. E. Support each claim for additional costs, and for work done on a time and material basis, with additional information: (1) Origin and date of claim. (2) Dates and times work was performed, and by whom. (3) Time records and wage rates paid. (4) Invoices and receipts for products, equipment, and subcontracts, similarly documented. 1.4 CHANGE PROCEDURES Sewer Line Replacement Change Order Procedures 01028-1 A. Changes to Contract Sum/Price or Contract Time can only be made by issuance of an official Construction Change Authorization or Contract Change Order. Discussions in the field or by phone or email, without proper documentation, do not authorize Contractor to perform tasks outside the scope of Work. Changes must be authorized as described in this Section. B. The Engineer will advise of minor changes in the Work not involving an adjustment to Contract Sum/Price or Contract Time as authorized by the Contract by issuing supplemental instructions by letter. C. The Engineer may issue a Proposal Request which includes a detailed description of a proposed change with supplementary or revised Drawings and Specifications. The Contractor shall prepare and submit an estimate within seven (7) days, or as specified in the Proposal Request. Estimate shall include the proposed change's full effect on the Work and the effect on the Contract Sum/Price and Contract Time, with full documentation and a statement describing the effect on Work by separate or other contractors. D. The Contractor may request clarification of Drawings, Specifications, or Contract documents or other information by submitting a Request for Information to the Engineer. Engineer may request a Proposal Request in response to a Request for Information. 1.5 CONSTRUCTION CHANGE AUTHORIZATION A. The Engineer may issue a document, signed by the Owner, instructing the Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. B. The document will describe changes in the Work, and will designate the method of determining any change in Contract Sum/Price or Contract Time. C. The Contractor shall promptly execute the change in the Work. 1.6 STIPULATED PRICE CHANGE ORDER A. Based on accepted Proposal Request. 1.7 UNIT PRICE CHANGE ORDER A. For pre -determined unit prices and quantities, the Change Order will be executed on a fixed unit price basis. B. For unit costs or quantities of units of work which are not pre -determined, execute Work under a Construction Change Authorization. C. Changes in Contract Sum/Price or Contract Time will be computed as specified for Time and Material Change Order. 1.8 TIME AND MATERIAL CHANGE ORDER A. Submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the Contract. B. The Engineer will determine the change allowable in Contract Sum/Price and Contract Time as provided in the Contract Documents. C. Maintain detailed records of work done on Time and Material basis. D. Provide full information required for evaluation of proposed changes, and to substantiate costs for changes in the Work. 1.9 EXECUTION OF CHANGE ORDERS A. The Engineer will issue Change Orders for signatures of parties as provided in the Conditions of the Contract. 1.10 CORRELATION OF CONTRACTOR SUBMITTALS Sewer Line Replacement Change Order Procedures 01028-2 A. Promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as a separate line item and adjust the Contract Sum/Price. B. Promptly revise progress schedules to reflect any change in Contract Time, revise sub - schedules to adjust time for other items of work affected by the change, and resubmit. C. Promptly enter changes in Project Record Documents. PART 2 PRODUCTS Not used PART 3 EXECUTION Not used END OF SECTION Sewer Line Replacement Change Order Procedures 01028-3 SECTION 01039 COORDINATION AND MEETINGS PART1 GENERAL 1.1 SUMMARY A. Section Includes: (1) Coordination (2) Field Engineering (3) Pre -Construction Meeting (4) Progress Meetings 1.4 COORDINATION A. Coordinate scheduling, submittals, and Work of the various Sections of the Project to assure efficient and orderly sequence of installation of interdependent construction elements, with provisions for accommodating items installed later. B. Coordinate completion and cleanup of Work of separate Sections in preparation for Substantial Completion. C. After Owner occupancy of premises, coordinate access to site for correction of defective Work and Work not in accordance with Contract Documents, to minimize disruption of Owner's activities. 1.5 FIELD ENGINEERING A. Locate and protect survey control and reference points. B. Verify set -backs and easements; confirm drawing dimensions, and elevations. C. Provide field engineering services. D. Establish elevations, lines, and levels, utilizing recognized engineering survey practices. E. Submit a copy of registered site drawing and certificate signed by Land Surveyor that the elevations and locations of the Work are in conformance with the Contract Documents. 1.6 PRE -CONSTRUCTION MEETING A. Schedule meeting within ten (10) days of date of Notice to Proceed. B. Procedures and processing of field decisions, submittals, and substitutions, applications for payments, RFIs, proposal request, Change Orders and Contract closeout procedures. C. Tentative agenda: (1) Use of premises by Owner and Contractor. (2) Distribution of executed Contract Documents. (3) Submission of list of Subcontractors, list of products and progress schedule. (4) Designation of personnel representing the parties in Contract and the Engineer. (5) Owner's requirements. (6) Construction facilities and controls provided by Owner. (7) Survey and layout. (8) Security and housekeeping procedures. (9) Schedules. (10) Procedures for testing. (11) Procedures for maintaining record documents. (12) Inspection and acceptance of products put into service during construction period. Sewer Line Replacement Coordination and Meetings 01039-1 D. Record minutes and distribute copies within five (5) days after meeting to Engineer, participants, and those affected by decisions made. 1.7 PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the Work at minimum monthly intervals. B. Make arrangements for meetings, prepare agenda with copies for participants, and preside at meetings. C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Engineer, as appropriate to agenda topics for each meeting. D. Tentative agenda: (1) Review minutes of previous meetings. (2) Review of Work progress. (3) Field observations, problems, and decisions. (4) Identification of problems which impede planned progress. (5) Review of submittals schedule and status of submittals. (6) Review of off -site fabrication and delivery schedules. (7) Maintenance of progress schedule. (8) Corrective measures to regain projected schedules. (9) Planned progress during succeeding work period. (10) Coordination of projected progress. (11) Maintenance of quality and work standards. (12) Effect of proposed changes on progress schedule and coordination. (13) Other business related to Work. E. Record minutes and distribute copies within five (5) days after meeting to Engineer, participants, and those affected by decisions made. PART 2 PRODUCTS Not used PART 3 EXECUTION Note used END OF SECTION Sewer Line Replacement ti Coordination and Meetings 01039-2 I SECTION 01140 WORK RESTRICTIONS PART 1 GENERAL 1.1 SUMMARY A. Section Includes: (1) Use Of Premises (2) Special Scheduling Requirements (3) Working Period (4) Utility Cutovers And Interruptions (5) Noise Restrictions (6) Advance Notice (7) Water For Construction (8) Work Area Limits 1.2 USE OF PREMISES A. Limit use of premises to work in areas indicated. Do not disturb portions of site beyond areas in which the Work is indicated. B. Confine construction operations to within the limits of Right of Way, Alley Easements and Manhole locations, as shown on plans. C. Keep driveways and entrances serving premises clear and available to tenants, residents and emergency vehicles at all times, except when construction is immediately at that vicinity. Do not use these areas for parking or storage of materials. D. Schedule construction to minimize obstruction of driveways and entrances. 1.3 SPECIAL SCHEDULING REQUIREMENTS A. Have materials, equipment, and personnel required to perform the work at the site prior to the commencement of the Work. B. Permission to interrupt utility service shall be requested in writing a minimum of fourteen (14) calendar days prior to the desired date of interruption. A. Regular working hours shall be within an eleven (11) hour period between 7:00 a.m. and 6:00 p.m., Monday through Friday, and an eight (8) hour period between 9:00 a.m. and 5:00 p.m. on Saturday. (1) Saturday work shall be restricted to those activities that do not require observation by the Owner. (2) The Owner reserves the right, at the Owner's discretion, to disallow work when it interferes with holiday times and traffic. B. No work shall be performed on the following holiday periods or days: (1) New Year's Day (2) Good Friday Holiday _ . (3) Memorial Day Holiday (4) Independence Day Holiday Sewer Line Replacement Work Restrictions 1 01140-1 (5) Labor Day Holiday (6) Thanksgiving Day Holiday plus the day before and the three days following Thanksgiving Day. (7) Christmas Week. If Christmas Day falls on Saturday, this will be defined as the week leading to Christmas Day. If Christmas Day falls on Sunday, this will be defined as the week following Christmas Day plus the Friday and Saturday prior to Christmas Day. C. Work outside regular working hours requires Owner's approval. (1) Make application twenty-one (21) calendar days prior to such work to allow arrangements to be made by the Owner for inspecting the work in progress, giving the specific dates, hours, location, type of work to be performed, contract number and project title. (2) Based on the justification provided, the Owner may approve work outside regular hours. (3) During periods of darkness, the different parts of the Work shall be lighted in a manner approved by the Owner. Lighting shall be such that it does not cause nuisance conditions. D. The Drawings contain specific requirements that affect certain areas of the Work. 1.5 UTILITY CUTOVERS AND INTERRUPTIONS A. Sanitary sewer flow shall not be interrupted upstream of the Work. Bypass pumping of sanitary sewer flow upstream of the Work shall be the responsibility of the Contractor. B. Sanitary sewer service connections shall be re -connected in a timely manner following installation of the new sanitary sewer pipe. 1.6 NOISE RESTRICTIONS A. 75 dB limit at face of nearest structure during normal daylight hours. B. 65 dB limit at face of nearest structure during evening and nighttime hours in or near residential areas and for 24-hour working conditions that have received Owner approval. Evening and nighttime hours shall be defined as 6:00 p.m. to 7:00 a.m. C. The Contractor shall keep on -site a hand portable sound measurement device for both the Owner's and the Contractor's use for measuring noise levels. 1.7 ADVANCE NOTICE A. The Contractor shall provide a minimum of five (5) days advance written notice of construction to businesses and residences along the construction route. B. The advance written notice shall be in the form of a single page flyer to be placed by hand by the Contractor's forces in mailboxes, door handles, or handed to applicable individuals at each route building. C. The text for the advance written notice will be approved by the Owner. D. Reproduction shall be at the Contractor's expense. E. Distribution shall be at the Contractor's expense. F. Single page flyers shall be of a paper or post card color other than white to direct the recipient's attention to the information. G. The text shall contain the anticipated beginning date of inconvenience to the recipient and the anticipated duration of that inconvenience. H. The dates shall encompass the duration of driveway inconveniences and potential noise to the recipients on a single city block (i.e., the dates and durations shall reflect the time that the city block of interest will be affected by non-trafficability). Sewer Line Replacement Work Restrictions 01140-2 1.8 WATER FOR CONSTRUCTION A. Obtaining water for construction is the Contractor's sole responsibility. B. Water is available from the potable water system of the City of Lubbock for construction purposes. (1) The Contractor is responsible for all charges and arrangements for water consumption from the potable water system. (2) The Contractor shall make such arrangements directly with the City of Lubbock Water Utilities Department. (3) The City will not furnish potable water free of charge for the construction work. (4) The Contractor is responsible for any required metering and hauling. C. Water from park area lakes shall not be used for construction. D. This section does not preclude the Contractor from seeking other water sources for use in construction. Such water resources shall meet the purity requirements for the intended use. Such arrangements for water from other sources are the responsibility of the Contractor. PART 2 PRODUCTS Not used PART 3 EXECUTION 3.1 WORK AREA LIMITS A. Prior to any construction, the Contractor shall mark the areas that need not be disturbed under this contract. B. Isolated areas within the general work area which are to be saved and protected shall also be marked or fenced. C. Monuments and markers shall be protected before construction operations commence. D. Where construction operations are to be conducted during darkness, the markers shall be visible at all times. E. The Contractor's personnel shall be knowledgeable of the purpose for marking and/or protecting particular objects. END OF SECTION C Sewer Line Replacement Work Restrictions 01140-3 r SECTION 01300 SUBMITTAL PROCEDURES PART1 GENERAL 1.1 SUMMARY A. Section includes: (1) Submittal Procedures (2) Re -Submittal Requirements (3) Action Submittals (4) Proposed Products List (5) Shop Drawings (6) Information Submittals (7) Contractor's Review (8) Owner And Engineer Action 1.2 SUBMITTAL PROCEDURES A. Transmit each submittal with Contractor's standard transmittal letter including Contractor's name, address, and phone number. B. Identify Project, Contractor, Subcontractors or Suppliers, pertinent Drawings sheet and detail number(s), and specification Section number, as appropriate. C. Schedule submittals to expedite the Project and coordinate submission of related items. D. The Owner and Engineer reserve the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. E. Submittals may be delivered to the Engineer at the following address: Water Utilities Engineering 1625 13th Street Lubbock, Texas 79457 F. Allow enough time for submittal review, including time for re -submittals, as follows: �~ (1) Time for review shall commence on the Owner or Engineer's receipt of submittal. (2) Allow fifteen (15) days for initial review of each submittal. (3) Allow additional time if processing must be delayed to permit coordination with �.,. subsequent submittals. (4) The Owner or Engineer will advise the Contractor when a submittal being processed i must be delayed for coordination. (5) If more than five (5) submittals are transmitted for review within any five (5) day period, the time allowed for review will be increased to twenty-one (21) days. (6) Where concurrent review of submittals by the Engineer, Owner, or other parties is required, allow twenty-one (2 1) days for initial review of each submittal. (7) If intermediate submittal is necessary, process it in same manner as initial submittal. (8) Allow fifteen (15) days for processing each resubmittal. G. No extension of the Contract Time will be authorized because of failure to transmit submittals sufficiently in advance of the Work to permit processing. H. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. Sewer Line Replacement Submittal Procedures 01300-1 I. Provide space for Contractor and Engineer review stamps. J. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. K. Use only final submittals with mark indicating action taken by Owner or Engineer in connection with the construction. L. Submittals not requested will not be recognized or processed. 1.3 RE -SUBMITTAL REQUIREMENTS A. Revise initial submittal as required and re -submit to meet requirements as specified. B. Identify all changes made since previous submittal. C. Mark as RESUBMITTAL. D. Re -use original transmittal number and supplement with sequential alphabetical suffix for each re -submittal (ie. 0001-A). PART 2 PRODUCTS 2.1 ACTION SUBMITTALS A. Prepare and submit Action Submittals required by individual Specification Sections. B. Submit three (3) copies of each submittal, unless otherwise indicated. (1) The three (3) copies will be retained by the Owner's representative. (2) Any additional copies that the Contractor may need for his operations will be in addition to the three (3) copies required. 2.2 PROPOSED PRODUCTS LIST A. Within fifteen (15) days after date of Notice to Proceed, submit complete list of major products proposed for use, with name of manufacturer, trade name, and model or catalog LL designation, and reference standards. B. For products specified only by reference standards, give manufacturer, trade name, model or catalog designation, and reference standards. C. Collect information into a single submittal for each element of construction and type of product or equipment. D. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. E. Include recommendations for application and use, compliance with specified standards of _. trade associations and testing agencies. F. Include notation of special coordination requirements for interfacing with adjacent work. G. After review, distribute in accordance with Article on Procedures above and provide copies for Record Documents described in Section 01700 — Contract Closeout. 2.3 SHOP DRAWINGS A. Prepare Project specific information, drawn accurately to scale. B. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data. C. Include the following information, as applicable: (1) Dimensions Sewer Line Replacement Submittal Procedures 01300-2 (2) Identification of products (3) Fabrication and installation drawings (4) Schedules (5) Design calculations (6) Compliance with specified standards (7) Notation of coordination requirements (8) Notation of dimensions established by field measurement D. For drawings larger than 11 x 17 inches, submit in the form of one reproducible transparency and one opaque reproduction. E. For drawings 11 x 17 inches and smaller, submit the number of opaque reproductions which Contractor requires, plus three (3) copies which will be retained by Engineer. F. Drawing size shall be minimum of 8 1/2 x 11 inches and a maximum of 24 x 36 inches. G. Draw details to a minimum size of % inch equal to 1 foot. H. After review, produce copies and distribute in accordance with SUBMITTAL PROCEDURES article above and for record document purposed described in Section 01700 — Contract Closeout. 2.4 INFORMATION SUBMITTALS A. Manufacturer's Instructions: (1) When specified in individual specification Sections, submit manufacturers' printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, in quantities specified for Product Data. (2) Identify conflicts between manufacturers' instructions and Contract Documents. (3) Indicate special procedures, conditions requiring special attention and special environmental criteria required for application or installation. B. Manufacturer's Certificates (1) When specified in individual specification Sections, submit manufacturers' certificate to Engineer for review, in quantities specified for Product Data. (2) Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference date, affidavits, and certifications as appropriate. (3) Certificates may be recent or previous test results on material or Product, but must be acceptable to the Engineer. C. Insurance Certificates and Bonds: (1) Prepare written information indicating current status of insurance or bonding coverage. (2) Include name of entity covered by insurance or bond, limits of coverage, amounts of deductibles, if any, and term of the coverage. PART 3 EXECUTION 3.1 CONTRACTOR'S REVIEW A. Review each submittal and check for compliance with the Contract Documents. B. Note corrections and field dimensions. C. Mark with approval stamp before submitting to the Owner or Engineer. (1) Stamp each submittal with a uniform approval stamp. Sewer Line Replacement Submittal Procedures 01300-3 E� s (2) Include Project name and location, submittal number, Specification Section title and number, name of reviewer, date of Contractor's approval, and statement certifying that the submittal has been reviewed, checked, and approved for compliance with the Contract Documents. 3.2 OWNER AND ENGINEER'S ACTION A. The Owner or Engineer will not review submittals that do not bear the Contractor's approval stamp and will return them without action. B. The Owner or Engineer will review each submittal, make marks to indicate corrections or modifications required, and return it. C. The Owner or Engineer will stamp each submittal with an action stamp and will mark stamp appropriately to indicate action taken, as follows: (1) No exception taken (2) Make correction noted (3) Revise and resubmit (4) Rejected D. The submittal stamp by the Owner or Engineer will also contain the following: (1) Checking is only for general conformance with the design concept of the project and general compliance with the information given in the Contract Documents. (2) Any action shown is subject to the requirements of the plans and specifications. (3) The Contractor is responsible for confirming and correlating all quantities and dimensions; selecting fabrication processes and techniques of construction; and performing the Work in a satisfactory manner. E. The Owner or Engineer will review each submittal and will not return it, or will reject and return it, if it does not comply with the requirements. END OF SECTION Sewer Line Replacement Submittal Procedures 01300-4 SECTION 01310 PROGRESS SCHEDULES PART 1 GENERAL I0=1111UIU/11INd A. Section Includes: (1) Format (2) Content (3) Revisions To Schedules (4) Submittals (5) Distribution 1.2 FORMAT A. Sequence of Listings: The chronological order of the start of each item of Work. B. Scale and Spacing: To provide space for notations and revisions. C. Sheet Size: Minimum 8 1/2 x 11 inches D. Submit only if requested by the Engineer or Owner at preconstruction or coordination meeting. E. Maintain monthly updates to schedule. iRK8191 G04M A. Show complete sequence of construction by activity, with dates for beginning and completion of each element of construction. B. Identify each item by specification Section number. C. Provide sub -schedules to define critical portions of the entire Schedule. D. Show accumulated percentage of completion of each item, and total percentage of Work completed, as of the first day of each month. E. Provide separate schedule of submittal dates for shop drawings, product data, samples, and dates reviewed submittals will be required from the Engineer. Indicate decision date for selection of finishes. 1.4 REVISIONS TO SCHEDULES A. Indicate progress of each activity to date of submittal, and projected completion date of each activity. B. Identify activities modified since previous submittal, major changes in scope, and other identifiable changes. C. Provide narrative report to define problem areas,. anticipated delays, and impact on Schedule. Report corrective action taken, or proposed, and its effect. 1.5 SUBMITTALS A. Submit initial Schedules within ten (10) days after date established in Notice to Proceed. After review, resubmit required revised data within ten (10) days. B. Submit revised Progress Schedules with each Application for Payment. C. Submit the number of opaque reproductions which the Contractor requires, plus two (2) copies which will be retained by the Engineer. Sewer Line Replacement Progress Schedules 01310-1 1.6 DISTRIBUTION A. Distribute copies of reviewed Schedules to project site file, Subcontractors, suppliers, and other concerned parties. B. Instruct recipients to promptly report, in writing, problems anticipated by projections indicated in Schedules. PART 2 PRODUCTS Not used PART 1 EXECUTION Not used END OF SECTION Sewer Line Replacement Progress Schedules 01310-2 SECTION 01356 STORM WATER POLLUTION PREVENTION MEASURES PART 1 GENERAL 1.1 SUMMARY A. Section Includes: (1) Contractor Responsibilities (2) Erosion and Sediment Controls (3) Components for Silt Fences (4) Components for Straw Bales (5) Storm Water Pollution Prevention Plan 1.2 CONTRACTOR RESPONSIBILITIES A. The Contractor shall implement, maintain, and update the Storm Water Pollution Prevention measures specified in the Storm Water Pollution Prevention Plan (SWP3) in a manner, which will meet the requirements of the Texas Pollution Discharge Elimination System (TPDES) General Permit No.TYR150000. B. The Contractor shall be responsible for any fines or penalties assessed by the appropriate regulatory agency for failure to make required inspections, failure to properly document those inspections, failure to adequately implement and adjust the storm water pollution prevention measures specified in the SWP3 to adequately control pollutants, and/or any other fines or penalties assess by TCEQ or the EPA for failure to comply with any part of the permit requirements. C. The Contractor shall submit a Notice of Intent and a Notice of Termination independently of the Owner. D. Fines leveled against the Owner by the TCEQ or the EPA for the Contractor's failure to comply with and maintain the SWP3 shall be paid by the Contractor. 1.3 EROSION AND SEDIMENT CONTROLS A. General (1) Structural measures shall be implemented to divert flows from exposed soils, temporarily store flows, or otherwise limit run-off and the discharge of pollutants from exposed areas of the site. (2) Structural practices shall be implemented as specified in the SWP3 and in a timely manner during the construction process to minimize erosion and sediment run-off. B. Stabilized Ingress/Egress (1) Stabilized access to and from the construction site will be installed by the Contractor as soon as practical and in accordance with the SWP3. (2) In all cases, the Contractor shall ensure that any soil tracked off site is cleaned from existing roads, alleys, and any adjacent properties as soon as possible. (3) The Contractor or other responsible party shall check for any pollutants (mud, silt, sand, cement, construction materials, etc.) tracked or washed off -site and perform necessary clean-up measures at the end of each work day. C. Silt Fences/Diversion Berms Sewer Line Replacement Storm Water Pollution Prevention Measures 01356-1 { G. A completed Notice of Termination (NOT) form must be submitted prior to finalization of this contract. H. The Contractor shall furnish the Owner with a copy of the NOI and NOT. END OF SECTION Sewer Line Replacement Storm Water Pollution Prevention Measures 01356-4 SECTION 01380 PROJECT PHOTOGRAPHS PART 1— GENERAL 1.1 WORK INCLUDED A. This section covers the description of the Work to be completed under these Specifications. B. All project photography shall follow the specifications listed herein. 1.2 DEFINITIONS A. CD — compact disk; electronic media for storing digital information such as photos; B. jpeg — a specific photographic file format utilizing file compression with minimal loss of image quality; C. Megapixels — defined as one million pixels; used for image density rating; D. Picture — synonymous with photograph; E. Pixel — the smallest indivisible color element of a raster image; F. USB — the Universal Serial Bus is a standard for cable connections and 1.3 QUALITY ASSURANCE A. The Contractor shall verify image quality through camera's on -screen display after taking photos. B. Photos shall not utilize digital zooms. 