Loading...
HomeMy WebLinkAboutResolution - 2016-R0320 - Award Bid - Utility Contractors Of America Inc - Lift Station Main Relocation - 09/22/2016Resolution No.2016-R0320 Item No.6.7 September 22,2016 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT City of Lubbock Bid No. RFP 16-12922-TF is awarded to Utility Contractors of America,Inc.,of Lubbock,Texas,for Lift Station 46 Force Main Relocation,and further THAT the Mayor of the City of Lubbock is authorized and directed to execute,for and on behalf of the City of Lubbock a contract for said activities with the terms of the bid submittal attached hereto and incorporated herein,and related documents. Passed bytheCity Council on September 22,2016 . DANIEL M.POPE,MAYOR ATTEST: fJLfJLL Rebecca Garza,City Secretary APPROVED AS TO CONTENT: in,P.E.,Director of Public Works APPROVED AS TO FORM: Amy SigfsJDeputy Cit^Attorney RES.Bid Award-Utility Contractors of America,Inc 8.26.16 CERTIFICATE OF INTERESTED PARTIES FORM1295 1of`1 Complete Nos. 1 - 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. OFFICE USE ONLY CERTIFICATION OF FILING lCertificate Number: 2016-107076 Date Filed: 09/01J2016 Date Acknowledged: 09/01/2016 I Name of business entity filing form, and the city, state and country of the business entity's place of business. Utility Contractors of America, Inc. Lubbock, TX United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 12922 Lift Stabon 46 Force Main Relocation 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary Lane, Ty Lubbock, TX United States x Ziegner, Jonathan Lubbock, TX United States x 5 Check only if there is NO Interested Party. 6 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP / SEAL ABOVE Sworn to and subscribed before me, by the said this the day of 20 to certify which, witness my hand and sea] of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277 CERTIFICATE OF INTERESTED PARTIES FORM 1295 lofl Complete Nos. 1- 4 and 6 it there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2016-107076 Utility Contractors of America, Inc. Lubbock, TX United States Date Filed: 09/01/2016 2 Name of governmental entity or state agency that is a parry to the contract for which the form is being filed. City of Lubbock Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 12922 Lift Station 46 Force Main Relocation 4 Nature of interest Name of Interested Parry City, State, Country (place of business) (check applicable) Controlling I Intermediary Lane, Ty Lubbock, TX United States X Ziegner, Jonathan Lubbock, TX United States X 5 Check only if mere is NO Interested Party. ❑ 6 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. Tammy VanBuren �\ Notary Public. Slate of Texas My Commission Expires ±� %9, 0 �- September 27. 2020 re off of authorized agent of contracting business entity AFFIX NOTARY STAMP I SEAL ABOVE Sworn to and s fore me, a sad Chris Balios, Vice President , this the 1St day of September , 20 16 , to certify on, witness m and and seal of office. Tammy VanBuren Signature of er administerin ath Printed name of officer administering oath Title of officer administering oath uuju pruvmeu uy eras Ethics Commission www.emics.state.tx.us Version V1.0.277 BOND CHECK BEST RATING LICENSED IN TEXAS DATE BY: CONTRACT AWARD DATE: September 22, 2016 City of Lubbock Specifications for Lift Station 46 Force Main Relocation RFP 16-12922-TF CONTRACT 12922 PROJECT NUMBER: 91038.9242.30000 Plans & Specifications may be obtained from BidSync.com Zv3Zo CITY OF LUBBOCK Lubbock, Texas Paue Intentionally Left Blank I I ADDENDA � � Pam Intentionally Left Blank ADDENDUM I Engineer's Addendum No. 1 RFP 16-12922-TF Lift Station 46 Force Main Relocation DATE ISSUED: August 10, 2016 CLOSE DATE: August 18, 2016 at 2:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please review, incorporate, and acknowledge the information in this addendum on the signature page of the Proposal Submittal Form. Engineer's Addendum No.1 1. Engineer's Addendum No.l includes Specification Division 2 —Site Work. All requests for additional information or clarification must be submitted in writing and directed to: ' Teofilo Flores, Senior Buyer -> City of Lubbock Purchasing and Contracts Management Office 1625 13th Street, Room 204 - Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to TKFlores ctmylubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com THANK YOU, ?eop& ;11~ CITY OF LUBBOCK Teofilo Flores Senior Buyer City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. PART GENERAL 1.1 SUMMARY A. This Section includes temporary excavation support and protection systems. B. Section Includes: (1) Submittals (2) Performance Requirements (3) Project Conditions (4) Materials (5) Preparation (6) Sheet Piling (7) Trench Boxes (8) Trenching Procedures 1.2 SUBMITTALS A. Shop Drawings for Information: (1) Prepared by or under the supervision of a qualified Professional Engineer for excavation support and protection systems. (2) Include Shop Drawings signed and sealed by a Texas Licensed Professional Engineer responsible for their preparation. B. Qualification data for installer and Professional Engineer. C. Photographs or videotape, sufficiently detailed, of existing conditions of adjoining construction and site improvements that might be misconstrued as damage caused by the absence of, the installation of, or the performance of excavation support and protection systems. 1.3 PERFORMANCE REQUIREMENTS A. Design, furnish, install, monitor, and maintain excavation support and protection system capable of supporting excavation sidewalls and of resisting soil and hydrostatic pressure and superimposed and construction loads. B. Provide professional engineering services needed to assume engineering responsibility, including preparation of Shop Drawings and a comprehensive engineering analysis by a qualified Professional Engineer. C. Prevent surface water from entering excavations by grading, dikes, or other means approved by the Engineer. D. Install excavation support and protection systems without damaging existing buildings, pavements, and other improvements adjacent to excavation. 