1.4 SUBMITTALS A. The following elements of construction shall have a minimum of 10 photos each from multiple angles: (1) Pre -construction conditions (2) Excavation & shoring (3) Concrete formwork & reinforcement placement (4) Precast vault installation (5) Meter setting (6) Backfilling & compaction (showing method of compaction at each change in material) B. Submittals are due in conjunction with each pay app cycle; photos may be used to corroborate materials or progress verification. C. Photos shall be submitted in digital format on any of the following hard media: (1) Photo CD (2) USB Drive D. Emailed photo submittals will not be accepted. Sewer Line Replacement Photographic Documentation 01380-1 ; { 1 E. External hard drives for file transfer will not be accepted. PART 2 — PRODUCTS 1.5 PHOTOGRAPHS A. All photography shall be digital. B. File format for all pictures shall be jpeg. C. All photos shall be of a size of 2.0 megapixels or greater. D. Naming Convention (1) All digital photo files will be re -named according to the following standard: [ContractNumber]-[Description] Example: 011035-Precast Concrete Vault Installation of 3rd Section (a) Station numbering shall appear in the description when applicable. (b) Camera's date settings must be correct and automatic date information shall not be tampered with or altered after photos are taken. PART 3 — EXECUTION 1.6 RESTRICTIONS A. In secure areas, permission will be required prior to access. B. Pictures taken from outside secure areas (through or over fence) will not be allowed. 1.7 PROCEDURES A. Photos shall be taken during on -going work, unless requested by Engineer. B. Number of photos per construction element may change based on complexity of construction or due to unforeseen circumstances. 1.8 OTHER REQUIREMENTS A. The Engineer reserves the right to request additional pictures. B. The City's Senior Inspector may also request additional photos in special circumstances. END OF SECTION Sewer Line Replacement Photographic Documentation 01380-2 SECTION 01400 QUALITY REQUIREMENTS PART1 GENERAL 1.1 SUMMARY A. Section Includes: (1) Definitions (2) Testing Requirements (3) Submittals (4) Quality Control (5) Repair and Protection 1.2 DEFINITIONS A. Quality Assurance Services: Activities, actions, and procedures performed before and during execution of the Work to guard against defects and deficiencies and ensure that proposed construction complies with requirements. B. Quality Control Services: Tests, inspections, procedures, and related actions during and after execution of the Work to evaluate that completed construction complies with requirements. 1.3 TESTING REQUIREMENTS A. Testing and inspecting services are required to verify compliance with requirements specified or indicated. These services do not relieve the Contractor of responsibility for compliance with the Contract Document requirements. B. Specific quality control requirements for individual construction activities are specified in the sections that specify those activities. Requirements in those Sections may also cover production of standard products. C. Specified tests, inspections, and related actions do no limit the Contractor's quality control procedures that facilitate compliance with the Contract Document requirements. 1.4 SUBMITTALS A. Qualification Data: (1) For individuals employed by the Contractor who will perform testing as required by the various specification Sections, submit at least fourteen (14) days prior to being used on the project the capabilities and experience of such individuals and the types of tests that the individual will perform. (2) For outside testing agency employed by the Contractor, submit at least fourteen (14) days prior to being used on the project the name, address, and manager of such testing agency and the types of tests that the agency will perform. (a) Such testing agency shall be acceptable to the Owner prior to being used on the project. B. Reports: (1) Prepare and submit written reports within fourteen (14) days following the date of the test that include the following: (a) Date of issue (b) Project title and number. Sewer Line Replacement Quality Requirements 01400-1 1 (c) Name, address, and telephone number of testing agency. If the individual is employed by the Contractor, use Contractor's name, address, and telephone number. (d) Dates and locations of samples and test (e) Names of individuals making tests (f) Description of the work and test method (g) Identification of material, product, and specification Section. (h) Complete test or inspection data (i) Test results and interpretation of test results 0) Ambient conditions at time of sample taking and testing. (k) Comments and opinion on whether tested Work complied with the Contract Document requirements and the applicable specification Section. (1) Name and signature of individual performing the test if employee of the Contractor, or name and signature of testing agency responsible person. (m) For failing tests, recommendations on retesting unless specification Sections provide procedure for retesting. C. Professional Engineer Qualifications: (1) Where a Professional Engineer is required in the specification Sections, this means a Professional Engineer who is legally qualified to practice in the jurisdiction where the project is located and who is experienced in providing engineering services of the kind indicated. D. Test Agency Qualifications: (1) An agency with the experience and capability to conduct testing indicated, as documented by ASTM E 548, and that has the capability and experience in the types of tests to be performed. E. Preconstruction Testing: (1) Testing agency shall perform preconstruction testing with specified requirements for performance and test methods. (2) The Contractor shall not perform preconstruction testing except through a third party testing agency. F. Testing Agency Responsibilities: (1) Submit certified written report of each test and similar Quality Assurance service to the - Contractor. (2) Interpret tests and state in each report whether tested work complies with or deviates from the Contract Document requirements. 1.5 QUALITY CONTROL A. Owner Responsibilities: (1) Where quality control services are indicated as Owner or Engineer's responsibility, such services may be performed by the Owner's forces or by a qualified testing agency to perform these services. (2) The Owner or Engineer will furnish the Contractor with names, addresses, and telephone numbers of testing agencies engaged by the Owner. B. Contractor Responsibilities: (1) Provide quality control services required in the various specification Sections. Sewer Line Replacement Quality Requirements 01400-2 t i (2) Where third party testing is engaged by the Contractor, notify testing agency sufficiently d in advance of the time and date when work that requires testing will be performed. (3) The Contractor shall not engage the same testing agencies as the Owner, unless Owner agrees in writing to such engagement. (4) Where testing is indicated as the Contractor's responsibility, submit certified written reports in duplicate of each testing service, whether performed by the Contractor's personnel or Contractor engaged testing agency. (5) Such reports shall include failing tests and retests. (6) Testing requested by the Contractor and not required by the Contract Documents are the Contractor's responsibility. (7) Where the Contractor's personnel are performing tests, provide individuals with appropriate equipment to perform the tests in accordance with the test method requirements. (8) Provide alternate equipment where the specified test method cannot be applied, and where alternative test methods and equipment must be employed to provide the necessary quality control. C. Retesting: (1) Regardless of whether original tests were the Contractor's responsibility, provide quality control services, including retesting, for construction that revised or replaced work that failed to comply with requirements established by the Contract Documents. D. Testing Agency Responsibilities: (1) Cooperate with the Engineer and Contractor in performance of duties. (2) Provide qualified personnel and necessary equipment to perform required tests and inspections. (3) Notify the Engineer or Contractor promptly of irregularities or deficiencies observed in the work during performance of its services. (4) Interpret tests and inspections and state in each report whether tested and inspected work complies with or deviates from the requirements. (5) Submit a certified written report, in triplicate, of each test, inspection, and similar quality control service through the Contactor. (6) Do not release, revoke, alter, or increase requirements of the Contract Documents or approve or accept any portion of the Work. (7) Do not perform any duties of the Contractor. E. Associated Services: (1) Cooperate with agencies performing required tests, inspections, and similar quality control services, and provide reasonable auxiliary services as requested. (2) Notify agency sufficiently in advance of operations to permit assignment of personnel. (3) Provide the following: (a) Access to the Work. (b) Incidental labor and facilities necessary to facilitate tests and inspections. (c) Adequate quantities of representative samples of materials that require testing and inspecting. (d) Assist agency in obtaining samples. (e) Facilities for storage and field curing of test samples. Sewer Line Replacement Quality Requirements 01400-3 ti (f) Additional associated services required of the Contractor for testing access are listed in the specification Sections. (g) Delivery of samples to testing agencies. (h) Preliminary design mix proposed for use for material mixes that require control by testing agency. (i) Security and protection for samples and for testing and inspecting equipment at Project site. F. Coordination: (1) Coordinate sequence of activities to accommodate required quality assurance and quality control services with a minimum of delay and to avoid necessity of removing and replacing construction to accommodate testing and inspecting. (2) Schedule times for tests, inspections, obtaining samples, and similar activities. PART 2 PRODUCTS Not used PART 1 EXECUTION 1.1 REPAIR AND PROTECTION A. On completion of testing, inspecting, sample taking, and similar services, repair damaged construction, and restore substrates and finishes. B. Provide materials and comply with installation requirements specified in other Sections of these Specifications. C. Restore patched areas and extend restoration into adjoining areas in a manner that eliminates evidence of patching. D. Protect construction exposed by or for quality control service activities. E. Repair and protection are the Contractor's responsibility, regardless of the assignment of responsibility for quality control services. END OF SECTION Sewer Line Replacement Quality Requirements 01400-4 SECTION 01410 TESTING LABORATORY SERVICES PART1 GENERAL 1.1 SUMMARY A. Section Includes: (1) Selection and Payment (2) Quality Assurance (3) Laboratory Responsibilities (4) Laboratory Reports (5) Limits on Testing Laboratory Authority (6) Contractor Responsibilities (7) Schedule of Inspections and Tests B. References: (1) ANSI/ASTM D3740 — Practice for Evaluation of Agencies Engaged in Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction. (2) ANSFASTM E329 — Recommended Practice for Inspection and Testing Agencies for Concrete, Steel, and Bituminous Materials as Used in Construction. 1.2 SELECTION AND PAYMENT A. An independent firm, provided at the Contractor's expense, will perform inspection, tests, and other services specified in individual specification Sections and as required by the Engineer. B. Reports will be submitted by the independent firm to the Engineer, in triplicate, indicating observations and results of tests and indicating compliance or non-compliance with Contract Documents. C. Cooperate with independent firm; furnish samples of materials, design mix, equipment, tools, storage, safe access, and assistance by incidental labor as requested. D. Notify the Engineer and independent firm forty-eight (48) hours prior to expected time for operations requiring services. E. Make arrangements with independent firm and pay for additional samples and tests required for Contractor's use. F. Testing or inspecting does not relieve Contractor from performing Work to contract requirements. G. The cost associated with compliance testing shall be paid by the Contractor. H. Re -testing required because of non-conformance to specified requirements shall be performed by the same independent firm on instructions by the Engineer. I. Payment for re -testing will be paid by the Contractor. 1.3 QUALITY ASSURANCE A. Comply with requirements of ANSI/ASTM D3740R and ANSI/ASTM E329. B. Testing laboratory shall maintain a full time registered Engineer on staff to review services. Sewer Line Replacement Testing Laboratory Services 01410-1 C. Testing equipment shall be calibrated at reasonable intervals with devices of an accuracy traceable to either National Bureau of Standards (NBS) standards or accepted values of natural physical constants. 1.4 LABORATORY RESPONSIBILITIES A. Test samples of mixes submitted by Contractor. B. Provide qualified personnel at site. C. Cooperate with the Engineer and Contractor in performance of services. D. Perform specified inspection, sampling, and testing of Products in accordance with specified standards. E. Ascertain compliance of materials and mixes with requirements of Contract Documents. F. Promptly notify Engineer and Contractor of observed irregularities or non-conformance of Work or Products. G. Perform additional inspections and tests required by the Engineer. 1.5 LABORATORY REPORTS A. After each inspection and test, promptly submit three (3) copies of laboratory report to the K Engineer and to the Contractor. B. Laboratory test reports shall include: (1) Date issued r; (2) Project title and number (3) Name of inspector (4) Date and time of sampling or inspection t . (5) Identification of product and Specification Section (6) Location in the Project (7) Type of inspection or test (8) Date of test (9) Results of tests (10) Conformance with Contract Documents C. When requested by the Engineer, provide interpretation of test results. 1.6 LIMITS ON TESTING LABORATORY AUTHORITY A. Laboratory may not release, revoke, alter, or enlarge on requirements of Contract Documents. B. Laboratory may not approve or accept any portion of the Work. C. Laboratory may not assume any duties of the Contractor. D. Laboratory has no authority to stop the Work. 1.7 CONTRACTOR RESPONSIBILITIES A. Deliver to laboratory at designated location, adequate samples of materials proposed to be used which require testing, along with proposed mix designs. B. Cooperate with laboratory personnel, and provide access to the Work. C. Provide incidental labor and facilities to provide access to Work to be tested, to obtain and handle samples at the site or at source of products to be tested, to facilitate tests and inspections, storage and curing of test samples. Sewer Line Replacement Testing Laboratory Services 01410-2 D. Notify the Engineer and laboratory 24 hours prior to expected time for operations requiring inspection and testing services. 1.8 SCHEDULE OF INSPECTIONS AND TESTS A. As indicated in individual Specification Sections. PART 2 PRODUCTS Not used PART 3 EXECUTION Not used END OF SECTION Sewer Line Replacement Testing Laboratory Services 01410-3 SECTION 01555 BARRICADES, SIGNS, AND TRAFFIC HANDLING PART 1 GENERAL 1.1 SUMMARY A. This item shall govern for providing, installing, moving, replacing, maintaining, cleaning, and removing upon completion of work, all barricades, portable barriers, signs, portable changeable message signs, cones, lights, and other such type devices and of handling traffic as indicated on the plans or as directed by the Engineer or Owner. B. Section Includes: (1) Description (2) Construction Methods (3) Traffic Control Plan (4) Maintenance PART 2 PRODUCTS 1- 2.1 CONSTRUCTION METHODS -- A. All barricades, signs, and other types of devices shall conform to details shown on the plans or those indicated in the latest version of the Texas Manual on Uniform Traffic Control Devices (TMUTCD). B. All traffic control devices shall be crashworthy according to the guidelines set forth in the National Cooperative Highway Research Program (NCHRP) Report 350. PART 3 EXECUTION 3.1 TRAFFIC CONTROL PLAN A. The Contractor shall propose his own Traffic Control Plan (TCP) as necessary for phased construction. B. This plan must be approved in writing by the Engineer or Owner in order to be used. C. Prior to beginning work, the Contractor shall designate, in writing, a competent person who will be responsible and available on this project site or in the immediate area to insure compliance with the TCP. 3.2 MAINTENANCE A. All retro-reflective traffic control devices such as barricades, vertical panels, signs, etc., shall be maintained by cleaning, replacing, or a combination thereof such that during darkness and rain the retro-reflective characteristics shall equal or exceed the retro-reflective characteristics of traffic industry standard reflective panels. END OF SECTION Sewer Line Replacement Barricades, Signs and Traffic Handling 01555-1 SECTION 01576 it WASTE MATERIAL DISPOSAL PART GENERAL 1.1 SUMMARY A. Section Includes: (1) Submittals (2) Salvageable Material (3) Excess Material 1.2 SUBMITTALS A. Obtain and submit disposal permits for proposed disposal sites if required by local ordinances. B. Submit a copy of written permission from property owner, along with a description of property, prior to disposal of excess material adjacent to the Project. C. Submit a written and signed release from property owner upon completion of disposal work. D. Both written permission and signed release shall include hold -harmless clauses naming the City of Lubbock, Texas as the entities to be held harmless in any subsequent legal proceeding. E. Both property permissions and signed releases shall be attested to by a notary public. PART 2 PRODUCTS Not used PART 3 EXECUTION 1.1 SALVAGEABLE MATERIAL A. Asphalt Pavement and Asphalt Stabilized Base shall conform to requirements of Section 02221 — Removing Existing Pavements. 1.2 EXCESS MATERIAL A. Vegetation, rubble, broken concrete, debris, asphaltic concrete pavement, excess soil, and other materials not designated for salvage, shall become the property of the Contractor and shall be removed from the job site and legally disposed of at a proper facility such as the West Texas Region Disposal Facility (WTRDF). B. Excess material may be disposed at the WTRDF at no additional cost to the Owner. (1) There will be a tipping fee per ton for construction debris and for excess uncontaminated soil. (2) There will also be a fee per load for every truck that is not covered properly when coming to the landfill. (3) For a complete list of fees associated with the WTRDF, please go to the City's website at http://solidwaste.ci.lubbock.tx.us/disposal/fees.aspx. Sewer Line Replacement Waste Material Disposal 01576-1 1� (4) All tipping fees shall be considered to be included in the Contractor's bid prices. C. Excess soil maybe deposited on private property adjacent to the Project if approved by the Owner and when written permission is obtained from the property owner. D. Waste materials shall be removed from the site on a daily basis, such that the site is maintained in a neat and orderly condition. END OF SECTION �t Sewer Line Replacement Waste Material Disposal 01576-2 SECTION 01700 CONTRACT CLOSEOUT PART1 GENERAL 1.1 SUMMARY A. Section Includes: (1) Closeout Procedures (2) Final Cleaning (3) Adjusting (4) Project Record Documents (5) Warranties (6) Spare Parts and Maintenance Materials. 1.2 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Engineer's inspection. B. Should the Engineer consider the work incomplete or defective: (1) The Engineer will promptly notify the Contractor in writing, listing the incomplete or defective work. (2) The Contractor shall take immediate steps to remedy the stated deficiencies and submit a second written certification that the work is complete. (3) The Engineer will re -inspect the Work. C. Provide submittals to the Engineer that are required by governing or other authorities. D. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. 1.3 FINAL CLEANING A. Execute final cleaning prior to final inspection. B. Clean site, sweep paved areas, rake clean landscaped surfaces. C. Remove waste and surplus materials, rubbish, and construction facilities from the site. D. Repair, patch, and touch-up marred surfaces to match adjacent finishes. 1.4 ADJUSTING A. Adjust operating Products and equipment to ensure smooth and unhindered operation. 1.5 PROJECT RECORD DOCUMENTS A. Maintain on site, one set of the following record documents; record actual revisions to the Work: (1) Contract Drawings (2) Specifications (3) Addenda (4) Change Orders and other Modifications to the Contract (5) Reviewed shop drawings, product data, and samples. Sewer Line Replacement Contract Closeout 01700-1 i F B. Store Record Documents separate from documents used for construction. C. Record information concurrent with construction progress. D. Specifications: (1) Legibly mark and record at each Product section description of actual Products installed, including the following: (a) Manufacturer's name and product model and number. (b) Product substitutions or alternates utilized. (c) Changes made by Addenda and Modifications. E. Record Documents and Shop Drawings: (1) Legibly mark each item to record actual construction including: (a) Measured horizontal and vertical locations of underground utilities and appurtenances referenced to permanent surface improvements. (b) Field changes of dimension and detail. (c) Details not on original Contract Drawings. (d) Changes made by Addenda and Modifications. 1.6 WARRANTIES A. Provide duplicate notarized copies. B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers. C. Provide Table of Contents and assemble with metal prong binder in durable plastic presentation cover. D. Submit prior to final Application for Payment. E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal within ten (10) days after acceptance, listing date of acceptance as start of warranty period. 1.7 SPARE PARTS AND MAINTENANCE MATERIALS A. Provide products, spare parts, maintenance and extra materials in quantities specified in individual specification Sections. B. Deliver to project site and place in location as directed; obtain receipt prior to final payment. PART 2 PRODUCTS Not used PART 3 EXECUTION Not used END OF SECTION Sewer Line Replacement Contract Closeout 01700-2 SECTION 02082 PRE -CAST CONCRETE MANHOLES PART GENERAL 1.1 SUMMARY A. This section of the specifications pertains to pre -cast concrete manholes and related items. B. Section Includes: (1) References (2) Submittals (3) Delivery, Storage, and Handling (4) Pre -Cast Concrete Manholes (5) Cast -in Place Concrete (6) Reinforcing Steel (7) Mortar (8) Miscellaneous Metals (9) Sealant Materials (10) Backfill Materials (11) Non -Shrink Grout (12) Examination (13) Manhole Base Sections and Foundations (14) Pre -Cast Manhole Sections (15) Pipe Connections at Manholes (16) Inverts for Manholes (17) Inverts for Sewers (18) Manhole Frame and Adjustment Rings (19) Backfill (20) Testing (21) Protection 1.2 REFERENCES A. ASTM A 307 — Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile. B. ASTM C 443 — Standard Specification for Joints for Circular Concrete Sewer and Culvert Pipe, Using Rubber Gaskets. C. ASTM C478 — Standard Specification for Pre -cast Reinforced Concrete Manhole Sections. D. ASTM C857 — Minimum Structural Design Loading for Underground Pre -cast Concrete Utility Structures. E. ASTM C858 — Underground Pre -cast Concrete Utility Structure. F. ASTM C 1107 — Packaged Dry, Hydraulic -Cement Grout (Nonshrink). G. ASTM C 1244 — Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure (Vacuum) Test. H. ASTM D 698 — Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/$3). Sewer Line Replacement Pre -cast Concrete Manholes 02082-1 1 I 1.3 SUBMITTALS A. Conform to requirements of Section 01300 — Submittal Procedures. B. Submit manufacturer's data and details of following items for approval: (1) Shop drawings of manhole sections and base units and construction details, including reinforcement, jointing methods, materials, and dimensions. (2) Summary of criteria used in the manhole design including, as a minimum, material properties, loadings, load combinations, and dimensions assumed. (3) Include certification from manufacturer that pre -cast manhole design is in full accordance with ASTM C478 and design criteria as established in Paragraph 1.2.CD of this Specification. (4) Materials to be used for pipe connections at manhole walls. (5) Materials to be used for stubs and stub plugs, if required. (6) Manufacturer's data for pre -mix (bag) concrete, if used for channel inverts and benches. (7) Material to be used for sealing of riser joints. 1.4 DELIVERY, STORAGE, AND HANDLING A. Deliver number of units needed in a timely manner to the project site to ensure installation continuity. B. Store and handle the units at the project site in such a manner to prevent cracking, distortion, staining, or other physical damage, and so that markings are visible. C. Lift and support units at designated lift points. D. Deliver anchorage items that are to be embedded in other construction before starting such work. E. Provide setting diagrams, templates, instructions, and directions, as required, for installation. PART 2 PRODUCTS 2.1 PRE -CAST CONCRETE MANHOLES A. Provide manhole sections and related components conforming to ASTM C 478. B. Provide adjustment rings which are standard components of the manufacturer of the manhole sections. C. Make date of manufacture and name or trademark of manufacturer on inside of barrel. D. Provide reinforced concrete risers constructed from forty-eight (48) inch diameter standard reinforced concrete manhole sections unless otherwise noted on the Drawings. E. Combine various lengths of manholes sections to total the correct height with the fewest joints. F. Wall sections shall be designed for depth and loading conditions, but shall not be less than four (4) inches thick. G. Base section shall be a minimum thickness of six (6) inches under the invert. H. Provide tops to receive cast iron frames and covers designed to support H-20 loading, unless indicated otherwise. I. All manholes shall be eccentric cone section unless specified on the plans. J. Frame and cover shall be designed for H-20 loading. K. The manholes walls, transition slabs, tops, and manhole base slab shall be designed, by the manufacturer, to the requirements of ASTM C 478 for the depth as shown on the Drawings. Sewer Line Replacement Pre -cast Concrete Manholes 02082-2 L. The minimum clear distance between any two wall penetrations shall be twelve (12) inches, half the diameter of the smaller penetration, or as specified by the manufacturer, whichever is most stringent. M. Lifting holes in manhole sections and bases are not permissible unless such openings can be made watertight under 5 psi internal pressure, with only minor weeping under 10 psi internal pressure. N. Manhole sections must withstand an intermittent internal hydrostatic pressure of 10 psi without structural failure. 2.2 CAST -IN -PLACE CONCRETE A. Conform to requirements of Section 03300 — Cast -in -Place Concrete B. Concrete for inverts not integrally formed with manhole base shall be either five (5) sack premix (bag) concrete or Class A concrete, with a minimum compressive strength of 3000 psi. C. Base for drop manhole shall be cast around existing pipe. Once installed, cut out top of existing pipe and form channel branches. 2.3 REINFORCING STEEL A. Reinforcing steel shall conform to requirements of Section 03300 — Cast -in -Place Concrete. 2.4 MORTAR A. Mortar shall conform to requirements of ASTM C 270, Type S using Portland Cement. 2.5 MISCELLANEOUS METALS A. Provide gray -iron frames, rings, and covers conforming to requirements of Section 02084 — Frames, Grates, Rings, and Covers. 2.6 SEALANT MATERIALS A. Provide sealing materials between pre -cast concrete adjustment ring and manhole cover frame, such as ConSeal SC-202 Butyl Sealant or approved equal. B. Provide joints between concrete riser sections with ConSeal CS-202 Butyl Sealant or approved equal conforming to ASTM C 990. C. Provide rubber gaskets for ASTM C 443 joints. 2.7 BACKFILL MATERIALS A. Backfill materials shall conform to the requirements of Section 02317 — Excavation and Backfill for Utilities. 2.8 NON -SHRINK GROUT A. Provide prepackaged, inorganic, flowable, non -gas -liberating, non-metallic, cement -based grout requiring only the addition of water. B. Grout shall meet the requirements of ASTM C 1107 and shall have a minimum 28-day compressive strength of 7000 psi. PART 3 EXECUTION 3.1 EXAMINATION A. Verify that lines and grades are correct. Sewer Line Replacement Pre -cast Concrete Manholes 02082-3 1 B. Determine if the subgrade, when scarified and recompacted, can be compacted to ninety-five (95) percent of maximum Standard Proctor Density according to ASTM D 698 prior to placement of foundation material and base section. If it cannot be compacted to that density, the subgrade shall be moisture conditioned until that density can be reached or shall be treated as an unstable subgrade. 3.2 MANHOLE BASE SECTIONS AND FOUNDATIONS A. Scarify and compact base material to ninety-five (95) percent ASTM D 698 Standard Proctor Density. If the subgrade cannot be compacted to the required density or if it contains organic materials, then excavate to stable subgrade, then backfill with lean concrete backfill to required elevation. B. Place twelve (12) inches of Class I gravel backfill as base for cast -in -place manhole base. a 3.3 PRE -CAST MANHOLE SECTIONS A. Install sections, joints, and gasket material in accordance with manufacturer's printed recommendations. B. Install pre -cast adjustment rings above tops of cones as required to adjust the finished elevation and to support the manhole frame. C. Seal any lifting holes with non -shrink grout where lifting holes have been allowed by the Engineer. D. Do not incorporate manhole steps in manhole sections for sanitary sewers. 3.4 PIPE CONNECTIONS AT MANHOLES A. Ensure that the pipe will not pull out of manhole by using flange or corrugations as shown on plans. B. Grout all space between pipe and manhole wall with non -shrink grout and coat with an epoxy F-_ bonding agent. 3.5 INVERTS FOR SEWERS A. Construct invert channels to provide a smooth flow transition waterway with no disruption of flow at pipe -manhole connections. B. Conform to following criteria: (1) Slope of invert bench: '/2 inch per foot minimum; 1 inch per foot maximum (2) Depth of bench to invert shall be equal to %2 the largest diameter pipe, entering the - manhole. (3) Invert slope through manhole shall be 0.10 foot drop across manhole with smooth transition of invert through manhole, unless otherwise indicated on the Drawings. C. Form invert channels with concrete if not integral with manhole base section. D. For direction changes of mains, construct channels tangent to mains with maximum possible radius of curvature. E. Provide curves for side inlets and smooth invert fillets for flow transition between pipe inverts. 3.6 MANHOLE FRAME AND ADJUSTMENT RINGS A. Combine pre -cast concrete adjustment rings so that the elevation of the installed casting cover matches the pavement surface. B. Pre -cast adjustment rings shall not be used in such a way that the height of combined rings is greater than eighteen (18) inches. Sewer Line Replacement Pre -cast Concrete Manholes 02082-4 C. Seal between adjustment rings with approved sealant material. D. Set cast iron frame on adjustment ring in a bed of approved sealant. E. Sealant bed shall consist of two beads of sealant, each bead having minimum dimensions of '/2 inch thick and 3/4 inch wide. 3.7 BACKFILL A. Place and compact backfill materials in the area of excavation surrounding manholes in accordance with requirements of Section 02317 — Excavation and Backfill for Utilities. B. Provide cement stabilized backfill material, as specified for the pipe, from manhole foundation up to an elevation twelve (12) inches over each pipe connected to the manhole. C. Provide trench zone backfill, as specified for the adjacent utilities, above the cement stabilized backfill. 3.8 TESTING A. Vacuum test manhole according to ASTM C 1244. B. Refer to Section 02533 — Acceptance Testing for Sewers. 3.9 PROTECTION A. Protect manholes from drainage until work has been finally accepted. B. Repair damage to manholes at no additional cost to Owner. END OF SECTION Sewer Line Replacement Pre -cast Concrete Manholes 02082-5 SECTION 02084 FRAMES, GRATES, RINGS, AND COVERS PART1 GENERAL 1.1 SUMMARY A. This section of the specification covers iron castings for use as manhole frames and lids, gratings, and rings. A. Section Includes: (1) References (2) Submittals (3) General Castings (4) Manholes Frames and Covers (5) Inflow Prevention Device (6) Installation 1.2 REFERENCES A. AASHTO — American Association of State Highway and Transportation Officials Standard Specification for Highway Bridges. B. ASTM A 48 — Specification for Gray Iron Castings C. ASTM A 615 — Standard Specification for Deformed Billet -Steel Bars for Concrete Reinforcement D. AWS D 12.1 — Welding Reinforcing Steel 1991Rill : UIa017.11 A. Submit product data in accordance with Section 01300 — Submittal Procedures. B. Submit copies of manufacturer's specifications, load tables, dimension diagrams, anchor details, and installation instructions. C. Submit shop drawings for fabrication and installation of casting assemblies that are not included in Drawings. (1) Include plans, elevations, sections, and connection details. (2) Show anchorage and accessory items. (3) Include setting drawings for location and installation of castings and anchorage devices. PART 2 PRODUCTS 1.4 GENERAL CASTINGS A. Castings for frames, grates, rings, and covers shall conform to ASTM A-48, Class 35. B. Casting shall be designed with a full bearing ring so as to provide a continuous seat between frame and cover. C. Provide locking covers if indicated on Drawings. D. Castings shall be capable of withstanding the application of an AASHTO H-20 loading without permanent deformation. E. Fabricate castings to conform to the shapes, dimensions, and with wording or logos shown on the Drawings. Sewer Line Replacement Frames, Grates, Rings, and Covers ( 02084-1 F. Cast dimensions may vary by +/- 1/16 inch per foot. G. Weight shall not vary from published weight by more than +/- 5 percent. H. Castings shall be clean, free from blowholes and other surface imperfections. I. Cast holes in covers shall be clean and symmetrical, free of plugs. 1.5 MANHOLE FRAMES AND COVERS A. Manhole frames and covers shall be of good quality gray iron casting and conform to ASTM A-48, having a clear opening of not less than 30 inches. B. Frame and cover shall have a weight of not less than 275 pounds. C. Cover shall be furnished with lifting ring cast into the cover in such a manner as to prevent water leaking through. D. Cover shall include lettering: "City of Lubbock, Texas - Sanitary Sewer". 1.6 INFLOW PREVENTION DEVICE (IPD) A. Manholes shall be equipped with an Inflow Prevention Device to prevent unwanted inflow into the sanitary sewer system. B. IPDs shall be constructed of corrosion proof material and load tested to withstand 800 pounds. C. IPDs shall be equipped with a handle or lifting strap capable of supporting a minimum uniform load of 500 pounds. PART 3 EXECUTION 1.7 INSTALLATION A. Install castings according to approved shop drawings, instructions given in related specifications, and applicable directions from the manufacturer's printed materials. B. Set castings accurately at required locations to proper alignment and elevation. C. Keep castings plumb, level, true, and free of rack. D. Measure location accurately from established lines and grades. E. Brace or anchor frames temporarily in formwork until permanently set. END OF SECTION Sewer Line Replacement Frames, Grates, Rings, and Covers 02084-2 SECTION 02221 REMOVING EXISTING PAVEMENTS PART1 GENERAL MULUMU-13H., 1 A. This section of the specifications covers the removal of existing pavements, including, but not limited to, concrete paving, brick paving, asphaltic paving, concrete curb and/or gutter, and concrete sidewalks. B. Section Includes: (1) Regulatory Requirements (2) Preparation (3) Protection (4) Removals (5) Backfill (6) Disposal 1.2 REGULATORY REQUIREMENTS A. Conform to applicable codes for disposal of debris. Refer to Section 01576 — Waste Material Disposal. B. Coordinate removal work with utility companies. PART 2 PRODUCTS Not used PART 3 EXECUTION 3.1 PREPARATION A. Obtain advance approval from the Engineer for dimensions and limits of removal work. B. Identify known utilities below grade. C. Paint, stake and flag locations. 3.2 PROTECTION A. Protect the following from damage or displacement: (1) Adjacent public and private property. (2) Trees, plants, and other landscape features designated to remain. (3) Utilities not designated to be removed. (4) Pavement and utility structures not designated to be removed. (5) Benchmarks, monuments, and existing structures not designated to be removed. 3.3 REMOVALS A. Remove pavements and structures by methods that will not damage underground utilities. B. Do not use a drop hammer near existing underground utilities. C. Minimize amount of earth loaded during removal operations. Sewer Line Replacement Removing Esisting Pavements 02221-1 D. Where existing pavement is to remain, make straight saw cuts in existing pavement to provide clean breaks prior to removal. E. Do not break concrete pavement or base with drop hammer. F. Where street and driveway saw cut locations coincide or fall within three (3) feet of existing construction or expansion joints, break out to existing joint. G. Remove sidewalks and curbs to nearest existing dummy, expansion, or construction joint. H. Any existing concrete, which is damaged or destroyed beyond the neat lines so established, shall be replaced at the Contractor's expense. I. Remaining concrete shall be mortared to protect the reinforcing steel and provide a neat, clean appearance. 3.4 BACKFILL A. Backfill of removal zones shall be in accordance with requirements of Section 02317 — Excavation and Backfill for Utilities as applicable to the specific portion of the Work. 3.5 DISPOSAL A. Remove from the site debris resulting from work under this section in accordance with requirements of Section 01576 — Waste Material Disposal. END OF SECTION Sewer Line Replacement Removing Esisting Pavements 02221-2 SECTION 02240 DEWATERING PART1 GENERAL 1.1 SUMMARY A. This Section includes construction dewatering procedures and requirements. (1) A geotechnical survey has not been performed at the site. (2) This Section shall be applicable only if ground water begins to enter the trench. (3) Any required dewatering for this project shall be considered subsidiary to pipeline and manhole installation and no separate compensations will be paid. B. Section Includes: (1) Submittals (2) Performance Requirements (3) Quality Assurance (4) Project Conditions (5) Preparation (6) Installation (7) Observation Wells 1.2 SUBMITTALS A. Shop Drawings for Information: (1) For dewatering system, show arrangements, locations, and details of wells and well points; locations of headers and discharge lines; and means of discharge and disposal of water. (2) Include layouts of piezometers and flow -measuring devices for monitoring performance of dewatering system. (3) Include written report outlining control procedures to be adopted if dewatering problems arise. (4) Photographs or videotape, sufficiently detailed, of existing conditions of adjoining construction and site improvements that might be misconstrued as damage caused by dewatering operations. (5) Record drawings at Project closeout identifying and locating capped utilities and other subsurface structural, electrical, or mechanical conditions performed during dewatering. (6) Note locations and capping depth of wells and well points. B. Field Test Reports: (1) Before starting excavation, submit test results and computations demonstrating that dewatering system is capable of meeting performance requirements. 1.3 PERFORMANCE REQUIREMENTS A. Design, furnish, install, test, operate, monitor, and maintain dewatering system of sufficient scope, size, and capacity to control ground water flow into excavations and permit construction to proceed on dry, stable ground. B. Maintain dewatering operations to ensure erosion control, stability of excavations and constructed slopes, that excavation does not flood, and that damage to subgrades and permanent structures is prevented. Sewer Line Replacement Dewatering 02240-1 C. Prevent surface water from entering excavations by grading, dikes, and other means approved by the Engineer. D. Remove dewater system if no longer needed. 1.4 QUALITY ASSURANCE A. Comply with water disposal requirements of authorities having jurisdiction. 1.5 PROJECT CONDITIONS A. Existing Utilities: (1) Do not interrupt utilities serving facilities occupied by Owner or others unless permitted in writing by the Engineer and then only after arranging to provide temporary utility services according to requirements indicated. B. Project Site Information: (1) A geotechnical report has not been prepared for the Project area. (2) The Contractor, at own expense, may make test borings and conduct other exploratory operations necessary for dewatering. (3) Survey adjacent structures and improvements, employing a qualified professional engineer or land surveyor, establishing exact elevations at fixed points to act as benchmarks. (4) Clearly identify benchmarks and record existing elevations. (5) During dewatering, regularly resurvey benchmarks, maintaining an accurate log of surveyed elevations for comparison with original elevations. (6) Promptly notify the Engineer if changes in elevations occur or if cracks, sags, or other damage is evident in adjacent construction. PART PRODUCTS Not used PART 3 EXECUTION 3.1 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by dewatering operations. B. Prevent surface water and subsurface or ground water from entering excavations, ponding on prepared subgrades, and from flooding site and surrounding area. C. Protect subgrades and foundation soils from softening and damage by rain or water accumulation. D. Install dewatering system to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities. E. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. (1) Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. Sewer Line Replacement Dewatering 02240-2 E 3.2 INSTALLATION A. Install dewatering system utilizing wells, well points, or similar methods complete with pump equipment, standby power and pumps, filter material gradation, valves, appurtenances, water disposal, and surface -water controls. B. Before excavating below ground water level, place system into operation to lower water to specified levels. C. Operate system continuously until drains, sewers, and structures have been constructed and fill materials have been placed, or until dewatering is no longer required. D. Provide an adequate system to lower and control ground water to permit excavation, construction of structures, and placement of fill materials on dry subgrades. E. Install sufficient dewatering equipment to drain water -bearing strata above and below bottom of foundations, drains, sewers, and other excavations. F. Do not permit open -sump pumping that leads to loss of fines, soil piping, subgrade softening, and slope stability. G. Reduce hydrostatic head in water -bearing strata below subgrade elevations of foundations, drains, sewers, and other excavations. H. Maintain piezometric water level a minimum of sixty (60) inches below surface of excavation. I. Dispose of water removed by dewatering in a manner that avoids endangering public health, property, and portions of work under construction or completed. J. Dispose of water in a manner that avoids inconvenience to others. K. Provide sumps, sedimentation tanks, and other flow -control devices as required by authorities having jurisdiction. L. Provide standby equipment on -site, installed and available for immediate operation, to maintain dewatering on continuous basis if any part of system becomes inadequate or fails. M. If dewatering requirements are not satisfied due to inadequacy or failure of dewatering system, restore damaged structures and foundation soils at no additional expense to Owner. N. Remove dewatering system from Project Site on completion of dewatering. O. Plug or fill well holes with sand or cut off and cap wells a minimum of thirty-six (36) inches below overlying construction. P. Promptly repair damages to adjacent facilities caused by dewatering operations. 3.3 OBSERVATION WELLS A. Provide, take measurements, and maintain at least the minimum number of observation wells or piezometers indicated and additional observation wells as may be required by authorities having jurisdiction. B. Observe and record daily elevation of ground water and piezometric water levels in observation wells. C. Repair or replace, within twenty-four (24) hours, observation wells that become inactive, damaged, or destroyed. D. Suspend construction activities in areas where observation wells are not functioning properly until reliable observations can be made. E. Add or remove water from observation well risers to demonstrate that observation wells are functioning properly. F. Fill observation wells, remove piezometers, and fill holes when dewatering is completed. END OF SECTION Sewer Line Replacement Dewatering 02240-3 SECTION 02257 CONTROLLED LOW STRENGTH MATERIAL — FLOWABLE FILL 1.1 WORK INCLUDED A. Furnish labor, materials, equipment, and incidentals necessary to mix and place a flowable mortar fill, consisting of Portland Cement, fine aggregate, fly ash, and water in the proper proportions as specified herein. Flowable fill shall be used to bed and backfill around piping and utilities where indicated. 1.2 QUALITY ASSURANCE A. Design Criteria; Concrete Proportions and Consistency: 1. Concrete shall be proportioned to give the necessary workability and strength and shall conform to the followinggoverning requirements. 28 Day Min. Cement Fine Max. Water Max. F1yAsh Compressive pounds Per Aggregate pounds Per Pounds Per Strength -psi Cu. Yd. Pounds Per Cu. Yd. Cu. Yd. (Min -Max) . Cu. Yd. 70-150 50 2720 290 150 2. Fluidity of the flowable mortar shall be measured by the Corps of Engineers flow cone method, according to their specification CRD-C611-80. Prior to filling the flow cone with flowable mortar, the mixture shall be passed through a 1/4-inch screen. Time of efflux shall be approximately 12seconds. B. Factory Testing: The Contractor shall be responsible for the design of the material. A trial mix shall be designed by an independent testing laboratory, retained by the Contractor. The testing laboratory shall submit verification that the materials and proportions of the trial mix design meets the requirement of the specifications. Concrete mix additive such as "Darafill" manufactured by Grace Construction Products or equal products maybe requiredto achieve the low strength and the flowability requirements. In lieu oftrial mix design, Contractor may submit a mix design used successfully in previous similar work, for similar materials for approval by Engineer. The Contractor shall not make changes in materials (gradation, source, brand, or proportions) of the mixture after having been approved, except by specific approval of the Engineer. C. Pre -Job Testing: Pre job testing with actual equipment and intended configuration of concrete sample maybe required to determine whether the material can be excavated. The testing equipment and configuration of concrete sample shall be determined by the Owner's representative. D. Testing: Itisthe responsibility ofthe Contractorto achieve andmaintain the quality ofmaterial required by this specification. However, the Owner may secure the services ofan independent testing laboratory to verifythe quality ofthe material. The Owner shall have the right to require additional testing, strengthening, or replacement ofconcretethathasfailedtomeetthe minimum requirements ofthis section. Sewer Line Replacement Controlled Low Strength Material — Flowable Fill 02257-1 1.3 SUBMITTALS A. Submittals shall be in accordance with Section 01300, and shall include a trial mix design on material 1.4 STANDARDS AND REFERENCES A. Materials shall meet recommendation for mix design and placement, as published by National Ready Mixed Concrete Association. B. The applicable provisions of the following references and standards shall applytothis section as ifwritten herein intheir entirety. 1. American Societyfor Testing and Materials (ASTM) Standards: ASTM C33 Specifications for Concrete Aggregates ASTM C40 Test Method for Organic Impurities In Fine Aggregates For Concrete ASTMC150 Specification for PortlandCement ASTM C 618 Specification for F1yAsh and Raw or Calcined Natural Pozzolan for Use as Mineral Admixture in Portland Cement Concrete 2. Federal Specifications: a. COE — (CRD-C611-80). PART 2 — PRODUCTS 2.1 MATERIALS A. Cement: Portland Cement conforming to the specifications and test for Type I Portland Cement per ASTM C4 50 B. Fine Aggregate: Fine aggregate consisting ofnatural, washed and screened sand having clean, hard, strong, durable, uncoated grains complying with the requirements for ASTM C33. The sand shall generally be of such size that all will pass a 3/8-inch sieve, at least 95 percent pass at 1/4-inch screen and at least 80 percent pass a No. 8 sieve. Aggregate shall not contain strong alkali, or organic material that gives a color darker than the standard color when tested in accordance withASTM C40. C. Fly Ash/Pozzolans: Fly ash shall be an ASTM C618, Class "C" fly ash. The fly ash may be used in controlled low -strength material. D. Water: Water for concrete shall be clean and free from oil, acid, alkali, organic matter or other harmful impurities. Water which is suitable for drinking or for ordinary household use will be acceptable for concrete. Where available, water shall be obtained from main of a waterworks system. E. Additive: "Darafill" or approved alternate additive may be required to meet these specifications. Sewer Line Replacement Controlled Low Strength Material — Flowable Fill ` 02257-2 t__ 2.2 MIXES A. In the determination ofthe amount of water required for mix, consideration shall be given to the moisture content ofthe aggregate. The net amount ofwater in the mix will be the amount added at the mixer; plus the free water in the aggregate; and minus the absorption of the aggregate, based on a 30 minute absorption period. No water allowance shall be made for evaporation after batching. B. The methods of measurement of materials shall be such that the proportions of water to cement can be closely controlled during the progress of the work and easily checked at any time by the Owner's Representative. To avoid unnecessary or haphazard changes in consistency, the aggregate shall be obtained from sources which will insure auniform quality and grading during any single day's operation and they shall be delivered to the work and handled in such a manner that the variation in moisture content will not interfere with the steady production of concrete ofreasonable degree ofuniformity. Sources of supply shall be approved by the Owner's Representative. C. All material shall be separately and accurately measured. Measurement may be made by weight or by volume, as determined by the Contractor; however; all equipment for measurement of materials shall be subject to approval by the Owner's Representative. D. The proportions ofthe mix shall be such as to produce material that canbeplaced readily into the void areawithout spading orvibrating, and without segregation or undue accumulation of water or laitance ofthe surface. E. When additive is contained in the concrete mix, the additive ingredients, proportions and placement of the additive shall be per manufacturer's recommendations. PART 3 —EXECUTION 3.1 INSTALLATION A. Contractor shall give the Owner's Representative sufficient advance notice before starting to place material in any area to permit inspection ofthe area and to prepare for p ouring. B. Conduct the operation of depositing and compacting the material so as to form a compact, dense, impervious mass. C. Flowable fill shall be placed the full depth into the trenches. The fill shall be brought up uniformly to the elevation shown in the Plans. Flowable fill shall be protected from traffic for a period of72 hours. D. The material shall be placed against undisturbed trench walls, and shall not be placed on or against frozen ground. E. Material shall be placed in lifts or other measures shall be taken to prevent pipe flotation. Material shall be allowedto harden beforeplacingnext lift. END OF SECTION Sewer Line Replacement Controlled Low Strength Material — Flowable Fill 02257-3 SECTION 02260 EXCAVATION SUPPORT AND PROTECTION PART 1 GENERAL 1.1 SUMMARY A. This Section includes temporary excavation support and protection systems. B. Section Includes: (1) Submittals (2) Performance Requirements (3) Project Conditions (4) Materials (5) Preparation (6) Sheet Piling (7) Trench Boxes (8) Trenching Procedures 1.2 SUBMITTALS A. Shop Drawings for Information: (1) Prepared by or under the supervision of a qualified Professional Engineer for excavation support and protection systems. (2) Include Shop Drawings signed and sealed by a Texas Licensed Professional Engineer responsible for their preparation. B. Qualification data for installer and Professional Engineer. C. Photographs or videotape, sufficiently detailed, of existing conditions of adjoining construction and site improvements that might be misconstrued as damage caused by the absence of, the installation of, or the performance of excavation support and protection systems. i - 1.3 PERFORMANCE REQUIREMENTS -, A. Design, furnish, install, monitor, and maintain excavation support and protection system capable of supporting excavation sidewalls and of resisting soil and hydrostatic pressure and superimposed and construction loads. B. Provide professional engineering services needed to assume engineering responsibility, including preparation of Shop Drawings and a comprehensive engineering analysis by a qualified Professional Engineer. C. Prevent surface water from entering excavations by grading, dikes, or other means approved by the Engineer. D. Install excavation support and protection systems without damaging existing buildings, pavements, and other improvements adjacent to excavation. 1.4 PROJECT CONDITIONS A. Existing Utilities: (1) Do not interrupt utilities serving facilities occupied by Owner or others unless permitted in writing by the Engineer and then only after arranging to provide temporary utility services according to requirements indicated. Sewer Line Replacement Excavation Support and Protection 02260-1 B. Project Site Information: (1) Survey adjacent structures and improvements, employing a qualified professional engineer or land surveyor, establishing exact elevations at fixed points to act as benchmarks. (2) Clearly identify benchmarks and record existing elevations. (3) During installation of excavation support and protection systems, regularly resurvey benchmarks, maintaining an accurate log of surveyed elevations and positions for comparison with original elevations and positions. (4) Promptly notify the Engineer if changes in elevations or positions occur, or if cracks, sags, or other damage is evident in adjacent construction. PART 2 PRODUCTS FA■T/aVW_W-_ /.1VM A. Provide materials that are either new or in serviceable condition. B. Structural Steel: ASTM A36/A 36M, ASTM A690/A 690 M, ASTM A 992/ A 992M. C. Steel Sheet Piling: ASTM A 328/A 328M, ASTM A 572/ A 572M, or ASTM A690/ A 690M; with continuous interlocks. PART 3 EXECUTION 3.1 PREPARATION A. Project structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards that could develop during excavation support and protection systems operations. B. Shore, support, and protect utilities encountered. C. Install excavation support and protection systems to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities. D. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. (1) Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. E. Locate excavation support and protection systems clear of permanent construction so that forming and finishing of concrete surfaces is not impeded. F. Monitor excavation support and protection systems daily during excavation progress and for as long as excavation remains open. G. Promptly correct bulges, breakage, or other evidence of movement to ensure that excavation support and protection systems remain stable. H. Promptly repair damages to adjacent facilities caused by installing excavation support and protection systems. 3.2 SHEET PILING A. Before starting excavation, install one-piece sheet piling lengths and tightly interlock to form a continuous barrier. B. Limit vertical offset of adjacent sheet piling to sixty (60) inches. C. Accurately align exposed faces of sheet piling to vary not more than two (2) inches from a horizontal line and not more than 1:120 out of vertical alignment. Sewer Line Replacement Excavation Support and Protection 02260-2 S_. D. Cut tops of sheet piling to uniform elevation at top of excavation. 3.3 TRENCH BOXES A. Provide Engineer approved trench boxes sufficient for depth and width of open -cut trench. B. All exposed trench shall be protected. 3.4 TRENCHING PROCEDURES A. Provide shoring systems in accordance with the Contractor's submitted design to adequately resist earth pressures. B. Proceed with work in an orderly fashion. C. Install trench bracing systems as soon as possible after opening trenches. D. Do not allow workers in trench prior to installing trench bracing systems. E. Backfill trenches as soon as possible after completion of work. F. Stockpile excavated materials at three (3) feet away from edge of trench. G. Maintain barricades and signage as required by State and Local codes to protect open excavations. H. Do not allow surface water to enter excavations. I. Properly grade areas adjacent to trench excavations to control surface drainage away from excavations. J. If cut back method is allowed by Owner and is employed, maintain a clear distance of three (3) feet from edge of cut to avoid allowing loose material to enter trench. K. Cut back method may not be used where there is insufficient work area to employ it. L. Do not operate heavy equipment except for trench digging or pipe laying equipment within twenty (20) feet of edge of excavation. M. Haul trucks, if needed, may operate closer than twenty (20) feet to trench edge provided the Contractor deems it safe to do so. 3.5 REMOVAL AND REPAIRS A. Remove excavation support and protection systems when construction has progressed sufficiently to support excavation and bear soil and hydrostatic pressures. B. Remove in stages to avoid disturbing underlying soils or damaging structures, pavements, facilities, and utilities. END OF SECTION Sewer Line Replacement Excavation Support and Protection 02260-3 SECTION 02317 EXCAVATION AND BACKFILL FOR UTILITIES PART1 GENERAL 1.1 SUMMARY A. This section of the specifications includes information on excavation, trenching, foundation, embedment, and backfill for installation of utilities, including manholes and pipeline structures. B. Section Includes: (1) Definitions (2) References (3) Scheduling (4) Submittals (5) Tests (6) Equipment (7) Material Classifications (8) Accessories (9) Installation (10) Preparation .. (11) Protection (12) Excavation (13) Handling Excavation Materials (14) Trench Foundation (15) Ground Water Control (16) Pipe Embedment, Placement and Compaction (17) Trench Zone Backfill, Placement and Compaction (18) Field Quality Control (19) Disposal of Excess Material 1.2 DEFINITIONS A. Pipe Foundation — Suitable and stable native soils that are exposed at the trench subgrade after excavation to depth of bottom of the bedding as shown on the Drawings, or foundation backfill material placed and compacted in over -excavations. B. Pipe Bedding — The portion of trench backfill that extends vertically from top of foundation up to a level line at bottom of pipe, and horizontally under one-third of the pipe O.D. C. Haunching — The material placed on either side of the pipe from the foundation to the springline of the pipe for rigid wall pipe, and horizontally from one trench sidewall to opposite sidewall, excluding the bedding section as shown on the plans. D. Initial Backfill — The portion of trench backfill that extends vertically from the top of haunching or cement stabilized backfill up to a level line immediately below pavement subgrade, and horizontally from on trench sidewall to opposite sidewall. E. Pipe Embedment — The portion of trench backfill that consists of bedding, haunching, and initial backfill. Sewer Line Replacement Excavation and Backfill for Utilities 02317-1 F. Trench Zone — The portion of trench backfill that extends vertically from top of pipe embedment up to a line immediately below pavement subgrade or up to final grade when not beneath paving. G. Backfill — Suitable material meeting specified quality requirements, placed and compacted under controlled conditions. H. Ground Water Control Systems — Installations external to trench, such as well points, eductors, or deep wells. Ground water control includes dewatering to lower ground water, intercepting seepage which would otherwise emerge from side or bottom of trench excavation, and depressurization to prevent failure or heaving of excavation bottom. Refer to Section 02240 — Dewatering. I. Surface Water Control — Diversion and drainage of surface water runoff and rain water away from trench excavation. Rain water and surface water accidentally entering trench shall be controlled and removed as a part of excavation drainage. J. Excavation Drainage — Removal of surface and seepage water in trench by sump pumping or other approved means. K. Trench Conditions are defined with regard to the stability of trench bottom and trench walls of pipe embedment zone. Maintain trench conditions that provide for effective placement and compaction of embedment material directly on or against undisturbed soils or foundation backfill, except where structural trench support is necessary. L. Dry Stable Trench — Stable and substantially dry trench conditions exist in pipe embedment zone as a result of typically dry soils or achieved by ground water control (dewatering or depressurization) for trenches extending below ground water level. M. Stable Trench with Seepage — Stable trench in which ground water seepage is controlled by excavation drainage. N. Stable Trench with Seepage in Clayey Soils — Excavation drainage is provided in lieu of or to supplement ground water control systems to control seepage and provide stable trench subgrade in predominately clayey soils prior to bedding placement. O. Stable Wet Trench in Sandy Soils — Excavation drainage is provided in the embedment zone in combination with ground water control in predominately sandy or silty soils. P. Unstable Trench — Unstable trench conditions exist in the pipe embedment zone if ground water inflow or high water content causes soil disturbances, such as sloughing, sliding, boiling, heaving, or loss of density. Q. Subtrench — Subtrench is a special case of benched excavation. Subtrench excavation below trench shields or shoring installations may be used to allow placement and compaction of foundation or embedment materials directly against undisturbed soils. Depth of a subtrench depends upon trench stability and safety as determined by the Contractor. R. Over -Excavation and Backfill — Excavation of subgrade soils with unsatisfactory bearing capacity or composed of otherwise unsuitable materials below top of foundation as shown on Drawings, and backfilled with foundation backfill material. S. Foundation Backfill Materials — Natural soil or manufactured aggregate of controlled gradation, to control drainage and material separation. Foundation backfill material is placed and compacted as backfill to provide stable support for bedding. T. Trench Safety Systems include both protective systems and shoring systems as defined in Section 02260 — Excavation Support and Protection U. Trench Shield (Trench Box) — A portable worker safety structure moved along the trench as work proceeds, used as a protective system and designed to withstand forces imposed on it by Sewer Line Replacement Excavation and Backfill for Utilities 02317-2 cave-in, thereby protecting persons within the trench. Trench shields may be stacked if so designed or placed in a series depending on depth and length of excavation to be protected. V. Shoring System — A structure that supports sides of an excavation to maintain stable soil conditions and prevent cave-ins, or to prevent movement of the ground affecting adjacent installations or improvements. 1.3 REFENCES A. ASTM D 558 — Test Methods for Moisture -Density Relations of Soil Cement Mixtures. B. ASTM D 698 — Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures Using 5.5-lb. Rammer and 12 inch Drop. C. ASTM D 1556 — Test Method for Density in Place by the Sand -Cone Method. D. ASTM D 2487 — Classification and Soils for Engineering Purposes. E. ASTM D 2922 — Test Method for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth). F. ASTM D 3017 — Test Method for Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth). G. ASTM D 4318 — Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. H. TxDOT Tex-101-E — Preparation of Soil and Flexible Base Materials for Testing. I. TxDOT Tex- 110-E — Determination of Particle Size Analysis of Soils. J. Federal Regulations, 29 CFR Part 1926, Standards -Excavation, Occupational Safety and Health Administration (OSHA). 1.4 SCHEDULING A. Schedule work so that pipe embedment can be completed on the same day that acceptable foundation has been achieved for each section of pipe installation, manhole,,or other structures. 1.5 SUBMITTALS A. Conform to Section 01300 — Submittal Procedures B. Submit a written description for information only of the planned typical method of excavation, backfill placement, and compaction, including: (1) Sequence of work and coordination of activities. (2) Selected trench widths and dimensions of excavations. (3) Procedures for foundation and embedment placement, and compaction. (4) Procedure for use of trench boxes and other pre -manufactured systems while assuring specified compaction against undisturbed soils. C. Submit backfill material sources and product quality information in accordance with requirements of Section 02320 — Utility Backfill Materials. D. Submit record of location of pipe as installed, referenced to the TxDOT coordinate system. (1) Include locations of utilities encountered that are not shown on drawings or rerouted for the convenience of the Contractor. (2) Give stations, coordinates, elevations, inverts, and gradients of installed pipe, casing, etc. E. Submit field density tests of trench backfill. F. Submit laboratory density compaction curves for each material. 1.6 TESTS Sewer Line Replacement Excavation and Backfill for Utilities 02317-3 A. The Contractor is to perform backfill material source qualification testing in accordance with requirements of Section 02320 — Utility Backfill Materials. B. The Contractor shall have a competent, separate agency perform field density tests of trench backfill representative of each 200 linear feet of trench and each compacted layer. PART 2 PRODUCTS 2.1 EQUIPMENT A. Perform excavation with hydraulic excavator or other equipment suitable for achieving the requirements of this Section. B. Use only hand -operated tamping equipment until a minimum cover of twelve (12) inches is obtained over pipes, conduits, and ducts. C. Do not use heavy compacting equipment until adequate cover is attained to prevent damage to pipes, conduits, or ducts. D. Do not use vibratory equipment until five (5) feet of cover over pipes, conduits, or ducts is obtained. E. Do not use vibratory equipment if adjacent structures could be affected. F. Use trench shields or other protective systems or shoring systems which are designed and operated to achieve placement and compaction of backfill directly against undisturbed native soil. 2.2 MATERIAL CLASSIFICATIONS A. Embedment and Trench Zone Backfill Materials: Conform to classifications and product descriptions of Section 02320 — Utility Backfill Materials. 2.3 ACCESSORIES A. Warning Tape: Install twelve (12) inches below finished grade acid and alkali resistant polyethylene film warning tape manufactured for marking and identifying underground utilities, six (6) inches wide and four (4) mils thick, continuously inscribed with a description of the utility; colored as follows: (1) Red —Electric (2) Yellow — Gas, oil, steam, and dangerous materials. (3) Orange — Telephone and other communications. (4) Blue — Water systems. (5) Green — Sewer systems. B. Locator Wire: Install continuously coated ten (10) gauge locating wire as indicated on Plans. PART 3 EXECUTION 3.1 INSTALLATION A. Install flexible pipe to conform to the trench details shown in the drawings. B. Install rigid pipe to conform to the trench details shown in the drawings. 3.2 PREPARATION Sewer Line Replacement Excavation and Backfill for Utilities 02317-4 l A. Establish traffic control to conform to requirements of Section 01555 —Barricades, Signs, and Traffic Handling and the drawings. B. Perform work to conform to applicable safety standards and regulations." C. Employ a trench safety system as specified in Section 02260 — Excavation Support and Protection. D. Immediately notify the agency or company owning any existing utility line which is damaged, broken, or disturbed. s E. Obtain approval from the Engineer and agency for any repairs or relocations, either temporary or permanent. F. Remove existing pavements and structures, including sidewalks and driveways, to conform to requirements of Section 02220 — Demolition, Removal, and Salvaging of Existing Material. G. Maintain permanent benchmarks, monumentation and other reference points, and unless 17 otherwise directed in writing, replace those which are damaged or destroyed. 3.3 PROTECTION A. Protect trees, shrubs, lawns, existing structures, and other permanent objects outside of the construction limits. B. Protect and support above grade and below grade utilities, which are to remain. C. Restore damaged permanent facilities to pre -construction conditions unless replacement or abandonment of facilities are indicated on the Drawings. D. Take measures to minimize erosion of trenches and excavations. E. Do not allow water to pond in trenches or excavations. F. Where slides, washouts, settlements, or areas with loss of density or pavement failures or t potholes occur, repair, recompact, and pave those areas at no additional cost to the Owner. ._ G. The Contractor shall locate all existing underground lines, whether or not they are shown on the Drawings, sufficiently in advance of trenching operations to prevent any damage thereto. ry " H. Verification of location, size, and burial depth of existing utilities shall be the complete responsibility of the Contractor. L The Contractor is responsible for notifying pipeline and cable utility owners of the intention to cross said utility no less than seven (7) days prior to crossing the utility. J. Coordinate vertical separation requirements with utility owners and any other special construction considerations. K. Notify the Engineer if required changes in the vertical profile shown on the Drawings prior to constructing these changes. L. Trench digging machinery may be used to make the trench excavations except in places where operation of same would cause damages to pipelines, fences, or other existing structures either above or below ground; in such instances hand methods shall be employed. 3.4 EXCAVATION A. Perform excavation work so that pipe, conduit, or ducts can be installed to depths and alignments shown on the Drawings. B. Avoid disturbing surrounding ground and existing facilities and improvements. C. Determine trench excavation widths based on the requirements shown on the plans. D. Use sufficient trench width or benches above the embedment zone for installation of well point headers or manifolds and pumps where depth of trenches makes it uneconomical or impractical to pump from the surface elevation. Sewer Line Replacement Excavation and Backfill for Utilities 02317-5 E. Provide sufficient space between shoring cross braces to permit equipment operations and handling of forms, pipe, embedment and backfill, and other materials. F. Upon discovery of unknown utilities, badly deteriorated utilities not designated for removal, or concealed conditions, discontinue work at that location. Notify the Engineer and obtain instructions before proceeding. G. Shoring of Trench Walls: (1) Install special shoring in advance of trench excavation or simultaneously with the trench excavation, so that the soils within the full height of the trench excavation walls will remain laterally supported at all times. (2) For all types of shoring, support trench walls in the pipe embedment zone throughout the installation. (3) Provide trench wall supports sufficiently tight to prevent washing the trench wall soil out behind the trench wall support. (4) Unless otherwise directed by the Engineer, leave sheeting driven into or below the pipe embedment zone in place to preclude loss of support of foundation and embedment materials. (5) Leave rangers, walers, and braces in place as long as required to support the sheeting, which has been cut off, and the trench wall in the vicinity of the pipe zone. (6) Employ special methods for maintaining the integrity of embedment or foundation material. (7) Before moving supports, place and compact embedment to sufficient depths to provide protection of pipe and stability of trench walls. (8) As supports are moved, finish placing and compacting embedment. (9) If sheeting or other shoring is used below top of the pipe embedment zone, do not disturb pipe foundation and embedment materials by subsequent removal. (10) Maximum thickness of removable sheeting extending into the embedment zone shall be the equivalent of a one (1) inch thick steel plate. (11) Fill voids left on removal of supports with compacted backfill material. H. Wherever necessary to prevent caving, the trench shall be adequately supported as required by the Drawings and Specifications. I. The Contractor is entirely responsible for assuring that trenches are adequately supported to protect both the workers and the public. J. Use of Trench Shields/Trench Boxes: (1) Make trench excavations of sufficient width to allow shield to be lifted or pulled feely, without damage to the trench sidewalls. (2) Move trench shields so that pipe, and backfill materials, after placement and compaction, are not damaged or disturbed, or the degree of compaction reduced. (3) When required, place, spread, and compact pipe foundation and bedding materials beneath the shield. (4) For backfill above bedding, lift the shield as each layer of backfill is placed and spread. (5) Place and compact backfill materials against undisturbed walls and foundation. (6) Maintain trench shield in position to allow sampling and testing to be performed in a safe manner. (7) Contractor shall provide trench shield for Owner's tests within the trench as required in paragraph 3.1 LB Sewer Line Replacement Excavation and Backfill for Utilities 02317-6 3.5 HANDLING EXCAVATION MATERIALS A. Use only excavated materials which are suitable as defined in this Section and conforming to Section 02320 — Utility Backfill Materials. B. Place material suitable for backfilling in stockpiles at a distance from the trench to prevent slides or cave-ins. C. Do not place stockpiles of excess excavated materials on streets and adjacent properties. D. Protect excess stockpiles for use on site. E. Maintain site conditions in accordance with Section 01500 — Temporary Facilities and Controls. 3.6 TRENCH FOUNDATION A. The trench shall be excavated to an even grade so that the bottom of the pipe will rest on the bottom of the trench over the entire length of the pipe. B. Any part of the trench excavated below grade shall be corrected by filling with approved material and compacting thoroughly. C. If ledge rock, rock fragments, or other unyielding material is encountered in the bottom of the trench, it shall be removed to a depth of six (6) inches below grade, refilled with selected material, and thoroughly compacted. D. Bell holes of ample dimensions shall be dug at each joint to permit the jointing of pipe to be made properly, and of sufficient depth to prevent the bell of the pipe from resting on undisturbed materials. 3.7 GROUND WATER CONTROL A. Should ground water become an issue, refer to Section 02240 — Dewatering. B. Provide a stable trench to allow installation in accordance with the Specifications. 3.8 PIPE EMBEDMENT, PLACEMENT AND COMPACTION A. Immediately prior to placement of embedment materials, the bottoms and sidewalls of trenches shall be free of loose, sloughing, caving, or otherwise unsuitable soil. B. Place embedment including bedding, haunching, and initial backfill as shown on the Drawings. C. For pipe installation, manually spread embedment materials around the pipe to provide uniform bearing and side support when compacted. D. Do not allow materials to free -fall from heights greater than twenty-four (24) inches above top of pipe. E. Perform placement and compaction directly against the undisturbed soils in the trench sidewalls, or against sheeting which is to remain in place. F. Do not place trench shields or shoring within height of the embedment zone unless means to maintain the density of compacted embedment material are used. G. If moveable supports are used in embedment zone, lift the supports incrementally to allow placement and compaction of the material against undisturbed soil. H. Do not damage coatings or wrappings of pipes during backfilling and compacting operations. I. When embedding coated or wrapped pipes, do not use crushed stone or other sharp, angular aggregates. J. Place haunching material manually around the pipe and compact it to provide uniform bearing and side support. Sewer Line Replacement Excavation and Backfill for Utilities 02317-7 K. If necessary, hold small -diameter or lightweight pipe in place with sand bags or other suitable means during compaction of haunch areas and placement beside the pipe. L. Shovel in -place and compact embedment material using pneumatic tampers in restricted areas, and vibratory -plate compactors or engine -powered jumping jacks in unrestricted areas. M. Compact each lift before proceeding with placement of the next lift. N. Water tamping and water jetting are not allowed. O. For flowable fill, such as cement stabilized backfill, vibrate flowable backfill with concrete vibrator to consolidate material under haunches. P. Install specified location tape and wire as shown on the drawings and per paragraphs 2.3.A and 2.3.B. 3.9 TRENCH ZONE BACKFILL, PLACEMENT AND COMPACTION A. Place backfill for pipe or conduits and restore as soon as practicable. B. Leave only the minimum length of trench open as necessary for construction. C. Maximum allowed open trench is limited to 200 feet unless otherwise approved by the Owner. D. Where damage to completed pipe installation work is likely to result from withdrawal of sheeting, leave the sheeting in place. (1) Cut off sheeting two (2) feet or move above the crown of the pipe. (2) Remove trench supports within five (5) feet from the ground surface. E. Place trench zone backfill in lifts and compact by methods selected by the Contractor. F. Fully compact each lift before placement of the next lift. G. Cement Stabilized Backfill/Lean Concrete Backfill: (1) Place in depths as shown on plans. (2) Use vibratory equipment to ensure placement under the haunches of the pipe. (3) Backfilling of the remaining trench depth after cement stabilized backfill has been placed shall not commence until the in -place cement stabilized backfill has attained a penetration resistance reading of at least thirty (30) when measured with a soil penetrometer according to ASTM D 1558 and using a one -tenth square inch needle. (4) This equates to a penetration resistance of approximately 300 pounds per square inch. (5) This is not a strength requirement of the cement -stabilized backfill, but a measure of the degree of curing of the cement stabilized backfill. (6) After a penetrometer reading of 30 is obtained on the cement stabilized backfill, then compacted backfill operations may commence. (7) The Contractor shall furnish and have on site a calibrated ASTM D 1558 soil penetrometer with one -tenth square inch needle. (8) The Contractor shall take no less than four (4) penetrometer readings, equally spaced on both sides of the pipe (8 readings total) in accordance with ASTM D 1558, for each day's trench length that is planned for controlled density backfill operations. (9) Such readings shall be taken prior to commencing backfill operations. H. Bedding Material: (1) Sand bedding shall be loosely placed in trench as shown on the Drawings. I. Gravel Embedment: (1) Place in depths as shown on plans Sewer Line Replacement Excavation and Backfill for Utilities (' 02317-8 (2) Use vibratory equipment or shovel slicing to ensure placement under the haunches of the pipe. J. Native Material/Borrow Material (Pipe Installation): (1) Maximum lift thickness determined by Contractor to achieve uniform placement and required compaction, but not exceeding eight (8) inches. (2) Compaction by trench sheep's foot or by vibratory equipment to provide backfill densities at least equivalent to the surrounding undisturbed material or ninety-five (95) percent of the maximum dry density determined according to ASTM D 698. (3) Use of vibratory equipment limited as specified in paragraph 2.1. (4) Moisture content within two (2) percent of optimum determined according to ASTM D 698. K. Topsoil: (1) Maximum lift thickness determined by Contractor to achieve uniform placement and required compaction, but not exceeding eight (8) inches. (2) Compaction by trench sheep's foot or by vibratory equipment to provide backfill densities at least equivalent to the surrounding undisturbed material or ninety-five (95) percent of the maximum dry density determined according to ASTM D 698. (3) Use of vibratory equipment limited as specified in paragraph 2.1. (4) Moisture content within two (2) percent of optimum determined according to ASTM D 698. 3.10 MANHOLES, JUNCTION BOXES, AND OTHER PIPELINE STRUCTURES A. Meet the requirements of adjoining utility installations for backfill of pipeline structures, as shown on the Drawings. 3.11 FIELD QUALITY CONTROL A. Test for material source qualifications as defined in Section 02320 — Utility Backfill Materials. B. Provide excavation and trench safety systems at locations and to depths required for testing and retesting during construction at no additional cost to the Owner. C. Tests will be performed by the Contractor on a minimum of three (3) different samples of each material type for plasticity characteristics, in accordance with ASTM D 4318, and for gradation characteristics, in accordance with Tex- 101-E and Tex- 110-E. Additional classification tests will be performed whenever there is a noticeable change in material gradation or plasticity. D. At least three (3) tests for moisture -density relationships will be performed initially for backfill materials in accordance with ASTM D 698. Additional moisture -density relationship tests will be performed whenever there is a noticeable change in material gradation or plasticity. E. The Contractor shall perform in -place density tests of compacted pipe foundation, embedment, and trench zone backfill soil materials will be performed according to ASTM D 1556, or ASTM D 2922 and ASTM D 3017, and at the following frequencies and conditions. F. A minimum of one test for every 200 linear feet of compacted trench zone backfill material for each compacted layer. G. Density tests will be distributed around the placement areas. Placement areas are foundation, bedding, haunching, initial backfill, and trench zone. Sewer Line Replacement Excavation and Backfill for Utilities 02317-9 1 H. The number of tests will be increased if compacting effort is variable and not considered sufficient to attain uniform density, as specified. I. Density tests may be performed at various depths below the fill surface by pit excavation. Material in previously placed lifts may therefore be subject to acceptance/rejection. J. Two (2) verification tests will be performed adjacent to in -place tests showing density less than the acceptance criteria. Placement will be rejected unless both verification tests show acceptable results. K. Recompacted placement will be retested at the same frequency as the first test series, including verification tests. L. Recondition, recompact, and retest at Contractor's expense if tests indicate Work does not meet specified compaction requirements. For hardened cement stabilized backfill with nonconforming density, core and test for compressive strength at Contractor's expense. M. Acceptability of crushed rock compaction will be determined by inspection. 3.12 DISPOSAL OF EXCESS MATERIAL A. Dispose of excess materials in accordance with requirements of Section 01576 — Waste Material Disposal. END OF SECTION Sewer Line Replacement Excavation and Backfill for Utilities 02317-10 SECTION 02320 UTILITY BACKFILL MATERIALS PART1 GENERAL Iul A. This Section of the specification covers materials related to the backfill of utilities. B. Section Includes: (1) "Concrete" sand (for use as pipe bedding). (2) Native soil materials. (3) Topsoil. (4) Crushed stone. (5) Cement stabilized backfill. C. Related Sections: (1) Drawings and General Provisions of the Contract, including General and Supplementary Conditions and other Division 1 specification sections apply to this section. (2) Section 01300 — Submittal Procedures (3) Section 01400 — Quality Requirements (4) Section 02317 — Excavation and Backfill for Utilities. 1.2 DEFINITIONS A. Refer to Section 02317 — Excavation and Backfill for Utilities. 1.3 REFENCES A. ASTM C 33 — Specification for Concrete Aggregate. B. ASTM C 40 — Test Method for Organic Impurities in Fine Aggregates for Concrete. C. ASTM C 123 — Test Method for Lightweight Pieces in Aggregate. D. ASTM C 131 — Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. E. ASTM C 136 — Test Method for Sieve Analysis of Fine and Coarse Aggregates. F. ASTM C 142 — Test Method for Clay Lumps and Friable Particles in Aggregates. G. ASTM D 698 — Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft3). H. ASTM D 1140 — Test Method for Amount of Materials in Soils Finer Than Number 200 Sieve. I. ASTM D 2487 — Classification of Soils for Engineering Purposes (Unified Soil Classification System). J. ASTM D 2488 — Standard Practice for Description and Identification of Soils (Visual -Manual Procedure). K. ASTM D 4318 — Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. L. ASTM D 4643 — Method for Determination of Water (Moisture) Content of Soil by the Microwave Oven Method. M. TxDOT Tex- 101-E — Preparation of Soil and Flexible Base Materials for Testing. N. TxDOT Tex- 104-E — Test Method for Determination of Liquid Limit of Soils (Part 1). O. TxDOT Tex- 106-E — Test Method — Methods of Calculating Plasticity Index of Soils. Sewer Line Replacement Utility Backfill Materials 02320-1 i P. TxDOT Tex- 110-E — Determination of Particle Size Analysis of Soils. 1.4 SUBMITTALS A. Conform to Section 01300 —Submittal Procedures. B. Submit a description of source, material classification and product description, production method, and application of backfill materials. C. Submit test results for samples of off -site backfill materials. D. For each delivery of material, provide a delivery ticket which includes source location. 1.5 TESTS A. Perform tests of sources for off -site backfill material. B. Verification tests of backfill materials may be performed by the Owner, at the Owner's expense; however, failing tests will be charged to the Contractor. PART 2 PRODUCTS 2.1 MATERIAL DESCIRPTIONS A. "Concrete" Sand (1) Coarse -grained, well -graded, sand (natural, manufactured, or a combination of both) conforming to requirements of ASTM C 33. (2) Gradation shall conform to ASTM C 136 and the following limits. Sieve Percent Passim 3/8" 100 No. 4 95 to 100 No. 8 80 to 100 No. 16 50 to 85 No. 30 25 to 60 No. 50 10 to 30 No. 100 2 to 10 B. Native Soil Material for Backfill (1) Provide backfill material that is free of stones greater than six (6) inches, free of roots, waste, debris, trash, organic material, unstable material, non -soil matter, hydrocarbons, or other contamination. C. Topsoil (1) Provide topsoil material that is free of stones greater than three (3) inches, free of roots, waste, debris, trash, organic matter, unstable material, non -soil matter, hydrocarbons, or other contamination. (2) Surface should be made clear of rock and other debris before planting. (3) Use top two (2) feet of excavated material for topsoil backfill. This material shall be set 3 aside to prevent mixing with other excavated material. Topsoil is only required in non - paved areas. D. Gravel Embedment - (1) Gravel embedment shall be free of waste, trash, debris, organic material, unstable material, and other non -gravel matter. (2) Provide gravel embedment that meets the following gradation requirements: Sewer Line Replacement Utility Backfill Materials 02320-2 Sieve Percent Retained 3/8" 0 No. 4 5 to 15 No. 10 50 to 90 No. 40 90 to 100 (3) A minimum of four inches of gravel embedment will be placed under the pipe. This material will be used for backfill to the top of the pipe. This material MUST be shovel sliced to the haunch of the pipe and mechanically tamped to midpoint of the pipe. E. Cement Stabilized Backfill (1) Cement Content — 2 sack mix per cubic yard. (2) Water/Cement Ratio — 0.60. (3) Maximum aggregate size shall not exceed one and one half (1.5) inch diameter for backfilling pipe sizes forty-eight (48) inches and greater in diameter. (4) Maximum aggregate size shall not exceed one (1) inch diameter for backfilling sizes less than forty-eight (48) inches in diameter. 2.2 MATERIAL TESTING A. Ensure that material selected, produced, and delivered to the project meets applicable specifications and is of sufficiently uniform properties to allow practical construction and quality control. B. Source or Supplier Qualification: Perform testing, or obtain representative tests by suppliers, for selection of material sources and products. Provide test results for a minimum of three (3) samples for each source and material type. Tests samples of processed materials from current production representing material to be delivered. Tests shall verify that the materials meet specification requirements. Repeat qualification test procedures each time the source characteristic changes or there is a planned change in source location or supplier. Qualification tests shall include, as applicable: (1) Gradation: Complete sieve analyses shall be reported regardless of the specified control sieves. The range of sieves shall be from the largest particle through the No. 200 sieve. (2) Plasticity of material passing the No. 40 sieve. (3) Clay lumps. (4) Lightweight pieces. (5) Organic impurities. C. Production Testing: Provide reports to the Engineer from an independent testing laboratory that backfill materials to be placed in the Work meet applicable specification requirements. D. Native material requires testing only when questionable material is encountered. PART 3 EXECUTION 3.1 SOURCES A. Use of material encountered in the trench excavations is acceptable, provided applicable specification requirements are satisfied. If excavation material is not acceptable, provide from other approved source. Top two (2) feet of excavated material shall be used as topsoil. B. Identify off -site sources for backfill material at least fourteen (14) days ahead of intended use so that the Engineer may obtain samples from verification testing. Sewer Line Replacement Utility Backfill Materials 02320-3 f C. Obtain approval for each material source by the Engineer before delivery is started. If sources previously approved do not produce uniform and satisfactory products, furnish materials from other approved sources. Materials may be subjected to inspection or additional verification testing after delivery. Materials which do not meet the requirements of the specifications will be rejected. Do not use material which, after approval, has become unsuitable for use due to segregation, mixing with other materials, or by contamination. Once a material is approved by the Engineer, expense for sampling and testing required to change to a different material will be at the Contractor's expense with no additional cost to the Owner. 3.2 MATERIAL HANDLING A. Establish temporary stockpile locations as practical for material handling and control. B. Cement stabilized backfill shall be consolidated upon placement by using concrete vibrators to ensure filling of voids, filling around and under haunches of pipe and filling of spaces between corrugations. Vibration shall not be applied to the utility pipe itself. 3.3 FIELD QUALITY CONTROL A. Quality Control (1) The Engineer may sample and test backfill at: i. Sources including borrow pits, production plants, and Contractor's designated off -site stockpiles. ii. On -site stockpiles. iii. Materials placed in the Work. (2) The Engineer may resample material at any stage of work or location if changes in characteristics are apparent. B. Production Verification Testing: The Owner's testing laboratory will provide verification testing on backfill materials, as directed by the Engineer. Samples may be taken at the source or at the production plant, as applicable. Contractor shall cooperate with the Owner and Engineer in allowing access to materials. END OF SECTION Sewer Line Replacement Utility Backfill Materials 02320-4 SECTION 02445 BORING AND ENCASING PART1 GENERAL 1.1 WORK COVERED BY CONTRACT DOCUMENTS A. The section covers utility bores and placing steel encasement in open cut trenches. B. The encasement will be installed at the locations indicated on the attached plans. C. The contractor will be responsible for providing all labor, materials, equipment and incidentals necessary to accomplish the following: (1) Construction of the bore and bore pits or trench cut. (2) Installing the appropriate steel casing. (3) Installing the water supply pipe in the steel casing using the pipe manufactures recommended practices. (4) Backfill all excavations. (5) All traffic barricading and control. (6) All trench safety requirements. (7) Implementing a best management plan for the control of storm water runoff 1.2 CONTRACTOR USE OF SITE A. Limit use of site to allow: (1) Owner occupancy. (2) Contractor. B. Coordinate use of site under direction of Owner's Representative. C. Execute Work in a coordinated manner to avoid conflicts with Owner's operations or other Contractors. D. Move any stored products under Contractor's control, which interfere with operations of (1) Owner. E. Assume full responsibility for the protection and safekeeping of products furnished under this contract, stored on or off the site. 1.3 WORK SEQUENCE A. Construct Work to accommodate Owner's occupancy requirements during the construction period. B. Sequence and schedule shall balance Owner's occupancy and the requirements of adjacent utility work and construction schedules of other government agencies, however, Contractor's coordination for construction schedule and operations shall be with the Engineer or the Owner's Representative only. 1.4 SUBMITTALS A. Provide written plan with methods and materials to be used in bore and casing process. B. Provide shop drawings or manufacturer literature for casing spacers; include drawings of proposed locations within pipe casing. jl Sewer Line Replacement Boring and Encasing 02445-1 (' 1.5 STANDARDS A. All work shall be accomplished in accordance with the following standards: (1) AWWA C-206 "Field Welding of Steel Water Pipe" (2) AWWA C-210 "Liquid Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines" (3) AASHTO M-190 "Bituminous Coated Corrugated Metal Culvert Pipe and Pipe Arches" (4) AASHTO Standard Specifications for Highway Bridges, 1993. (5) ASTM A-36 "Carbon Structural Steel" (6) ASTM A-123 "Zinc (Hot Dipped Galvanized) Coatings on Iron and Steel Products" (7) ASTM A-135 `Electric — Resistance — Welded Steel Pipe" (8) ASTM A-139 "Electric —Fusion (Arc) — Welded Steel Pipe" (NPS4 and over) (9) ASTM A-153 "Zinc (Hot Dipped Galvanized) on Iron and Steel Hardware" (10) ASTM A-307 "Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength" (11) ASTM A-449 "Quenched and Tempered Steel Bolts and Studs" (12) ASTM A-568/M "Steel, Carbon, and High Strength, Low Alloy, Hot -Rolled and Cold - Rolled for Commercial Quality" (13) ASTM C-76 "Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe" (14) ASTM D-4254 "Test Methods for minimum Index Density of Soils and Calculations of Relative Density" B. Additional standards contained in the City of Lubbock Public Works Engineering Design . Standards and Specifications handbook also apply. 1.6 QUALITY ASSURANCE A. Installer's Qualifications - (1) Installers shall be competent and experienced in boring work of equal scope. (2) Installers shall provide proof of successful, related work experience with references. B. Job Conditions (1) Where work is in the right-of-way of any government or corporate jurisdiction, the Owner will secure the appropriate permits or easements. The Contractor shall observe regulations, instructions and limitations of each right-of-way owner. Coordination shall be through Owner's representative. (2) Excavated material shall be kept off of roads and railroad tracks at all times. (3) No blasting is allowed at any time. (4) The Contractor shall protect existing pipelines and utilities. The Contractor shall verify ' location and elevation of all pipelines, power lines and communication cable in the construction area prior to execution. Verification of existing pipe and cable utilities shall be the sole responsibility of the Contractor. y 1.7 OWNER OCCUPANCY A. Cooperate with Owner to minimize conflict, and to facilitate Owner's and other Contractor's operation. B. Schedule the Work to accommodate this requirement. Sewer Line Replacement Boring and Encasing 02445-2 PART 2 PRODUCTS 2.1 STEEL CASING A. Steel casing pipe shall have a minimum yield strength of 36 ksi. Casing shall meet ASTM A-36, ASTM A-568, ASTM A-135, ASTM A-139 or approved equal. B. The steel casing shall be new, free of any structural defects such as cracks, dents, bends or heavy rust. Used Casing may be used with the Owners Representative approval and inspection. Casing joints shall be fillet welded according to ASTM C-206. 2.2 CASING SPACERS A. Casings spacers shall be sized according to the plans with steel casing to clear the bell and not center the line vertically within the casing. B. Approved casing spacers include: (1) Advance Products (2) BMW (3) Cascade (4) CCI Pipeline (5) Culpico (6) PSI C. Other casing spacers may be used with approval from the Owner Representative or the Engineer. 2.3 JOINT RESTRAINT A. Uncased pipe bores are permitted with Engineer's approval. B. Approved joint restraint devices which prevent over -insertion: (1) EBAA Mega -Stop (for push direction only) (2) CertainTeed Certa-Lok (3) Other over -insertion protection devices must be submitted prior to approval. C. Contractor shall provide joint restraint materials and methods which do not conflict with pipe spacers. D. All uncased bore methods require Contractor to submit joint restraint manufacturer's literature for Engineer's approval. PART 3 EXECUTION 3.1 BORES A. Boring shall proceed from the low or downstream end of crossing unless otherwise specified or instructed. B. Water used for lubrication of cuttings in conjunction with boring operations shall be j permitted. Jetting shall be prohibited. C. All bores under existing paving will be subject to the following precautions: (1) Auger Boring — Auger boring shall use a pilot hole to set precise, clear auger path. (2) Wet (Slick) Boring — Under highway and arterial street pavement, the use of wet boring techniques shall be subject to the approval of the Engineer on a case -by -case basis. c f Sewer Line Replacement Boring and Encasing 02445-3 14 (3) Impact Moling — Impact cooling shall be used only for bore sizes 3" in diam. and smaller. Impact moling may be used for drilling pilot holes. (4) Pipe Jacking or Ramming — Continue jacking process to completion once it has begun to prevent the pipe from becoming firmly set in the embankment. (5) Microtunneling — Remote tunneling trenchers are allowed within the constraints and operational limitations set by manufacturer. D. Contractor shall be fully responsible to insure the boring methods used are safe and adequate for workers, installed pipe, property, the public, adjacent utilities and other site conditions. E. The bore must be at or near the specified grade that is indicated on the plans. A tolerance of 0.02% grade either positive or negative will be allowed. F. Contractor is responsible for removing all excavated material. G. Contractor shall be responsible for trench safety and all traffic control requirements. H. After installing the water pipe in the encasement the ends of the encasement must be sealed to prevent soil creep into the pipe. 3.2 PIPE INSTALLATION A. Contractor shall use approved joint restraint devices for pipe within casing. B. Contractor shall use approved spacers as specified to install pipe in casing. 3.3 OPEN TRENCH ENCASEMENT A. The water distribution pipe shall be installed in the same manner as the encased bores. The cost of installing the carrier pipe will include any appurtenances needed to protect the pipe as per manufacture recommendation. B. The ends of the encasement shall be sealed after the carrier pipe is installed. END OF SECTION Sewer Line Replacement Boring and Encasing 02445-4 SECTION 02530 SANITARY SEWER PIPING PART1 GENERAL 1.1 SUMMARY A. This section of the specifications covers sanitary sewer piping and manholes that are to be installed through the open cut method. The term piping as used herein shall include all piping, fittings, and accessories as shown on the plans and/or as specified herein. B. Section Includes: (1) Definitions (2) Submittals (3) Delivery, Storage, and Handling (4) Project Conditions (5) Manufacturers (6) Piping Materials (7) Non -pressure Type Pipe Couplings (8) Manholes (9) Concrete (10) Earthwork (11) Piping Installation (12) Sewer Line Crossing Water Line (13) Pipe Joint Construction (14) Manhole Installation (15) Concrete Placement (16) Closing Abandoned Sanitary Sewer Systems (17) Identification (18) Field Quality Control (19) Cleaning 1.2 DEFINITIONS A. PVC — Polyvinyl chloride plastic. 1.3 SUBMITTALS A. Submittals, in accordance with Section 01300 — Submittals, are required from the Contractor for the following materials and products: (1) Sanitary sewer pipe and fittings, ASTM D 3034 and ASTM F 679. (2) Manholes, frames, covers, joint sealant, and joint primer. (3) Laboratory analysis of rock embedment including sieve analysis. (4) Trench safety system. (5) Membrane curing compound. (6) Manhole Vacuum Test or Leakage Test Procedure or Method. Sewer Line Replacement it �E Sanitary Sewer Piping 02530-1 (7) Submittals shall be reviewed and approved by the Engineer prior to the incorporation of any materials and products into the project. 1.4 DELIVERY, STORAGE, AND HANDLING A. Protect pipe, pipe fittings, and seals from dirt and damage. B. Handle manholes according to manufacturer's written rigging instructions. 1.5 PROJECT CONDITIONS A. Do not interrupt service to facilities occupied by the Owner or others unless permitted under the following conditions and then only after arranging to provide temporary service according to requirements indicated: (1) Notify the Engineer no fewer than five (5) days in advance of proposed interruption of service. (2) Do not proceed with interruption of service without the Engineer's written permission. B. The Contractor shall prepare a proposal to maintain sewer flow during construction of the new line. PART 2 PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: B. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. C. Manufacturers: Subject to compliance with requirements, provide products by one of the manufacturers specified. 2.2 PIPING MATERIALS A. Acceptable materials (1) PVC Sewer Pipe (Type PSM, SDR 35 or SDR 26) (2) Components shall conform to ASTM D 1784 (3) Materials shall conform to ASTM D 3034 (4) Must meet dimensional, chemical, and physical requirements outlined in ASTM D 3034 and F 679. (5) Shall be installed according to ASTM D 2321. B. Each joint of pipe shall be marked with the following information: (1) Manufacturer's name. (2) Nominal pipe size. (3) PVC cell classification. (4) SDR. (5) ASTM D 3034 or F 679. 2.3 NON -PRESSURE TYPE PIPE COUPLINGS A. Comply with ASTM C 1173, elastomeric, sleeve -type, reducing or transition coupling, for joining underground non -pressure piping. Include ends of same sizes as piping to be joined and corrosion -resistant -metal tension band and tightening mechanism on each end. Sewer Line Replacement Sanitary Sewer Piping 02530-2 B. Sleeve Materials: { (1) For Plastic Pipes: ASTM F 477, elastomeric seal or ASTM D 5926, PVC. (2) For Dissimilar Pipes: ASTM D 5926, PVC or other material compatible with pipe materials being joined. 2.4 MANHOLES A. Standard Pre -cast Concrete Manholes: ASTM C 478, pre -cast, reinforced concrete, of depth indicated, as specified in Section 02082 — Pre -cast Concrete Manholes, with provision for sealant joints. B. Diameter — forty-eight (48) inches, unless otherwise indicated. C. Base Section — six (6) inch minimum thickness for floor slab and four (4) inch minimum thickness for walls and base riser section, and having separate base slab or base section with integral floor. D. Rise Sections — four (4) inch minimum thickness, and of length to provide depth indicated. E. Top Section — Eccentric or Concentric cone top as indicated on the Drawings. F. Joint Sealant — ASTM C 990, bitumen or butyl rubber. G. Resilient Pipe Connectors — ASTM C 923, cast or fitted into manhole walls, for each pipe connection. H. Steps — Omit steps in sanitary sewer manholes. I. Grade Rings — Reinforced concrete rings, 6 to 9 inch total thickness, to match diameter of manhole frame and cover. J. Protective Coating — Refer to Section 02082 — Pre -Cast Concrete Manholes. K. Manhole Frames and Covers — Ferrous, Refer to Section 02084 — Frames, Grates, Rings, and Covers. L. Manhole Cover Insert/Inflow Prevention Device: Manufactured, plastic form, of size to fit between manhole frame and cover and designed to prevent stormwater inflow. Include handle for removal and gasket for gastight sealing. (1) Manufacturers: (a) FRW Industries: a Syneco Systems, Inc. Company (b) Knutson Enterprises (c) L.F. Manufacturing, Inc. (d) Parson Environmental Products, Inc. (2) Type: With drainage and vent holes. 2.5 CONCRETE A. General: Cast -in -place concrete according to Section 03300, ACI 318, ACI 350R, and the following: (1) Cement: ASTM C 150, Type 11. (2) Fine Aggregate: ASTM C 33, sand. (3) Coarse Aggregate: ASTM C 33, crushed gravel. j (4) Water: Potable. k (5) Portland Cement Design Mix: 4000 psi minimum, with 0.45 maximum water/cementitious materials ratio. (6) Reinforcement Fabric: ASTM A 185, steel, welded wire fabric, plain. (7) Reinforcement Bars: ASTM A 615/A 615M, Grade 60, deformed steel. 4_s Sewer Line Replacement Sanitary Sewer Piping 02530-3 3 i_ f I B. Manhole Channels and Benches: Factory or field formed from concrete. Portland cement design mix, 4000 psi minimum, with 0.45 water/cementitious materials ratio. Include channels and benches in manholes. C. Channels: Concrete invert, formed to same width as connected piping, with height of vertical sides to three -fourths of pipe diameter. Form curved channels with smooth, uniform radius and slope. D. Invert Slope: two (2) percent through manhole E. Benches: Concrete, sloped to drain into channel. F. Slope: four (4) percent G. Ballast and Pipe Supports: (1) Portland cement design mix, 3000 psi minimum, with 0.58 maximum water/cementitious materials ratio. (2) Reinforcement Fabric: ASTM A 185, steel, welded wire fabric, plain. (3) Reinforcement Bars: ASTM A 615/A 615M, Grade 60, deformed steel. 2.6 MISCELLANEOUS MATERIALS A. Paint: SSPC —Paint 16. B. PE Sheeting: ASTM D 4397, with at least eight (8) mil thickness or other equivalent, imperious material. PART 3 EXECUTION 3.1 EARTHWORK A. Excavating, trenching, and backfilling are specified in Division 2 Section 02317 — Excavation and Backfill for Utilities. 3.2 PIPING INSTALLATION A. General Locations and Arrangements: (1) Drawing plans and details indicate general location and arrangement of sanitary sewer piping. (2) Location and arrangement of piping layout take design considerations into account. (3) Install piping as indicated, to extent practical. (4) Where specific installation is not indicated, follow piping manufacturer's written instructions. (5) Install piping beginning at low point, true to grades and alignment indicated with unbroken continuity of invert. (6) Place bell ends of piping facing upstream. (7) Install gaskets, seals, sleeves, and couplings according to manufacturer's written instructions for using lubricants, cements, and other installation requirements. (8) Install manholes for changes in direction, unless fittings are indicated. Use fittings for branch connections, unless direct tap into existing sewer is indicated. (9) Install proper size increasers, reducers, and couplings where different sizes or materials of pipes and fittings are connected. Reducing size of piping in direction of flow is prohibited. B. Tunneling or Boring: In areas that cannot be disturbed by open trench installation, or if the Contractor elects, approved pipe may be installed by tunneling or boring. I -' Sewer Line Replacement Sanitary Sewer Piping 02530-4 C. Clear interior of piping and manholes of dirt and superfluous material as work progresses. Maintain swab or drag in piping, and pull past each joint as it is completed. D. Place plug in end of incomplete piping at end of day and when work stops. 3.3 SEWER LINE CROSSING WATER LINE A. Where a new sewer line crosses a waterline, the wastewater line shall be embedded in cement -stabilized sand for the total length of one (1) pipe segment plus twelve (12) inches beyond the joint on each end as shown on the drawings. 3.4 PIPE JOINT CONSTRUCTION A. Join gravity -flow, non -pressure, drainage piping according to the following: (1) Join PVC sewer piping according to ASTM D 2321 and ASTM D 3034 for elastomeric- seal joints or ASTM D 3034 for elastomeric-gasket joints. 3.5 MANHOLE INSTALLATION A. Install manholes complete with appurtenances and accessories indicated. B. Install pre -cast concrete manhole sections with sealants according to ASTM C 891. C. Install PE sheeting on earth where cast -in -place concrete manholes are to be built. D. Form continuous concrete channels and benches between inlets and outlet. E. Set tops of frames and covers flush with finished surface of manholes that occur in pavements. Set tops three (3) inches above finished surface elsewhere, unless otherwise indicated. F. Install manhole cover inserts in frame and immediately below cover. 3.6 CONCRETE PLACEMENT A. Place cast -in -place concrete according to Section 03300 — Cast -in -Place Concrete. 3.7 CLOSING ABANDONED SANITARY SEWER SYSTEMS A. Plug and abandon in place existing sewer line as shown on plans. 3.8 IDENTIFICATION A. Materials and their installation are specified in Division 2 Section — Earthwork. B. Arrange for installation of green warning tapes directly over piping and at outside edges of underground manholes. C. Use detectable warning tape over nonferrous piping and over edges of underground manholes. 3.9 FIELD QUALITY CONTROL A. Inspect interior of piping to determine whether line displacement or other damage has occurred., B. Inspect after approximately 24 inches of backfill is in place, and again at completion of Project. C. Submit separate report for each system inspection. D. Defects requiring correction include the following:- (1) Alignment: Less than full diameter of inside of pipe is visible between structures. (2) Deflection: Pipe deflection exceeding 5% shall be replaced by the Contractor. (3) Crushed, broken, cracked, or otherwise damaged piping. (4) Infiltration: Water leakage into pipe. !i Sewer Line Replacement Sanitary Sewer Piping 02530-5 7 (5) Exfiltration: Water leakage from or around piping. E. Replace defective piping using new materials, and repeat inspections until defects are within allowances specified. F. Reinspect and repeat procedure until results are satisfactory. G. Test new piping systems and manholes in accordance with Section 02533 — Acceptance Testing for Sewers. H. Do not enclose, cover, or put into service before inspection and approval. t I. Test completed piping systems according to requirements of authorities having jurisdiction. J. Schedule tests and inspections by authorities having jurisdiction with at least 24 hours advance notice. K. Submit separate report for each test. L. Manholes: Perform hydraulic test according to ASTM C 969. M. Leaks and loss in test pressure constitute defects that must be repaired. N. �., Replace leaking piping using new materials and repeat testing until leakage is within allowances specified. 3.10 CLEANING A. Clean interior of piping of dirt and superfluous material. END OF SECTION Sewer Line Replacement Sanitary Sewer Piping 02530-6 ti SECTION 02533 ACCEPTANCE TESTING FOR SEWERS PART1 GENERAL 1.1 SUMMARY A. This section includes acceptance testing requirements for sanitary sewers. B. Section Includes: (1) References (2) Performance Requirements (3) Submittals (4) Gravity Sewer Quality Assurance (5) Sequencing and Scheduling (6) Low Pressure Air Test (7) Ground Water Determination (8) Deflection Test (9) Preparation (10) Leakage Testing of Gravity Sewers (11) Test Criteria (12) Deflection Testing (13) Leakage Testing of Manholes (14) Adjustment and Cleaning C. Related Sections: (1) Section 01300 — Submittal Requirements (2) Section 01700 — Contract Closeout D. Related Documents: (1) Drawings and general provisions of the Contract, including General Conditions and Division 1 Specification Sections, apply to this Section. 1.2 REFERENCES A. ASTM C 828 — Low -Pressure Air Test of Sewer Lines. B. ASTM C 1244 — Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure (Vacuum) Test. C. ASTM F 1417 — Standard Test Method for Installation Acceptance of Plastic Gravity Sewer Lines Using Low -Pressure Air. D. UNI B 6 — Recommended Practice for Low Pressure Air Testing of Installed Sewer Pipe. 1.3 PERFORMANCE REQUIREMENTS A. Perform air testing in accordance with requirements of this section and the referenced standards in paragraph 1.2. ? 1.4 SUBMITTALS , A. Conform to requirements of Section 01300 —Submittal Procedures. B. Test Plan: Before testing begins and inadequate time to obtain approval through the submittal process, prepare and submit a test plan for approval by the Engineer. Include i t_ Sewer Line Replacement Acceptance Testing for Sewers 02533-1 i a ; 1. 1 testing procedures, methods, equipment, and tentative schedule. Obtain advance written approval for deviations from the Drawings and Specifications. C. Test Reports: Submit test reports for each test on each segment of sewer. 1.5 GRAVITY SEWER QUALITY ASSURANCE A. Repair, correct, and retest manholes or sections of pipe which fail to meet specified requirements when tested. 1.6 SEQUENCING AND SCHEDULING A. Perform testing after installation is complete. B. Coordinate testing schedules with the Engineer. C. Perform testing under observation of the Engineer or his designee. PART 2 PRODUCTS 2.1 LOW PRESSURE AIR TEST A. Minimum Requirement for Equipment: (1) Control panel. (2) Low-pressure air supply connected to control panel. (3) Pneumatic plugs: Acceptable size for diameter of pipe to be tested; capable of withstanding internal test pressure without leaking or requiring external bracing. (4) Air hoses from control panel to: (a) Air supply (b) Pneumatic plugs (5) Sealed line for pressurizing (6) Sealed line for monitoring internal pressure. (7) Testing Pneumatic Plugs: Place a pneumatic plug in each end of a length of pipe on the ground. Pressurize plugs to 25 psig; then pressurize sealed pipe to 5 psig. Plugs are acceptable if they remain in place against the test pressure without external aids. 2.2 GROUND WATER DETERMINATION A. Pipe probe or small diameter casing for ground water elevation determination. 2.3 DEFLECTION TESTING A. Go — No Go Device (mandrel) 1.5x pipe diameter in length per the City of Lubbock specifications. PART 3 EXECUTION 3.1 PREPARATION A. Notify the Owner's Representative a minimum of 24 hours prior to conducting any testing. B. Provide labor, equipment, tools, test plugs, risers, air compressor, air hose, pressure meters, pipe probe, calibrated weirs, or any other device necessary for proper testing and inspection. C. The selection of test methods and pressures for storm sewers shall be determined based on ground water elevation. Determine ground water elevation using equipment and procedures conforming to Section 02240 — Dewatering. If no ground water control is required for pipe ( installation, then ground water will not be considered a factor. i L_ Sewer Line Replacement Acceptance Testing for Sewers 02533-2 i D. Components to be tested will be thoroughly cleaned to remove debris, gravel, grit, dirt or other foreign material prior to performing any tests. E. The Engineer will approve equipment used for testing. The Contractor at no expense to the Owner will replace testing equipment rejected by the Engineer. F. The Contractor is responsible for all costs associated with testing. 3.2 LEAKAGE TESTING FOR GRAVITY SEWERS A. Test gravity sewer pipes for leakage by low pressure air testing. B. Test new manholes with water or low pressure air. Manholes tested with low pressure air shall undergo a physical inspection prior to testing. C. Leakage testing shall be performed after backfilling of a line segment. D. If no installed piezometers or monitoring well is within 2,000 feet of the sewer segment, the Contractor shall provide a temporary piezometers or monitoring well for this purpose. If no groundwater is encountered during pipe installation, then this requirement will be waived. E. Compensating for Ground Water Pressure: (1) Where ground water exists, install a pipe nipple at the same time sewer line is placed. Use a'/z inch capped pipe nipple approximately ten (10) inches long. Make the installation through manhole wall on top of the sewer line where line enters manhole. (2) Immediately before performing line acceptance test, remove cap, clear pipe nipple with air pressure, and connect a clear plastic tube to nipple. Support tube vertically and allow water to rise in the tube. After water stops rising, measure height in feet of water over invert of the pipe. Divide this height by 2.31 feet/psi to determine the ground water pressure to be used in line testing. F. Low Air Pressure Test: When using this test conform to ASTM C 924, ASTM C 1103, or ASTM F 1417, as applicable. (1) For six (6) inch diameter pipe: (a) Determine ground water level. (b) Plug both ends of pipe. (c) Pressurize pipe to 4.0 psig. (i) Increase pressure 1.0 psi for each 2.31 feet of ground water over highest point in system. (d) Allow pressure to stabilize for two (2) to four (4) minutes. (e) Adjust pressure to start at 3.5 psig (plus adjustment for ground water level). (f) To determine air loss, measure the time interval for pressure to drop to 2.5 psig. (g) The time must exceed that calculated in Section 3.3.A. (2) The test may be stopped at the discretion of the Engineer and considered successful if zero pressure loss is observed in the first 25 percent of the calculated total test time. (3) Retest: Any section of pipe which fails to meet requirements shall be repaired and retested. 3.3 TEST CRITERIA A. Low Pressure Air Test: (1) Time Allowed for Pressure Loss From 3.5 psig to 2.5 psig, at the end of this Section, are based on the equation: (a) T = 0.0850(D)(K)/(Q) (i) where: Sewer Line Replacement Acceptance Testing for Sewers 02533-3 1. T = time for pressure to drop 1.0 pounds per square inch gauge in seconds 2. K = 0.000419 DL, but not less than 1.0 3. D = average inside diameter in inches 4. L = length of line of same pipe size in feet 5. Q = rate of loss, 0.0015 ft3/minute/square foot internal surface 3.4 DELFECTION TESTING A. Test each pipe segment for maximum deflection in accordance with the requirements of the TCEQ Chapter 317 .2(a)( 4)(C) by passing a manually pulled mandrel through the pipe segment. B. Test pipe after it has been installed and completely backfilled to finished grade for a minimum of 30 days. C. Test will be considered successful if the mandrel passes through the pipe segment unhindered. D. The Contractor must repair any pipe segment that does not pass the mandrel test as necessary such that it will pass the mandrel test. Any expense for such repairs are at sole expense of the Contractor. E. Use a mandrel that has a diameter of no less than ninety-five (95) percent of the inside diameter of the pipe. F. Mandrel will be provided by the Contractor and will be design to withstand a pressure of 200 psi without being deformed. G. The mandrel will have an odd number of legs and have at least nine legs. The barrel section of the mandrel will have a length of at least seventy-five (75) percent of the inside diameter of the pipe. 3.5 LEAKAGE TESTING FOR MANHOLES A. Test each manhole independently of the pipe using a negative pressure test in accordance with the latest version of ASTM C 924. B. A negative pressure of ten (10) inches of mercury (Hg) will be applied to the manhole. C. Test will be considered successful if there is less than one (1) inch of mercury (Hg) vacuum loss over the specified test time period. D. The testing period is five (5) seconds for each two (2) feet of manhole depth for forty-eight (48) inch diameter manholes. 3.6 ADJUSTMENT AND CLEANING A. Contractor will return areas disturbed by the Work to the conditions existing prior to commencement of the work. B. Contractor will grade disturbed areas to the preexisting grade. C. The Engineer will determine if adequate adjustments and cleaning have been performed. D. The Contractor will leave the construction site clean, neat, and free of construction debris. E. Areas that have established turf will have sod placed in the excavated areas. F. Paved areas will have pavement replaced in accordance with the City of Lubbock Street Engineering Standard Paving Specifications. END OF SECTION Sewer Line Replacement Acceptance Testing for Sewers 02533-4 SECTION 02665 WATER PIPING, VALVES, AND FITTINGS PART1 GENERAL 1.1 SUMMARY A. This section of the specifications covers all water piping, valves, and fittings required for the project. B. Section Includes: (1) Material Schedule (2) Submittals (3) References (4) Materials (5) Polyvinyl Chloride (PVC) Pipe (6) Ductile Iron Pipe (7) Concrete Cylinder Pipe (8) Pipe Fittings (9) Flexible Couplings and Flanged Coupling Adapters (10) Pipe Joints (11) Steel Casing (12) Valves (13) Fire Hydrants (14) Polyethylene Wrap (15) Joint Restraints (16) Concrete (17) General (18) Inspection (19) Responsibility for Materials (20) Handling Pipe and Accessories (21) Alignment and Grade (22) Manner of Handling Pipe and Accessories in Trench (23) Cleaning and Inspecting (24) Laying and Jointing PVC Pipe (25) Plugging Dead Ends (26) Fittings (27) Setting Valves, Valve Boxes, Fire Hydrants and Fittings (28) Thrust Restraint (29) Excavation, Trenching and Backfilling (30) Line Testing (31) Disinfection of Pipelines (32) Installation of Steel Pipe Casing and Pipe in Casing I Sewer Line Replacement Water Piping, Valves, and Fittings 02665-1 y t (33) Pipe Identifiers (34) Cleanup 1.2 MATERIAL SCHEDULE A. 6", 8", 10" and 12" lines shall be AWWA C 900, DR 18 PVC pipe. B. Ductile Iron Fittings (AWWA C 153) C. Tapping Sleeve (ductile iron or stainless steel) D. Gate Valves E. Valve Boxes F. Fire Hydrants (AWWA C 502) G. Mechanical Joint Restraints 1.3 SUBMITTALS A. Submit all manufacturers' data for all pipe and fittings including all pipe thickness class calculations, steel casing, and casing spacers. B. Submit affidavits of compliance with appropriate standards. C. Submit product warranties. D. Submit manufacturer's installation instructions. E. Submit manufacturer's loading, unloading, and storage requirements. F. Submit product information for pipe identification tape. G. Submit concrete mix design for concrete thrust blocking. 1.4 REFERENCES A. AWWA C 104 — Cement Mortar Lining for Ductile Iron Pipe and Fittings for Water. B. AWWA C 110 — Ductile Iron and Gray Iron Fittings, 3 inch through 48 inch, for Water. C. AWWA C 111 — Rubber Gasket Joints for Ductile Iron Pressure Pipe and Fittings. D. AWWA C 104 — Rubber Seated Butterfly Valves. E. AWWA 509 — Resilient Seated Gate Valves for Water Supply. F. AWWA C 900 — Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 inch through 12 inch, for water distribution. G. AWWA C 905 — Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 14 inch through 48 inch, for water transmission and distribution. H. AWWA C 301 — Prestressed Concrete Pressure Pipe, Steel Cylinder Type, for Water and other Liquids. I. AWWA C 303 — Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type J. ANSI/AWWA C-200 Standard for Steel Water Pipe 6 Inches and Larger K. ANSI/AWWA C-205 Standard for Cement -Mortar Protective Lining and Coating for Steel Water Pipe - 4 in. and Larger -Shop Applied L. ANSI/AWWA C-206 Standard for Field Welding of Steel Water Pipe M. ANSI/AWWA C-207 Standard for Steel Pipe Flanges for Water Works Service, 4" - 144" N. ANSI/AWWA C-208 Standard for Dimensions for Fabricated Steel Water Pipe Fittings O. ANSI/AWWA C-209 Standard for Cold -Applied Tape Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines Sewer Line Replacement Water Piping, Valves, and Fittings 02665-2 P. ANSI/AWWA C-210 Standard for Liquid -Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines Q. ANSI/AWWA C-214 Standard for Tape Coating Systems for the Exterior of Steel Water Pipelines i R. ANSI/AWWA C-216 Standard for Heat -Shrinkable Cross -Linked Polyolefm Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines S. ANSI/AWWA C-218 Standard for Coating the Exterior of Aboveground Steel Water .r Pipelines and Fittings T. ANSI/AWWA C-219 Standard for Bolted Sleeve -Type Couplings for Plain -End Pipe s' U. ANSI/AWWA C-222 Standard for Polyurethane Coatings for the Interior and Exterior of Steel Water Pipelines and Fittings V. AWWA M-11 Steel Pipe - A guide for Design and Installation W. ASTM A 106 Standard Specification for Seamless Carbon Steel Pipe for High -Temperature Service. X. ASTM A 53 Standard Specification for Pipe, Steel, Black and Hot -Dipped, Zinc Coated Welded and Seamless Y. ASTM E 165 Method for Liquid Penetrant Examination Z. ASTM E 709 Guide for Magnetic Particle Examination AA. ASME Section V Nondestructive Testing Examination BB.ASME Section IX Welding and Brazing Qualification. CC.AWS B2.1 Standard for Welding Procedure and Welding Qualifications. PART 2 PRODUCTS 2.1 MATERIALS A. All pipe, fittings, and valves shall be new and of the best quality in material and workmanship. B. All pipe, fittings, and valves shall conform to American National Standards Institute/National Sanitation Foundation (ANSI/NSF) Standard 61. C. In areas where natural gas lines exist, and are cathodically protected by means of impressed current, only electrically non-conductive pipe shall be allowed. 2.2 POLYVINYL CHLORIDE (PVC) PIPE A. PVC pipe 12 inches and smaller shall be AWWA C-900, DR-18. B. PVC pipe 14 inches and larger shall be AWWA C-905, DR-21. The outside diameter of the PVC pipe shall be cast iron equivalent. C. PVC pipe shall be formed with an integral bell and shall be joined using a gasketed bell and spigot joint. Spigot ends shall be beveled and reference marked to facilitate joining and insure proper seating depth. Gaskets shall conform to ASTM F 477. The nominal joint length shall be twenty (20) feet. D. AWWA C-900 and C-905 pipe shall be marked as prescribed by AWWA standards including nominal size, dimension, ratio, AWWA pressure class, manufacturer's name and code, and seal of testing agency that verified the suitability of the pipe material for potable water. Sewer Line Replacement Water Piping, Valves, and Fittings 02665-3 E. Pipe shall meet all additional test requirements as described in AWWA C-900 or C-905, as applicable. F. All PVC pipe shall be approved by the National Sanitation Foundation (NSF) for use in the transportation of potable water and shall bear the NSF seal of approval. 2.3 DUCTILE IRON PIPE A. Ductile Iron pipe 12" shall be Class 200. B. Ductile iron pipe to be furnished shall conform to the following standard specifications or latest revisions: (1) ANSI/AWWA C150/A21.50-81 (2) ANSI/AWWA C104/A21.4-80 (3) ANSI/AWWA C151/A21.4-80 C. All ductile iron pipe shall be cement lined in accordance with AWWA C104-80 (ANSI A21.4) specifications. The external surface shall be coated with an asphalt base paint. D. All joint for ductile iron pipe shall be of the rubber gasket bell and spigot type, except where connecting flanged fittings, and shall otherwise conform to the base specifications to which the pipe is manufactured. E. The joint shall be latest approved type of rubber gasket joint for ductile iron pipe. F. All joints of ductile iron pipe and fittings shall be sealed with a continuous ring rubber gasket meeting standards specified by AWWA C11-72 (ANSI A21.11) or its latest revision. 2.4 CONCRETE CYLINDER PIPE A. Prestressed Concrete Embedded Cylinder pipe shall be manufactured in accordance with the latest revision of AWWA C-301. B. Pretensioned Concrete Cylinder Pipe (PCCP) shall be manufactured in accordance with the latest revision of AWWAS C303-78 C. Concrete Cylinder Pipe shall withstand a minimum pressure of 150 p.s.i. longitudinally and helically. D. The joints of the pretensioned concrete cylinder pipe and fittings shall be sealed with a continuous ring rubber gasket meeting standards specified in AWWA C303-78. E. A Portland cement mortar shall be used to fill the annular space both inside and outside of joints in the pretensioned concrete cylinder pipe. (1) Portland cement used in the mortar shall conform to "Standard Specifications and Test for Portland Cement" A.S.T.M. serial designations C150 and C77. (2) Sand for the mortar shall conform to A.S.T.M. designation C-33-52T for fine aggregate. (3) The exterior joints on pretensioned concrete cylinder pipe shall be poured with a heavy duty diaper. (a) The width of the diaper shall be nine inches. (b) The band shall be provided with 3/8 inch x 0.20 steel straps on each side. 2.5 PIPE FITTINGS A. General: Pipe fittings shall be of a type and design especially suitable for use with the type of piping with which they are installed. Pressure rating of fittings shall not be less than that of the pipe. B. All ductile iron fittings shall have an external bituminous coating and shall be cement lined in accordance with AWWA C 104. Sewer Line Replacement Water Piping, Valves, and Fittings 02665-4 C. Fittings shall be ductile iron and shall be mechanical joint or push -on joint unless otherwise specified or shown on the Drawings. D. Ductile Iron Fittings — Ductile iron fittings shall conform to AWWA C153 110. Fittings shall be mechanical joint or push -on joint unless otherwise specified or shown on the Drawings. E. All fittings shall have a pressure rating equal to that of the pipe with which they are used but in no case less than 150 psi. F. Unless otherwise indicated, all ductile iron fittings shall have an external bituminous coating and shall be cement -lined in accordance with the specifications for coating and lining the pipe. G. All ductile iron fittings shall be cast from the same quality of metal used in casting ductile iron pipe and shall be subjected to the same test requirements. Marking and weighing shall be as required for ductile iron pipe. H. Where flanged fittings are used, the flanges shall be of the same material as the fitting. Where bell or mechanical joint fittings are used, the bells shall be cast integrally with the fitting. Screwed -on bells will not be acceptable. 2.6 FLEXIBLE COUPLINGS AND FLANGED COUPLING ADAPTERS A. Flanged coupling adapters and flexible couplings shall be provided at the locations shown on the Drawings and at other locations required for installation of the piping system. B. Flanged coupling adapters will be provided with anchoring studs to provide thrust restraint. Epoxy coated sheet construction shall be used for all couplings. All bolts, nuts, and washers shall be stainless steel. rl 2.7 PIPE JOINTS A. Push -on Joints — Push -on joints shall be as specified in AWWA Standard C111. B. Mechanical Joints —Mechanical joints shall be as specified in AWWA Standard C111. 2.8 STEEL CASING A. Steel casing shall be new welded steel pipe with minimum yield strength of 35,000 psi meeting ASTM A36. The exterior of the casing pipe shall have a bituminous coating. B. Casing wall thickness for installation shall be in accordance with the City of Lubbock Design Standards and Specifications. C. Casing spacers shall be used to install carrier pipe inside the encasement pipe and to provide support around the periphery of the pipe should the pipe twist as it is pushed through the casing. D. The spacers shall be of a projection type that has a minimum number of projections around the circumference totaling the number of diameter inches. For example, eight (8) inch pipe shall have a minimum of eight (8) projections and eighteen (18) inch pipe shall have a minimum of eighteen (18) projections. E. Casing spacers shall use double backed tape, provided with the spacers, to fasten tightly onto the carrier pipe so that the spacers do not move during installation. Installation instructions shall be provided with each shipment. F. Casing spacers shall have a span of ten (10) feet to six (6) feet dependent on the total load 1 anticipated with the pipe full of liquid. The maximum load shall not exceed the load limits per spacer listed in the brochure. G. These values in the brochure include conservative safety factors for class spacer used. Spacers shall have minimum height that clears the pipe bell or as otherwise indicated on plans. Sewer Line Replacement Water Piping, Valves, and Fittings 02665-5 1 .I H. Casing spacers shall be projection type totally non-metallic spacers constructed of preformed sections of high -density polyethylene. Spacers shall be ISO 9002 certified for strength and quality. I. Manufacturer: Projection type spacers shall be Raci type spacers, or equal approved by the Engineer, along with wrap around end seal made of 1/8" think rubber with stainless steel bands. 2.9 VALVES 1- A. Valves that are twelve (12) inches and smaller shall be gate valves unless otherwise noted on the plans or specified herein. All valves shall be designed for a working pressure of at least 150 psi unless otherwise noted. �- B. Gate Valves: (1) All gate valves shall be resilient seat or double disk parallel seat, iron body; bronze mounted throughout and shall meet all requirements of AWWA C 509. (2) The valves shall be of the type of joint used in the piping. (3) All valves shall open by turning to the left, and unless otherwise specified, shall have non -rising stem when buried and outside screw and yoke when exposed, and be furnished with a two (2) inch operating nut when valves are buried and shall be furnished with hand wheels when exposed. (4) Gate valves shall be furnished with O-ring stem packing. (5) All gate valves shall be designed to withstand a working pressure of 200 psi unless otherwise noted. (6) Gate valves shall be meet the City of Lubbock Design Standards and Specifications. (7) All ductile iron shall conform to A536 Grade 65-45-12. Castings shall be clean and sound without defects that will impair their service. No plugging or welding of such defects will be allowed. (8) Bolts shall be electro-zinc plated steel with hex heads and hex nuts in accordance with ASTM 307 and A563, respectively. (9) All parts for valves furnished must be standard and completely interchangeable with valves of the same brand. Successful bidder to furnish to the Owner, upon request, a letter stating the type of valves to be installed and a letter from the manufacturer stating that the parts are standard and interchangeable. C. Valve Boxes and Extension Stems: (1) Extension stems shall be furnished on buried valves where the top of the operating nut is more than ninety (60) inches below finished grade. Top of the extension stem shall not be more than thirty-six (36) inches below the top of the valve box. (2) Buried valves shall be provided with cast iron valve boxes. (3) The boxes shall be designed to fit over a section of six (6) inch C 900 PVC riser pipe, which will be used, as an extension from the top of the valve to within six (6) inches of the ground surface. (4) The box shall have a heavy cast iron cover marked "Water". (5) The box shall have a flange type base, with the base being approximately four (4) inches larger in diameter than the outside diameter of the barrel of the box. (6) The necessary length of the six (6) inch C 900 PVC riser pipe required for the extension i - shall be considered as a part of the box. (7) Valve boxes shall be East Jordan Iron Works No. 8453, or approved equal. Sewer Line Replacement Water Piping, Valves, and Fittings 02665-6 D. FIRE HYDRANTS (1) Hydrants shall meet the City of Lubbock -Design Standards and Specifications (2) Hydrants shall meet AWWA C-502 (3) Hydrants shall have an iron body, bronze mounted throughout and be designed for working pressure of 150 psi. (4) Hydrants shall be traffic model type with a 5-1/4-inch valve opening, two (2) 2-1/2-inch hose nozzles, and one (1) 4-inch steamer nozzle. (5) The hydrant shall be for a 6-inch main. 2.10 POLYETHYLENE WRAP A. All buried valves and fittings shall be thoroughly wrapped prior to installation with a polyethylene material meeting the requirements of ASTM D 1248. B. The polyethylene material shall have a minimum thickness of eight (8) mils. C. The wrap shall be secured by two (2) inch duct tape. 2.11 JOINT RESTRAINTS A. Uniflange series 1500 joint restraint for PVC pipelines or approved equal. B. Must meet all pressure testing requirements of ASTM F-1674. C. Materials must meet requirements of ASTM A-536. D. Install per manufacturer's recommendations. 2.12 CONCRETE A. Concrete may be used for blocking the pipe and fittings and shall conform to the concrete specifications, as set forth in the Section 03300 Cast -in -Place Concrete, except a minimum compressive strength of 2,800 psi will be acceptable. PART 3 EXECUTION 3.1 GENERAL A. All pipe and accessories shall be unloaded, handled, laid, jointed, tested for defects and for leakage, and disinfected in the manner herein specified. 3.2 INSPECTION A. The pipe, fittings, and accessories shall be inspected upon delivery and during the progress of the Work and any material found to be defective will be rejected by the Engineer, and the Contractor shall remove such defective material from the site of the Work. 3.3 RESPONSIBILITY FOR MATERIALS A. The Contractor shall be responsible for all material furnished and shall replace, at the Contractor's expense, all such material that is found to be defective in manufacture or has become damaged in handling after delivery. 3.4 HANDLING PIPE AND ACCESSORIES A. All pipe, fittings, and other accessories shall, unless otherwise directed, be unloaded at the point of delivery, hauled to and distributed at the site of the Work by the Contractor. Sewer Line Replacement Water Piping, Valves, and Fittings 02665-7 B. In loading and unloading, they shall be lifted by hoists or slid, or rolled on skidways in such a manner as to avoid shock or damage to the materials. Under no circumstances shall they be dropped. Pipe handled on skyways must not be skidded or rolled against pipe already on the ground. C. The pipe, fittings, and accessories shall be placed along the site in such a manner as to be kept as free as possible from dirt, sand, mud, and other foreign matter. 3.5 ALIGNMENT AND GRADE A. All pipe shall be laid and maintained to the lines and grades shown on the plans or as established on the ground by the Engineer. B. The Contractor shall verify horizontal and vertical locations of items critical to the alignment and grade of the proposed water line. C. Confirm compliance with the Drawings and Specifications. D. Wherever it is necessary to deflect pipe from a straight line either in a vertical or horizontal plane to avoid obstructions, to plumb valves, or where vertical or horizontal curves are shown or permitted, the degree of deflection at each joint shall not exceed the maximum deflection noted on the Drawings. 3.6 MANNER OF HANDLING PIPE AND ACCESSORIES IN TRENCH A. After the trench grade has been completed, all bell holes dug and the grade inspected, the pipes and accessories may be placed in the trench. B. All pipe and fittings shall be carefully lowered into the trench piece by piece by means of derricks, ropes, or other suitable tools or equipment, in such a manner so as to prevent damage to the material in any way. Under no circumstances shall pipe or accessories be dropped or dumped into the trench. 3.7 CLEANING AND INSPECTING A. Before lowering into the trench, the pipe shall be again inspected for defects and the pipe, --= while suspended, shall be lightly hammered to detect cracks. Any defective, damaged, or unsound pipe and materials shall be rejected. B. All foreign matter or dirt shall be removed from the inside of the pipe and from all bells, spigots, or parts of the pipe used in forming the joint, before the pipe is lowered into the trench, and it shall be kept clean by approved means during and after laying. C. At a time when pipe laying is not in progress, the open ends of the pipe shall be closed by approved means, and no trench water shall be allowed to enter the pipe. 3.8 LAYING AND JOINTING PVC PIPE A. General: Unless otherwise directed, pipe shall be laid with bells facing in direction of laying; and for lines on appreciable slopes, bells shall, at the discretion of the Engineer, face up grade. B. Cutting of pipe for inserting fittings or closure pieces shall be done in a neat and workmanlike manner without damage to the pipe or the cement lining. C. The jointing shall be completed for all pipe laid each day, in order not to leave open joints in the trench overnight. At times when pipe laying is not in progress, the open ends of the pipe shall be closed by approved means, and not trench water shall be permitted to enter the pipe. D. No pipe shall be laid in water, or when the trench conditions or weather are unsuitable for such work, except by permission of the Engineer. Sewer Line Replacement Water Piping, Valves, and Fittings 02665-8 yy f E. Before laying the pipes, all lumps, blisters, and excess coating shall be removed from the bell and spigot ends of each pipe; the outside of the spigot and the inside of the bell shall be wire brushed and wiped clean and dry. Pipe ends shall be kept clean until joints are made.- . F. Defective joints shall be repaired as directed by the Engineer. G. Mechanical Joint Piping: (1) The last eight (8) inches outside of the spigot and inside of the bell of mechanical joint pipe shall be thoroughly cleaned to remove oil, grit, excess coating, and other foreign matter from the joint, and then painted with lubricant recommended by the pipe manufacturer. (2) The cast iron gland shall then be slipped on the spigot end of the pipe with the lip extension of the gland toward the socket or bell end. (3) The rubber gasket shall be painted with lubricant recommended by the pipe manufacturer and placed on the spigot end with the thick edge toward the gland. (4) The entire section of the pipe shall be pushed forward to seat the spigot end in the bell. (5) The gasket shall then be pressed into place within the bell; care shall be taken to locate the gasket evenly around the entire joint. (6) The gland shall be moved along the pipe into position for bolting, all of the bolts inserted, and the nuts screwed up tightly with the fingers. (7) All nuts shall be tightened with a suitable torque limiting wrench. (8) Nuts spaced 180 degrees apart shall be tightened alternately in order to produce an equal pressure on all parts of the gland. H. If water gets in the trench before the joint is completed, or if the pipe is disturbed from line and grade after being laid, the pipe shall be taken up, the joints cleaned and the pipe re-laid. I. Immediately after completion of the jointing, sufficient bedding and backfill material shall be placed around and over the pipe to hold the pipe to line and grade. J. Pre -molded joints shall be made in accordance with the recommendations of the manufacturer of the pipe. K. The surfaces of the jointing material on both the bell and spigot at each joint shall be wiped with the solvent recommended by the pipe manufacturer. L. The spigot shall then be firmly forced into the bell using a bar or other similar lever and a block of wood to prevent damage to the pipe. 3.9 PLUGGING DEAD ENDS A. Standard plugs shall be inserted into the bells of all dead ends and pipes, tees, or crosses and spigot ends shall be capped. B. Plugs or caps shall be jointed to the pipe or fittings in the same manner used in jointing the pipe. C. All plugs and caps shall have horizontal thrust blocks. 3.10 FITTINGS A. Fittings shall be set at the locations shown on the plans or at locations as established by the Engineer, and shall be set and jointed to the pipe in the manner heretofore specified for pipe installations. Concrete blocking shall be provided for all buried fittings. 3.11 SETTING VALVES, VALVE BOXES, FIRE HYDRANTS AND FITTINGS A. Valves and fittings shall be set at the locations shown on the Drawings and shall be set and jointed to the pipe in the manner heretofore specified for pipe installations. Sewer Line Replacement Water Piping, Valves, and Fittings 02665-9 { I yt B. All valves shall be hub end as required and all valves buried in the ground shall have a cast iron or precast concrete valve box set over the valve. C. All valves shall be set vertical, unless otherwise specified, and shall be thoroughly checked for operation prior to installation. D. After pressure has been applied to the line, stuffing boxes shall be checked for operation prior to installation. E. After pressure has been applied to the line, stuffing boxes shall be checked and tightened if necessary. F. Valve Boxes: (1) Valve boxes shall be firmly supported and maintained centered and plumb over the wrench nut of the valve, with the box cover flush with the surface of the ground or at such a level as directed by the Engineer. (2) All valve boxes under pavement shall be adjusted to finished pavement grades. G. Fire Hydrants: (1) Fire hydrants shall be located at the points shown on the Drawings. (2) All fire hydrants shall be set plumb, to the grade established on the Drawing, and with the steamer nozzle at right angles to the street. (3) Hydrants shall be supported in such a manner as not to cause a strain on the fire hydrant lead or branch. (4) The bowl of the hydrant shall be well braced against unexcavated earth at the end of the trench with concrete blocking. (5) The concrete blocking shall be placed so as not to interfere with the hydrant drains and so that the joints of the flanges are accessible. (6) Blocking of gate valves on fire hydrants leads shall be with concrete as shown on the Drawings. (7) The hydrants shall be thoroughly cleaned of dirt or foreign matter and checked for operation prior to installation. Drain holes shall not be blocked or sealed. (8) Fire hydrants shall be installed and maintained so that the center of the lowest water outlet shall be eighteen (18) inches from the ground. (9) Fire hydrants shall be installed with the four (4) inch nozzle facing the required access way. 3.12 THRUST RESTRAINT A. All fittings, valves and fire hydrants, unless otherwise specified, shall be provided with suitably restrained joints per the manufacturer's recommendation. B. Restrained push -on or mechanical joints, mechanical joint anchoring fittings, and mechanical joints utilizing setscrew ductile iron retainer glands shall be used in lieu of concrete thrust blocking. Thrust blocking will be allowed only under special circumstances as approved by the Engineer. 3.13 EXCAVATION, TRENCHING AND BACKFILLING. A. Backfill and compaction shall be performed in accordance of COL Ordinance 2007-00122. B. Backfill around pipe with specified granular bedding material that is free of large rocks, topsoil, debris or other unacceptable material. C. The backfill around the pipe shall be shovel sliced around the haunch of the pipe and mechanically compacted or hand tamped to a point 12 inches above the top of the pipe. Sewer Line Replacement Water Piping, Valves, and Fittings 02665-10 D. Backfill from 12 inches above the pipe to the finished grade will be as follows: (1) For unpaved areas: (a) Use excavated material that is free of large rocks, debris or other material determined unsuitable by the Owner's Representative. Backfill shall be placed in maximum six (6) inch lifts and compacted to 95% Standard Proctor Density at +/- 2% optimum moisture content. (b) Each lift shall be tested at a maximum of 500 feet intervals according to ASTM designation D-698. (c) These tests shall be performed by a reputable contractor specializing in geotechnical work and will be at the successful bidder's expense. (d) Copies of these tests shall be provided to the Owners Representative. (2) For paved areas: (a) Place Cement Stabilized Backfill (CSB) meeting City of Lubbock Standards under the bottom of the pavement in a minimum thickness of 12". (b) The backfill from 12-inches above the top of pipe to the CSB shall be in placed in maximum 6 inch lifts and compacted to 95% Standard Proctor Density. (c) Each lift shall be tested at a maximum of 500 feet intervals according to ASTM designation D-698. (d) These tests shall be performed by a reputable contractor specializing in geotechnical work and will be at the successful bidder's expense. (e) Copies of these tests shall be provided to the Owners Representative. (3) The City of Lubbock will perform random spot testing at no expense to the contractor. 3.14 LINE TESTING A. After the pipe is laid and the joints completed, each section or run of piping, shall be tested as specified herein. The Contractor shall bear all costs of providing all equipment, materials, labor, and other incidentals required to test pipe lines as specified herein. B. The Contractor shall provide suitable means for filling the lines and developing the required pressure in the lines. C. Testing procedure shall be as follows: (1) Duration — The duration of the hydrostatic test shall be a minimum of four (4) hours. (2) Pressure — The pipeline shall be tested so that the pressure at the lowest point in the test section is at least 100 percent, but not greater than 120 percent of the pressure class of the pipe, and the minimum pressure at the highest point in the test section is not less than 85 percent of the pressure class of the pipe. D. Allowable Leakage — The maximum allowable leakage for push -on joints is the number of gallons per hour as determined by the following formula(s): E. (1) (2) (3) PVC: L = ND(P) 1/2 Ductile Iron: L = SD(P) 1/2 7,400 133,200 where: (a) L = allowable leakage in gallons per hour { - (b) N = number of joints in length of pipe tested (c) S = length of pipe } (d) D = nominal diameter of the pipe in inches (e) P = average of the maximum and minimum pressures within the test section in psi Sewer Line Replacement Water Piping, Valves, and Fittings 02665-11 I { F. Any leakage which becomes evident prior to final acceptance of the project shall be found and repaired to the satisfaction of the Engineer even though the particular line has been previously accepted and tested. 3.15 DISINFECTION OF PIPE LINES A. The Contractor shall furnish all labor, equipment, and materials necessary for the disinfection of all pipe lines, which shall be disinfected before being placed in service. B. The lines shall be disinfected by the application of a chlorinating agent in accordance with the requirements of AWWA C 651, include the placement of hypochlorite granules in the pipe during construction. C. The Contractor shall notify the Engineer 48 hours in advance of disinfection so that the Engineer or Owner's Representative may witness the disinfection activities. D. Quality Assurance: (1) Bacteriological sampling and test will be performed in accordance with the latest requirements of Standard Methods for the Examination of Water and Wastewater. (2) The City of Lubbock laboratory will be used for bacteriological testing. E. Chemicals: (1) Acceptable disinfectants are liquid and solid forms of hypochlorites. Chlorine gas is not acceptable. (2) Acceptable chemicals for neutralizing chlorinated water are liquid and solid forms of sodium bisulfate, sodium sulfite, and sodium thiosulfate. (3) The water being used to fill the line shall be controlled to flow into the section to be sterilized very slowly, and the rate of application of the chlorinating agent shall be proportioned at least fifty (50) parts per million in the water entering the pipe. F. Temporary Facilities: (1) Provide temporary taps or blowoffs as required. As a minimum, use a two (2) inch diameter steel pipe and fittings with isolation valves and sampling taps. (2) Water used for the initial flushing as well as the final chlorination shall be introduced into the pipeline through a corporation stop or other approved connection inserted in the horizontal axis of the newly laid pipe. (3) No connection to the existing distribution system is allowed until the pipeline has passed all bacteriological testing. G. Final Flushing: (1) Flush the water system of the highly chlorinated water within twenty-four (24) hours of initial chlorination. (2) Flush water in a location and manner approved by the Engineer. (3) Neutralize the highly chlorinated water to a maximum free chlorine residual of 1.0 mg/L. H. Sampling and Analysis: (1) Collect bacteriological samples at intervals no more than 1000 feet and one (1) sample from each end of the pipeline in the presence of the Engineer or Owner's representative. (2) The Owner's representative or the Engineer shall deliver the samples to the City of Lubbock Health Department or the City of Lubbock Water Treatment Laboratory for analysis. (3) Collect samples after the initial disinfection and after the facilities have been filled with chlorinated water and a free chlorine residual of at least 0.5 mg/L has been detected. I. Acceptance: Sewer Line Replacement Water Piping, Valves, and Fittings 02665-12 1 Facilities will be considered properly disinfected when two 2 consecutive sets of i acceptable bacteriological samples, taken at least twenty-four (24) hours apart, have indicated the absence of coliform organisms. J. After acceptance by the Engineer, remove all temporary facilities and properly plug test taps. The pipeline may then be connected to the City of Lubbock water distribution system. 3.16 INSTALLATION OF STEEL PIPE CASING AND PIPE IN CASING A. Installation of the casing pipe sleeves shall be accomplished by boring as specified herein. B. Equipment used shall be such size and capacity as to allow the placement of the casing to proceed in a safe and expeditious manner. Installation of the casing and the excavation and . removal of the materials within the casing shall proceed simultaneously. C. The boring shall proceed from a pit provided for the boring equipment and workers. D. Excavation and location of the pit shall be approved by the Engineer and County as appropriate. E. Boring without the concurrent installation of the casing pipe will not be permitted. F. The use of water or other fluids in connection with the boring operation will be permitted only to the extent of lubricating cuttings. G. Jetting will not be permitted. H. Overcutting in excess of one (1) inch shall be remedied by concrete pressure grouting the entire length of the installation. I. All casing pipe joints shall be welded. J. Care shall be taken to keep the pipe sleeve on the proper line and grade. K. After the casing pipe has been jacked and bored and is accepted by the Engineer, the pipe shall be shoved through the casing. L. The pipe shall be pushed or pulled through the casing by exerting pressure on the barrel of the pipe and not on the bell, and shall be done in such a manner that the joint is always in compression during the shoving operation. 3.17 PIPE IDENTIFIERS A. Marking Tape: (1) All pipes installed in an open trench will be identified with the appropriate color and description of three (3) inch wide pipe identification tape. (2) Install the tape parallel to the pipe it identifies at a distance above the pipe of twelve (12) to eighteen (18) inches. (3) Above non-metallic (PVC) pipe material, install a tape detectable with a metal detector from the top of finished grade. (4) Install detectable tape as deep as it can be detected but no closer to the non-metallic pipe than twelve (12) inches. B. Locator Wire: (1) On non-metallic (PVC) pipe material, install twelve (12) gauge minimum solid copper with 30 mil HDPE thermoplastic insulation directly above piping. 3.18 CLEANUP A. The backfill shall be rounded up over the trench sufficiently to allow for future settlement and any excess dirt shall be removed from the site. Sewer Line Replacement Water Piping, Valves, and Fittings 02665-13 ( B. The Contractor shall maintain the trench surfaces in a satisfactory manner until final completion and acceptance of the Work. C. The maintenance shall include blading from time to time as necessary, filling depressions caused by settlement, and other work required to keep areas in a presentable condition. END OF SECTION Sewer Line Replacement Water Piping, Valves, and Fittings 02665-14 SECTION 02750 ? BYPASS PUMPING OF EXISTING SANITARY SEWERS PART1 GENERAL INIMiJ8l8j%\:ail A. The work covered by this section of the specifications includes that necessary for furnishing, installing, and maintaining bypass pumping capabilities for existing sanitary sewer systems. B. Section Includes: (1) References (2) Administrative Requirements (3) Submittals (4) Action SubmittaUInformation Submittal (5) Equipment (6) Preparation (7) Installation (8) Field or Site Quality Control (9) Closeout Activities 1.2 REFERENCES A. Reference standards cited in this Specification refer to the current reference standard published at the time that these Specifications were released. 1.3 ASMINISTRATIVE REQUIREMENTS A. Coordination (1) Schedule meeting with Engineer to review sewer shutdown prior to replacing or rehabilitating any facilities. (2) Engineer reserves the right to delay schedule due to weather conditions or other unexpected conditions within the existing sanitary sewer system. (3) Review bypass pumping arrangement or layout in the field with Engineer prior to beginning operations. Facilitate preliminary bypass pumping run with Engineer present to affirm the operation is satisfactory. (4) After replacement or rehabilitation of facilities, coordinate the reestablishment of sewer flow with Engineer staff. (5) Provide onsite continuous monitoring during all bypass pumping operations using one of the following methods: (a) Personnel on site (b) Portable SCADA equipment 1.4 SUBMITTALS r, A. Conform to requirements of Section 01300 —Submittal Procedures. j 1.5 ACTION SUBMITTALS/1NFORMATIONAL SUBMITTALS A. Submit a detailed plan and description outlining all provisions and precautions that will be taken with regard to handling of sewer flows. Submit the plan to the Engineer for approval a minimum of 7 days prior to commencing work. Include the following details: �E Sewer Line Replacement Bypass Pumping of Exisitng Sanitary Sewer 02750-1 1_ (1) Schedule for installation and maintenance of bypass pumping system. (2) Staging areas for pumps (3) Pump sizes, capacity, number of each size, and power requirements (4) Calculations for static lift, friction losses, and velocity (5) Pump curves showing operating range and system head curves (6) Sewer plugging methods (7) Size, length, material, joint type, and method for installation of suction and discharge ptpmg (8) Method of noise control for each pump and/or generator, if required (9) Standby power generator size and location (10) Suction and discharge piping plan (11) Emergency action plan identifying the measures taken in the event of a pump failure or sewer spill (12) Staffing plan for responding to alarm conditions identifying multiple contacts by name and phone numbers (office and mobile) (13) A contingency plan to implement in the event the replacement or rehabilitation has unexpected delays or problems. PART 2 PRODUCTS 2.1 EQUIPMENT A. Pumping (1) Provide equipment that will convey 100 percent of wet weather peak flow conditions. (2) Provide fully automatic self -priming pumps. Foot -valves or vacuum pumps are not permitted for priming reasons. (3) Pumps must be constructed to allow dry running for periods of time to account for the g cyclical nature of sewer flow. (4) Provide 1 stand-by pump for each size to be maintained on site. Place backup pumps on line, isolated from the primary system by valve. (5) If multiple pumps are required to meet the flow requirements, provide the necessary fittings and connections to incorporate multiple discharges. (6) Noise levels of the pumping system must follow the requirements of the City noise ordinance for gas wells. B. Piping (1) Install pipes with joints which prevent the incident of flow spillage C. Plugs or Stop Logs (1) Plugs (a) Select a plug that is made for the size and potential pressure head that will be experienced. (b) Provide an additional anchor, support or bracing to secure plug when back pressure is present. (c) Use accurately calibrated air pressure gauges for monitoring the inflation pressure. (d) Place inflation gauge at location outside of confined space area. Keep the inflation gauge and valve a safe distance from the plugs. (e) Never over inflate the plug beyond its pressure rating. t Sewer Line Replacement Bypass Pumping of Exisitng Sanitary Sewer € 02750-2 t (2) Stop Logs (a) Use stop log devices designed for the manhole or sewer vault structure in use. (b) If applicable, obtain stop logs from City that may be used on specific structures. PART 3 EXECUTION 3.1 PREPARATION A. Locate the bypass pipelines in area to minimize disturbance to existing utilities and obtain approval of those locations from the Engineer. 3.2 INSTALLATION A. Install and operate pumping and piping equipment in accordance to the submittals provided per this Specification. B. Sewer Flow Stoppage (1) Plugging (a) Use confined space procedures and equipment during installation when necessary. (b) Thoroughly clean the pipe before insertion of plug. (c) Insert the plug seal surface completely so it is fully supported by the pipe. (d) Position the plug where there are not sharp edges or protrusion that may damage the plug. (e) Use pressure gauges for measuring inflation pressure. (f) Minimize upstream pressure head before deflating and removing. C. Sewer flow control and monitoring (1) Take sufficient precautions to ensure sewer flow operations do not cause flooding or damage to public or private property. The Contractor is responsible for any damage resulting from bypass pumping operations. (2) Begin continual monitoring of the sewer system as soon as the sewer is plugged or blocked. Be prepared to immediately start bypass pumping if needed due to surcharge conditions. (3) Sewer discharge may be into another sewer manhole or appropriate vehicle or container only. Do not discharge sewer into an open environment such as an open channel or earthen holding facility. (4) Do not construct bypass facilities where vehicular traffic may travel over the piping. (a) Provide details in the suction and discharge piping plan that accommodate both the bypass facilities and traffic without disrupting either service. 3.3 FIELD OR SITE QUALITY CONTROL A. Field or Site Tests and Inspections (1) Perform leakage and pressure tests of the bypass pumping pipe and equipment before actual operation begins. (2) Have Engineer on site during tests. 3.4 CLOSEOUT ACTIVITIES Sewer Line Replacement r s= Bypass Pumping of Exisitng Sanitary Sewer 02750-3 li 1i A. Once plugging or blocking is no longer necessary, remove in such a way that permits the sewer flow to slowly return to normal — preventing surge, surcharging and major downstream r disturbance. END OF SECTION Sewer Line Replacement Bypass Pumping of Exisitng Sanitary Sewer 02750-4 L, SECTION 03300 CAST -IN -PLACE CONCRETE PART1 GENERAL 1.1 SUMMARY A. This Section includes, but is not limited to cast -in -place concrete, including formwork, reinforcing, mix design, placement procedures, curing, and finishes. B. Section Includes: (1) Definitions (2) Submittals (3) Quality Assurance (4) Deliver, Storage and Handling (5) Form -Facing Materials (6) Steel Reinforcement (7) Reinforcement Accessories (8) Concrete Materials (9) Admixtures (10) Curing Materials (11) Repair Materials (12) Concrete Mixes (13) Fabricating Reinforcement (14) Concrete Mixing (15) Formwork (16) Embedded Items (17) Removing and Reusing Forms (18) Shores and Reshores (19) Steel Reinforcement (20) Joints (21) Concrete Placement (22) Miscellaneous Concrete Items (23) Concrete Protecting and Curing (24) Field Quality Control 1.2 DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with one or more of blended hydraulic cement, fly ash or other pozzolans, ground granulated blast -furnace slag, and silica fume. 1.3 SUBMITTALS A. Product Data: For each type of manufactured material and product indicated. Sewer Line Replacement Cast -in -Place Concrete 03300-1 B. Design Mixes: For each concrete mix, include alternate mix designs when characteristics of materials, project conditions, weather, test results, or other circumstances warrant adjustments. C. Indicate amounts of mix water withheld for later addition at Project site. Water added at project site will not be permissible without paperwork showing how much water has been withheld. 1.4 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed concrete work similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. B. Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed concrete products complying with ASTM C 94 requirements for production facilities and equipment. C. Manufacturer must be certified according to the National Ready Mixed Concrete Association's Certification of Ready Mixed Concrete Production Facilities. D. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant, each aggregate from one source, and each admixture from the same manufacturer. E. ACI Publications: Comply with the following, unless more stringent provisions are indicated: (1) ACI 301 — Specification for Structural Concrete (2) ACI 117 — Specifications for Tolerances for Concrete Construction and Materials. 1.5 DELIVERY, STORAGE AND HANDLING A. Deliver, store, and handle steel reinforcement to prevent bending and damage. B. Avoid damaging coatings on steel reinforcement. PART 2 PRODUCTS 2.1 FORM -FACING MATERIALS A. Smooth -Formed Finished Concrete: Form -facing panels that will provide continuous, true, and smooth concrete surfaces. Furnish in largest practicable size to minimize number of joints. B. Plywood, metal, or other approved panel material. C. Rough -Formed Finished Concrete: Plywood, lumber, metal, earth, or another approved material. Provide lumber dressed on at least two edges and one side for tight fit. D. Chamfer Strips: Wood, metal, PVC, or rubber strips,'/4 by 3/4 inch, minimum.\ E. Form -Release Agent: Commercially formulated form -release agent that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. F. Formulate form -release agent with rust inhibitor for steel form -facing materials. G. Form -Ties: Factory -fabricated, removable or snap -off metal or glass -fiber -reinforced plastic form ties designed to resist lateral pressure of fresh concrete on forms and to prevent spalling of concrete on removal. H. Furnish units that will leave no corrodible metal closer than one (1) inch to the place of the exposed concrete surface. 1.4. Sewer Line Replacement Cast -in -Place Concrete 033 00-2 I. Furnish ties that, when removed, will leave holes less than one (1) inch in diameter in 1 concrete surface. J. Furnish ties with integral water -barrier plates to walls indicated to receive damp proofing or l waterproofing. 2.2 STEEL REINFORCEMENT A. Reinforcing Bars: ASTM A 615, Grade 60, deformed 2.3 REINFORCEMENT ACCESSORIES A. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars and welded wire fabric in place. B. Manufacture bar supports according to CRSI's Manual of Standard Practice from steel wire, plastic, and as follows: (1) For concrete surfaces exposed to view, where legs of wire bar supports contact forms, use CRSI Class 1 plastic -protected or CRSI Class 2 stainless -steel bar supports. (2) For slabs -on -grade, use supports with sand plates or horizontal runners where base material will not support chair legs. (3) Wood, concrete, or clay blocks are not permissible. C. Joint Dowel Bars: Plain -steel bars, ASTM A 615, Grade 60. Cut bars true to length with ends square and free of burrs. 2.4 CONCRETE MATERIALS A. Portland Cement: ASTM C 150, Type I. B. Fly Ash: ASTM C 618, Class C. C. Normal -Weight Aggregate: ASTM C 33, uniformly graded, and as follows: D. Class: Moderate weathering region, but not less than 3M. E. Water: Potable and complying with ASTM C 94. f► U -17 u i ►:f l r it 3f.`� A. General: Admixtures certified by manufacturer to contain not more than 0.1 percent water- soluble chloride ions by mass of cementitious material and to be compatible with other admixtures and cementitious materials. Do not use admixtures containing calcium chloride. B. Air -Entraining Admixture: ASTM C 260. C. Water -Reducing Admixture: ASTM C 494, Type A. D. High -Range, Water -Reducing Admixture: ASTM C 494, Type F. E. Water -Reducing and Accelerating Admixture: ASTM C 494, Type E. F. Water -Reducing and Retarding Admixture: ASTM C 494, Type D. G. Moisture Retaining Film: Dayton Superior — Sure Film J-74. 2.6 CURING MATERIALS A. Clear, Waterborne, Membrane -Forming Curing Compound: ASTM C 309, Type 1, Class B B. Curing blankets approved by the Engineer. 2.7 REPAIR MATERIALS A. Repair Underlayment: Cement -based, polymer -modified, self -leveling product that can be applied in thicknesses from 1/8 inch and that can be feathered at the edges to match adjacent elevations. Sewer Line Replacement Cast -in -Place Concrete 03300-3 B. Cement Binder: ASTM C 150, Portland Cement or hydraulic or blended hydraulic cement as defined in ASTM C 219. C. Primer: Product of underlayment manufacturer recommended for substrate, conditions, and application. D. Aggregate: Well -graded, washed gravel, 1/8 to 1/4 inch, or coarse sand as recommended by underlayment manufacturer. E. Compressive Strength: Not less than 4100 psi at 28 days when tested according to ASTM C 109. 2.8 CONCRETE MIXES A. Prepare design mixes for each type and strength of concrete determined by either laboratory trial mix or field data bases, as follows: (1) Proportion normal -weight concrete according to ACI 211.1 and ACI 301. (2) Standard design mix to be used unless noted otherwise, provide normal weight concrete with the following properties: (3) Compressive Strength (28 days): 3000 psi (4) Type I cement (5) Fly Ash: Allow up to 25% of cementitious material (6) Minimum Slump: 4 inches (7) Maximum Slump: 6 inches (8) Maximum Slump for Concrete Containing High -Range Water -Reducing Admixture: 8 inches after admixture is added to concrete with 2 to 4 inch slump. (9) Maximum Water/Cementitious Materials Ratio: 0.55 (10) Add air -entraining admixture at manufacturer's prescribed rate to result in concrete at point of placement having an air content of five (5) to seven (7) percent, unless otherwise indicated. B. Cementitious Materials: (1) For concrete exposed to deicers, limit percentage, by weight, of cementitious materials other than Portland cement according to ACI 301 requirements. (2) Limit percentage, by weight, of cementitious materials other than Portland cement in concrete as follows: (a) Fly Ash: 20 percent (b) Do not air entrain concrete to trowel -finished interior floors and suspended slabs. Do not allow entrapped air content to exceed 3 percent. (c) Admixtures with chloride ions are prohibited. C. Admixtures: (1) Use admixtures according to manufacturer's written instructions. (2) Use water -reducing admixture or high -range water -reducing admixture (superplasticizer) in concrete, as required, for placement and workability. (3) Use water -reducing and retarding admixture when required by high temperatures, low humidity, or other adverse placement conditions. (4) Use water -reducing admixture in pumped concrete, concrete for heavy -use industrial slabs and parking structure slabs, concrete required to be watertight, and concrete with a water/cementitious materials ratio below 0.50. _n Sewer Line Replacement Cast —in —Place Concrete e 03300-4 2.9 FABRICATING REINFORCEMENT A. Fabricate steel reinforcement according to CRSI's Manual of Standard Practice. 2.10 CONCRETE MIXING A. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94, and as specified. B. When air temperature is between 85 degrees Fahrenheit and 90 degrees Fahrenheit, reduce mixing and delivery time from ninety (90) minutes to seventy-five (75) minutes, and when air temperature is above 90 degree Fahrenheit, reduce mixing and delivery time to sixty (60) minutes. PART 3 EXECUTION 3.1 FORMWORK A. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until concrete structure can support such loads. B. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. C. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, as follows: (1) Class B, 1 /4 inch (2) Construct forms tight enough to prevent loss of concrete mortar. (3) Fabricate forms for easy removal without hammering or prying against concrete surfaces. (4) Provide crush or wrecking plates where stripping may damage cast concrete surfaces. (5) Provide top forms for included surfaces steeper than 1.5 horizontal to 1 vertical. Kerf wood inserts form forming keyways, reglets, recesses, and the like, for easy removal. (6) Do not use rust -stained steel form -facing material. (7) Set edge of forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and slopes in finished concrete surfaces. (8) Provide and secure units to support screed strips, use strike -off templates, or compacting type screeds. (9) Provide temporary openings for cleanouts and inspection ports where interior area of formwork is inaccessible. Close openings with panels tightly fitted to forms and securely braced to prevent loss of concrete mortar. Locate temporary openings in forms at inconspicuous locations. (10) Chamfer exterior corners and edges of permanently exposed concrete. (11) Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and bulkheads required in the Work. Determine sizes and locations from trades providing such items. (12) Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, and other debris just before placing concrete. (13) Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks and maintain proper alignment. (14) Coat contact surfaces of forms with form -release agent, according to manufacturer's written instructions, before placing reinforcement. Sewer Line Replacement Cast -in -Place Concrete 03300-5 i 3.2 EMBEDDED ITEMS A. Place and secure anchorage devices and other embedded items required for adjoining work that is attached to or supported by cast -in -place concrete. B. Use Setting Drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. C. Install anchor bolts, accurately located, to elevations required. 3.3 REMOVING AND REUSING FORMS A. Formwork, for sides of beams, walls, columns and similar parts of the Work, that does not support weight of concrete may be removed after cumulatively curing at not less than 50 degree Fahrenheit for 52 hours after placing concrete provided concrete is hard enough to not be damaged by form -removal operations and provided curing and protection operations are maintained. B. Leave formwork, for beam soffits, joist, slabs, and other structural elements, that supports weight of concrete in place until concrete has achieved the following: (1) At least 70 percent of 28-day design compressive strength. C. Determine compressive strength of in -place concrete by testing representative field or laboratory cured test specimens according to ACI 301. D. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or otherwise damaged form -facing material will not be acceptable for exposed surfaces. Apply new form -release agent. E. When forms are reused, clean surfaces, remove fins and laitance, and tighten to close joints. Align and secure joints to avoid offsets. Do not use patched forms for exposed concrete surfaces unless approved by Architect. 3.4 SHORES AND RESHORES A. Comply with ACI 318, ACI 301, and recommendations in ACI 347R for design, installation, and removal of shoring and reshoring. B. Plan sequence of removal of shores and reshore to avoid damage to concrete. Locate and provide adequate reshoring to support construction without excessive stress or deflection. 3.5 STEEL REINFORCEMENT A. Comply with CRSI's Manual of Standard Practice for placing reinforcement. B. Do not cut or puncture vapor retarder. Repaid damage and reseal vapor retarder before placing concrete. C. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials. D. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars. E. All reinforcement to be in place prior to placing of concrete. Equipment will not be allowed to drive over reinforcement. 3.6 JOINTS A. Construction joints true to line with faces perpendicular to surface plane of concrete. B. Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Architect. Sewer Line Replacement Cast -in -Place Concrete 03300-6 s C. Place joints perpendicular to main reinforcement. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of strip placements of floors and slabs. - D. Form from preformed galvanized steel, plastic keyway -section forms, or bulkhead forms with keys, unless otherwise indicated. Embed keys at least 1-1/2 inches into concrete. E. Locate joints for beams, slabs, joists, and girders in the middle third of spans. Offset joints in girders a minimum distance of twice the beam width from a beam -girder intersection. F. Locate horizontal joints in walls and columns at underside of floors, slabs, beams, and girders and at the top of footings or floor slabs. G. Space vertical joints in walls as indicated. Locate joints beside piers integral with walls, near corners, and in concealed locations where possible. H. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. I. Contraction Joints in Slabs -on -Grade: Form weakened -plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to at least one- fourth of concrete thickness, as follows: (1) Sawed Joints: Form contraction joints with power saws equipped with shatterproof abrasive or diamond -rimmed blades. Cut 1/8 inch wide joints into concrete when cutting action will not tear, abrade, or otherwise damage surface and before concrete develops random contraction cracks. (2) Curb and Gutter Joints: Curbs and gutter shall be constructed with an expansion joint at the tangent point on each return at intersections and at the end of each day's concrete pour. (a) A construction or contraction joint shall be located at intervals corresponding to the joint interval of the adjacent concrete pavement or as directed by the Owner's Representative. (b) Joints in the new concrete pavement shall extend through the new curb and gutter unless otherwise directed by the Owner's Representative. (c) All joints shall be perpendicular to the surface of the concrete and to the axis of the section. (d) The contraction joints shall be made by cutting into the curb and gutter sections with a trowel a depth of 22 inches; these joints shall be finished as specified under finishing. (e) Expansion joint material shall be an approved preformed bituminous impregnated non -extruding type jointing material, meeting the requirements of AASHTO M 213. The joint material shall be 1/2 inch thick, and shaped to the section of the curb and gutter or other work. (3) Sidewalk Joints: Space contraction joints at 4 feet and expansion joints every 20 feet. Expansion joints shall be placed between existing and new setting of concrete. (4) Dowel Joints: Install dowel sleeves and dowels or dowel bar and support assemblies at joints where indicated. (a) Use dowel sleeves or lubricate or asphalt -coat one-half of dowel length to prevent concrete bonding to one side of joint. 3.7 CONCRETE PLACEMENT A. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items is complete and that required inspections have been performed. i[ Sewer Line Replacement Cast -in -Place Concrete 03300-7 B. Do not add water to concrete during delivery, at Project site, or during placement, unless approved by the Engineer. C. Before placing concrete, water may be added at Project site, subject to limitations of ACI 301. D. Do not add water to concrete after adding high -range water -reducing admixtures to the mix. E. Water may not be added beyond the limit of water withheld from the plant. F. Deposit concrete continuously or in layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. G. If a section cannot be placed continuously, provide construction joints as specified. H. Deposit concrete to avoid segregation. I. Deposit concrete in forms in horizontal layers no deeper than 24 inches and in a manner to avoid inclined construction joints. Place each layer while preceding layer is still plastic, to avoid cold joints. J. Consolidate placed concrete with mechanical vibrating equipment. Use equipment and procedures for consolidating concrete recommended by ACI 309R. (1) Do not use vibrators to transport concrete inside forms. Inset and withdraw vibrators vertically at uniformly spaced locations no farther than the visible effectiveness of the vibrator. (2) Place vibrators to rapidly penetrate placed layer and at least 6 inches into preceding layer. (3) Do not insert vibrators into lower layers of concrete that have begun to lose plasticity. (4) At each insertion, limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mix constituents to segregate. K. Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits of construction joints, until placement of a panel or section is complete. L. Consolidate concrete during placement operations so concrete is thoroughly worked around reinforcement and other embedded items and into corners. M. Maintain reinforcement in position on chairs during concrete placement. N. Screed slab surfaces with a straightedge and strike off to correct elevations. O. Slope surfaces uniformly to drains where required. P. Begin initial floating using bull floats or darbies to form a uniform and open -textured surface plane, free of humps or hollows, before excess moisture or bleedwater appears on the surface. Do not further disturb slab surfaces before starting finishing operations. Q. Cold Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. (1) When air temperature has fallen to or is expected to fall below 40 degree Fahrenheit, uniformly heat water and aggregates before mixing to obtain a concrete mix temperature of not less than 50 degrees Fahrenheit and not more than 80 degrees Fahrenheit at point of placement. (2) Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. (3) Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators, unless otherwise specified and approved in mix designs. Sewer Line Replacement Cast -in -Place Concrete 03300-8 R. Hot Weather Placement: Place concrete according to recommendations in ACI 350R and as follows, when hot weather conditions exist: S. Cool ingredients before mixing to maintain concrete temperature below 90 degrees (� Fahrenheit at time of placement. , T. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. 11 U. Using liquid nitrogen to cool concrete is Contractor's option. V. Cover steel reinforcement with water -soaked burlap so steel temperature will not exceed ambient air temperature immediately before embedding in concrete. W. Fog -spray forms, steel reinforcement, and subgrade just before placing concrete. Keep IJ i subgrade moisture uniform without standing water, soft spots, or dry areas. 3.8 MISCELLANEOUS CONCRETE ITEMS A. Filling In: Fill in holes and openings left in concrete structures, unless otherwise indicated, after work of other trades is in place. B. Mix, place, and cure concrete, as specified, to blend with in -place construction. Provide other miscellaneous concrete filling indicated or required to complete Work. 3.9 CONCRETE PROTECTION AND CURING A. Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold -weather protection and with recommendations in ACI 305R for hot -weather protection during curing. B. Formed Surfaces: Cured formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces. (1) Leave forms in place for a minim of 3 days. (2) Upon removal of forms, apply approved curing compound. C. Unformed Surfaces: Begin curing immediately after finishing concrete. (1) Cure unformed surfaces, including floors and slabs, concrete floor toppings, and other surfaces, by the following method: D. Concrete shall be wet cured for 3 days after concrete placement. Wet curing shall begin immediately after final finishing of slab surface and shall consist of continuous misting by sprinkler or wet burlap. (1) No work will be permitted on the slab during wet curing. E. Immediately after removal of sprinkler or burlap, Contractor shall apply approved curing compound. F. During cold weather concrete placement, in lieu of wet curing, the Contractor shall place plastic sheets over the concrete surface with blankets over the plastic. Plastic shall remain in place for 3 days. G. Sealing Coat: Uniformly apply a continuous sealing coat of curing and sealing compound to hardened concrete by power spry or roller according to manufacturer's written instructions. 3.10 FIELD QUALITY CONTROL A. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device will be permitted by the Engineer. END OF SECTION L _J Sewer Line Replacement Cast -in -Place Concrete 03300-9 CITY OF LUBBOCK ENGINEERING 3RD STREET SEWER REPLACEMENT FROM AVE S TO WACO AVE MAYOR DANIEL M. POPE CITY COUNCIL JUAN A. CHADIS, SHELIA PATTERSON-HARRIS, JEFF GRIFFITH, STEVE MASSENGALE, RANDY CHRISTIAN, LATRELLE JOY CITY MANAGER W. JARRETT ATKINSON S his!%9�Ei:�ll;itt%F�Y�iitiE3�e� � ? I LLOCATION 1- r VICINITY MAP AUGUST 2018 CITY ENGINEER MICHAEL G. KEENUM, P.E., CFM ASSISTANT CITY ENGINEER OF CAPITAL PROJECTS AND DESIGN JOHN TURPIN, P.E. 2z�gp� �`?w; 40 Nwi�Zo as OD.�7 }r. wo u7 3 7nOppp OtF f fpf o[ n�IJU <�fii S i{:u'im n �. a>om t73 �+P LD tt oO tttt o� ozpzz o; Y°`=;'� C c 00 i� n S� i9 gSSw888 GGs=d8 f% a z zw "m � V o gf WE 8^Eg3l�n �130 i O$ 8 P ri1 FFrn ri1 rn ri1 ti 2 w � 3 0 F rn H ws-a ; - o mLL f 8 Li v F z m e Sal 3 -49 g x AM O rg P Milli m a ggmg'W g� aW Oz gg� ��a�� a��E F F �© 9�g E���� § 4 F 3 EIa �a s 9 g l< gwpMol same � s <k _ ; _ � Eg s a s ati� �� s s�m;< g �a gggg�ggggFa m �tWJ � - � E 3 °° 33G33o r 88F 0. g 6 Q - W� !� er 9$m m ft 00000 00 0 �$a d 3 Aso = =1211 ¢ 511 E N A P B 6 ° E-11 Pr 21s a ��� mEass Z. �� BONN �� � � � s � � _ fig �-m�� 30 9=a11 8raa 0 a� sm m<.. 21 sus �� €t��W a P a as a; m �� 9 a a am a Z-fulla er9 J�Z,g a F011 8WgR4€€ � a al Rpil z '31 RIPE FOO 2 it n Mai m[Lg�= 8xggg'118 � Zppa� }pp}�g° q� �FQ'�{�mnii �_I d g yl ��€Q � o Ig e'Y dg § F � €NN zW; HER of ��a k a IN g%.41�_;19 m gNO tax °'d°'d�� Fz� o f 31 i- zi g m ama g _ awl. 8 m E N19. Fg 80 g ��er��E<E� tsE�� a� �a EEt<e 99= 8 Q s� 5�g� 02 f �i Fy�� •. \ I3o, i i ..O^ f) '�4% � ����JO� •*• na �Ti F r`�S �rii IRA I 3RD STREET SEWER REPLACEMENT FROM AVE S TO WACO AVE 1® SCALE 1:20 LEGEND _.-PROP. WWR LWE ..._—E70ST. WATERLINE --s--DMST. SEWER LINE -- PROP. SEWER AaANDONMENT E70ST. OVERHEAD ELECTRIC BMST. OVERHEAD -TEL04ME D E MST, TAP SLEEVE 0 DaST. GATE VALVE O PROP. MANHOLE I PROP. PLUG Q PROP. MANHOLE ABANDONMENT i, EXLST. MANHOLE c BMST. RJR J DaST. HYDRANT ie BMST. POLVER POLE DIG-TSS NOTE: CONTRACTOR SHALL CONTACT DIG-TESS (14D0-DIG-TESS) FOR UTILITY LOCATES NO LATER THAN TWO FULL WORKING DAYS PRIOR TO COMMENCING GRADING/ PAVING/CONSSTTRUCTION. ♦�1p,. i..... ZOITAN,FEHETE, i.0 -.. .. ... .._ iT.T - -- - _. _ ___ , APPROOIMTE EIOSTB,G. - --- ..... .- 6-AQir " ,_ , __ _ ... 32.10 - .. .. PYC G ^. - LULiFk r. - r`Trr. ROO i�.!Q_ALI51K ... - - _ w uxM 0 N! `� SOFA - ,,u `�I5 Y},� 1L'1'SRwn ^t 51lV tiq32.0 *ga ..- _.. :. _ iirR ._ _.. .. .,.,_ 1' Q D� ,_.,:, O� uuC -� _ ,4._.._ s - _ _. /f Lu O __vY4 __,.. _,._ _ .f, ✓ .__ _.._ ._ _ ._ ._. ._ _ _ _ ____. _ .,._ 30tVRl ,__ µ+ .. _. _ _�.-.......__.., _._., _... _ ...., J i_i� -- UU'OK� . ..__ ._.._. __ _ R' J3+00 fC1MS - ,._ _ _ ...._. ... ._ .. .... _. .._.. J.O. 218034 fiD 307NICl. D7Nl72MVYH .... 10+00 9+00 - 9+00 _- - 7+00 6+00 1+14 S+DD —_.IGNED . ___. BY: _._ZF _ —___- DES PROP. IM4 DRAWN BY: AP 3197.511 E, W 310 F W CHECKED BY: JT, AN 3197.92 N 31W.44 N SCALE: 1'a2V 32DDA S DROP 3198.25 S DATE: 0/17/18 1� GENERAL ROTS: 3RD STREET SEWER 1. PRIOR TO ANY OONSTFWCfi0N S. MANDATORY: CALL FOR LINE LOCATES 6. CONTRACTOR IS R69ON.SDA2 FOR FIELD REPLACEMENT DIFFERENT FROM THIS RNA CALL 48 HOURS PRIOR TO E59NPNNG VERIFYING ALL LOCATIONS AND DEPTHS OF AVE S TO WACO AVE 30AN Mtn O 504M ANY mPmRUCTta ACTIVITY. TI IS AND LIE LOCATIONS PRIOR TO BEGINNING CONSTRUCTION. THE ary STA 4+35 TO 10+05 2. TRAM WIRE AWL BE DISTN r ED 6. FOLLOW BEST MANACSER PRACTICES OF LL CCK WILL NOT BE HELD RCSPOFSUI E DRAWING it TO BnON ICATE LOCATION OF WATER PIPES. TO COMPLY WITH EPAS STORM WATER FOR ANY MUM CHAIRS NEEDED TO ADIUST POLLUTION PREVBMION PLAN THE PROPOSED LINK 3. 00FSTRIKT30N TAPE SHALL BE PEQUOtBTB/S 1-D-1426 DSTALLED 2 ABOVE WATEMWER PIPES. 7. ANY NECESSARY PERMITS FOR THE ary OF 9. ALLV/Oltl(AWL BEPERFORMED01 ACCORDANCE WITH CITY or Luse= 4.Y mm-orr VALVES AWL BE INSTALLED ON WATER PIPES WHEN REQUIRED FOR LUBBOCR A3WM TEW DEPARTMENT OF TRANSPORTATION PERMIT WILL E REQUIRED SPEOFICATSOG S-2 TESTING AND O19NFE.TANr. TO E ON SITE DURING OONSTRULTION. — L 77 7-7 r,- i r-- - - - - L 3RD STREET SEWER REPLACEMENT FROM AVE S TO WACO AVE 29 10 y 29 69;0!!5iiiiiiia SCALE 1:20 LEGEND --PROP. SEINER LINE .-EXIST. WATER LINE ZaSr. SEWER LINE PROP. SEW6t OVERHEAD ELECTRIC --EXIST. OVERHEAD TELEPHONE D EXIST. TAP SLEEVE o ZaST. GATE VALVE 0 PROP MANHOLE PROP: mw PROP. MANHOLE ABANDONMENT ZaSr. MANHOLE =REDUBi 7: NY EXIST. POWER POLE CONTACT DIG-TESS (I-SDD-DIG-TESS) MR UTILITY LOCATES NO LATER THAN TWO FULL VVOPJaNG DAYS PRIOR TO COMMENCING MADW PA.W... —lu — - — -------- 32 +05 Chyf Lubbock W(XAI PR 0 P 0 m Ir 0 02D% SEWER -At 32+W 3.0.218034 ---- - -- ..... ...... .... C.I.P. #92446.9242-30000 ......... ------ -- --- ----- DESIGN® BY•. ZF 14+00 0+OD 11+11 11+00 LAiAVVN LIT: AV CHECKED BY: -IT, AN SCALE: I =2W 32K4 R 319825 F ' W DATE' 8/;7/18 319em N 3201.30 S DROP GENCIAL NOTES: 3RD STREET SEWER REPLACEMENT 1. PRIOR TO ANY CONSTRLCT70N S. M"TORY; CALL FOR LINE LOCATES B. CONTRACTOR 5 RESPONSIBLE FOR FIELD S TO WACD AVE DIFFERENT FROM THIS RAN, CALL X)SH rtim 0 SO AM 40 HOURS PRIOR TO BEGINNING ANY OONSTRUK71CW ACTIVITY. VBUFYM ALL LOCATIONS AND DEPTHS OF TMIUS AND LINE LOCATIONS PRIOR TO STA 10+05 TO 14+95 2. TRACER WINE SMALL BE INSTALLED 6. FOLLOW BEST MANAG84ENT PRACTICES BEMNNING CONSTRUCTION. THE CITY OF Limom WILL NOT BE HELD F2"WLE DRAWING # TO VQ[CATE LOCATION OF WATER PIPES.TO COMPLY WITH EPAS STORM WATER FOR ANY HONOR CFLMGES NEEDED TO ADJUST 3. CONSTRUCTION TAPE SliALL BE POLLUTION PREVENTION PLAN R8I)UlREMEN`TS. THE PROPOSED LINES. I-D-1426 INSTALIED Z ABOVE WATERISEWER PIPES, 9. ALL WORKSHALL BE PERFORMED IN 7. ANY NECESSARY PERMITS FOR THE CITY OF ACCORDANCE WITH CITY OF LUBBOCK A. r BLOW -OFF VALVES %LALL BE INSTALLED =AFrDM=BRED FOR UABKXX ANDICR TDAS DEPARTMENT OF TRANSPORTATION PER MIT WILL BE REQUIRED SPECIFICATIONS. S-3 TO BE ON SITE DURING OONSTRUCTICK 3RD STREET SEWER REPLACEMENT FROM AVE S TO WACO AVE N 2 1® SCALE 1:20 ----------_._._. _.__. __ _..___. ....._. _..._._ ___.. ..... ._.._ .. fXL�T1��W�PTEA. WStIME .. ._� _ _ _ _._. __ __.__ T W ?? 00.2OLL :,.,. FAdo�r PROPO6ED12 Coma _ Q 77 _ _ -- _. __ LEGEND —,--PROP. SEWER LINE --w-EXIST. WATER LINE EX]ST, SEWER LINE -- _ PROP. SEWER ABANDONMENT FXLif. OVERHEAD ._."-ELECTRIC EXIST. OVERHEAD _..w.._,fEB*K)NE EXIST, TAP SLEEVE r EXIST. GATE VALVE O PROP. MANHOLE PROP. PLUG PROP. MANHOLE ABANDONMENT EXIST. MANHOLE EXIST. REDIllHt {� EXIST. HYDRANT ra EXIST. POWER POLE CONTACT DIG -TEES (1-OD"IG-TEES) FOR UTILITY LOCATES NO LATER THAN TWO FULL WORKING DAYS PRIOR TO COMMENCING GRADING/ PAVIWCCHSTRUCTION. �rP6OF. �}f'PL L ZOL.TAN FEKE?E, fi Y588S 3 r��•�dt, �1. 32+10 32+05 t r Lubboof ck 32+00 L„s J.G. 218034 31+9S C.LP #92446 9242.300DO 2D+OD 19+00 18+00 17+OD 16+00 LS+00 DESIGNED BY: ZF MPMHO 3208.1 0. PROP MR 7 3207.0 DRAWN BY: AP 3199AS F W 3199D0 F. W CHEOD:D BY: JT, AN 3399.92 S 319,.66 N 32D1.00 S SCALE: 1"=20' DATE: 8/17/18 3RD STREET SEWER GENERAL NOTES: 1. PRIOR TO ANY CONSTRUCTION 5. MANDATORY: CALL FOR LINE LOCATES B. CONTRACTOR 6 RESPONSIBLE FOR FIELD REPLACEMENT DIFFEROff FROM THIS PLAN' CALL +6 HOURS PRIM TO B82NN M V5UrnN5 ALL LOOAITO S AND DFPTHs OF AVE S TO WACO AVE SD JOSH FS0 54"M ANY COf6TAUCf WN ACTIVITY. TX-a5 AND LINE LOCATI0R5 PRIOR TO BEGNNM OOt6TWRT10N. THE CRY STA 14+85 TO 20+55 2, TRACER WIRE SHALL L BE U67AUM 6. FOLLOW BEST MANMSB(f PRACNLS Or LUBBOCK WIL NOT BE HELD RESPONSIBLE DRAWING i IPS. TO INDICATE LOCATION OF WATER PTO COAY WITH EPAS STORM WATER FOR ANY MINOR CHWLES NEEDED TO ADPSST POL1L30ON PREVENTION PLAN THE PROPOSED LOB. 3. CONSrnurnon TAB SHALL BE DWALLED P ABOVE WAM/SEWE' P"Er RSQUIRN Nrs 9. ALL WORK SHALL BE PEIVOP7ED a 1-D-1426 7. ANY NECESARY POWM FOR THE CRY OF ACCORDANCE WITH CRY OF LUBBOCK 4. r BLOW -OFF VALVES SHALL BE DWALLID LUBBOCK AHD/OR TEXAS DEPARTMENT OF SPECIFICATLOCS. ON WATER PIPES WHEN REQUIRED FOR TRANSPORTATION P6OBT WLLL BE REOUaID TBSnNG AND DIUNFE TANT. TO BE ON SITE DURING CON6TRUCTf �_- _-, r _- r_--• �-� �~ � ice. "1 �� r� �1 L, ___y ..._� ��� �-� •----� �� ._� >? oo 21 OW Syr P�� y� g OC 0.4 am Ili R a lielgil ll Ngg g 196 a HIM pi 3RD STREET SEWER REPLACEMENT FROM AVE S TO WACO AVE N 2 1® SCALE 1:20 LEGEND -PROP. SEWER LINE -- w 4D(IST. WATER LINE �._,.EXLST. SEWER LINE PROP. SEWER --ABANDONMENT EXIST. OVERHEAD .._.._.ELECTRIC SaST. OVERHEAD TELEPHONE EXIST. TAP SLEEVE p EXIST. GATE VALVE O PROP. MANHOLE PROP. PLUG PROP. MANHOLE ABANDONMENT ,.� EXIST. MA t HOLE SaST. REDLKER EXIST, HYDRANT EXIST. POWER POLE DIG-TPSS NOTE: CONTRACTOR SHALL CONTACT DIG-TESS (1-80D-DIGTSS) FOR UTILITY LOCATES NO LATER THAN TWO FULL WORKING DAYS PRIOR TO COMMENCING GRADING/ PAVING/CONS MLICTION. n g qi TEk�TTN Z01-TAN FEKE?;E,� 95860 6,1 v1! CPd+AL Nora: 1. PRIOR TO ANY CONSTRICTION DVPERE /T PROM THIS PLAN, CALL I)SH MW O 510-4I5Z 2. TRACER WIPE SHALL BE INSTALLED city Of Lubbock TO INDICATE LOCATION OF WATER PIPM T L I A l 3. CONSTRUCTION TAPE SHALL BE 32t1S DSTALLED 7 ABOVE WAT ERISEWBR Pura, A. Y BLOW -Off VALVES SHALL BE VSTALLED 3.0. 218034 ON WATER PIPES WHEN MWM FOR TESTING AND DISINFECTANT. C.I.P. A`92446.9242.30000 DESIGNED BY: ZF 32N0 S. MANDATORY: CALL NOR LINE LOCATES 45 Hans PRIOR TO SEM NIMG DRAWN BY: AP ANY CONSTRUCTION AcTIVm. CHECKED BY: 3T, AN a FOLLOW BEST MOANIMBR PRACTICES SCALE: 1'm20' TO COMPLY WITH EPAS STORM WATER LATE 8117118 32+05 POLLUTION PREVENTION PLAN REQLMtEME NA 7. ANY NECESSARY PERMITS FOR THE CITY OF LLeBoa AND/OR 11OL15 DEPARTMENT OF 3RD STREET SEWER TRANSPORTATION PERMIT W&L BE REQUIRED 33+00 TO SITE DARING CONSTRUCTION.REPLACEMENT AVE S TO WACO AVE e V50YINGCONTRACTAL Is RATIONS AN D THS All iDunaNs AND oeoTrNs OF VO-INS STA 26+00 TO 29+95 A TIE-INS AND LINE IDCAnaS HE CIt TO OF LUODNG WILL NOT BE . THE CITY ON57BlE BE NEED RESPONSIBLE OF LANY DRAWING NT FOR W T MINOR N�7D'bR>ST I-D-1426 PROPOSED LINES. THE PPOPOSED LDIa. 9. ALL WORK SHALL BE P@ROWd® IN ACODRLWNCE WITH CITY OF LL811M SPEaFICATIa6 S-6 - -� --i .. W I R srmuauow F WR oil x kit, 4p i L5 ION I HIP ' 12 ot N ?aRy fy