1.4 PROJECT CONDITIONS A. Existing Utilities: (1) Do not interrupt utilities serving facilities occupied by Owner or others unless permitted in writing by the Engineer and then only after arranging to provide temporary utility services according to requirements indicated. Lift Station 46 Force Main Relocation 02260-1 August 2016 M1D. 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, END OF SECTION Lift Station 46 Force Main Relocation 02260-3 August 2016 s B. Project Site Information: (1) Survey adjacent structures and improvements, employing a qualified professional engineer or land surveyor, establishing exact elevations at fixed points to act as benchmarks. (2) Clearly identify benchmarks and record existing elevations. (3) During installation of excavation support and protection systems, regularly resurvey benchmarks, maintaining an accurate log of surveyed elevations and positions for comparison with original elevations and positions. (4) Promptly notify the Engineer if changes in elevations or positions occur, or if cracks, sags, or other damage is evident in adjacent construction. PART 2 PRODUCTS 2.1 MATERIALS A. Provide materials that are either new or in serviceable condition. B. Structural Steel: ASTM A36/A 36M, ASTM A690/A 690 M, ASTM A 992/ A 992M. C. Steel Sheet Piling: ASTM A 328/A 328M, ASTM A 572/ A 572M, or ASTM A690/ A 690M; with continuous interlocks. PANT 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. r� C. Accurately align exposed faces of sheet piling to vary not more than two (2) inches from a horizontal line and not more than 1:120 out of vertical alignment. i Lift Station 46 Force Main Relocation 02260-2 August 2016 1 SECTION 02317 EXCAVATION AND BACKFILL FOR UTILITIES PART 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. Lift Station 46 Force Main Relocation 02317-1 August 2016 1 d 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. 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 t 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 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. Lift Station 46 Force Main Relocation 02317-2 August 2016 .n y f V. Shoring System — A structure that supports sides of an excavation to maintain stable soil i t 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 I F] 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 A. The Contractor is to perform backfill material source qualification testing in accordance with requirements of Section 02320 — Utility Backfill Materials. Lift Station 46 Force Main Relocation 02317-3 August 2016 < t B. The Contractor shall have a competent, separate agency perform field density tests of trench backfill representative of each 300 linear feet of trench and each compacted layer. PART 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. Detectable Marking Tape: Install eighteen (18) inches below finished grade acid and alkali resistant polyethylene film detectable marking tape manufactured for marking and identifying underground utilities, three (3) 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 A. Establish traffic control to conform to requirements of Section 01555 —Barricades, Signs, and Traffic Handling and the drawings. Lift Station 46 Force Main Relocation 02317-4 August 2016 4 t B. Perform work to conform to applicable safety standards and regulations.v C. Employ a trench safety system as specified in Section 02260 — Excavation Support and Protection. n D. Immediately notify the agency or company owning any existing utility line which is damaged, broken, or disturbed. E. Obtain approval from the Engineer and agency for any repairs or relocations, either temporary or permanent. F. Remove existing pavements and structures, including sidewalks and driveways, to conform to requirements of Section 02220 — Demolition, Removal, and Salvaging of Existing Material. G. Maintain permanent benchmarks, monumentation and other reference points, and unless otherwise directed in writing, replace those which are damaged or destroyed. 3.3 PROTECTION A. Protect trees, shrubs, lawns, existing structures, and other permanent objects outside of the construction limits. B. Protect and support above grade and below grade utilities, which are to remain. C. Restore damaged permanent facilities to pre -construction conditions unless replacement or abandonment of facilities are indicated on the Drawings. D. Take measures to minimize erosion of trenches and excavations. E. Do not allow water to pond in trenches or excavations. F. Where slides, washouts, settlements, or areas with loss of density or pavement failures or potholes occur, repair, recompact, and pave those areas at no additional cost to the Owner. G. The Contractor shall locate all existing underground lines, whether or not they are shown on the Drawings, sufficiently in advance of trenching operations to prevent any damage thereto. H. Verification of location, size, and burial depth of existing utilities shall be the complete responsibility of the Contractor. I. The Contractor is responsible for notifying pipeline and cable utility owners of the intention to cross said utility no less than seven (7) days prior to crossing the utility. J. Coordinate vertical separation requirements with utility owners and any other special construction considerations. K. Notify the Engineer if required changes in the vertical profile shown on the Drawings prior to constructing these changes. L. Trench digging machinery may be used to make the trench excavations except in places where operation of same would cause damages to pipelines, fences, or other existing structures either above or below ground; in such instances hand methods shall be employed. 3.4 EXCAVATION A. Perform excavation work so that pipe, conduit, or ducts can be installed to depths and alignments shown on the Drawings. B. Avoid disturbing surrounding ground and existing facilities and improvements. C. Determine trench excavation widths based on the requirements shown on the plans. D. Use sufficient trench width or benches above the embedment zone for installation of well point headers or manifolds and pumps where depth of trenches makes it uneconomical or impractical to pump from the surface elevation. E. Provide sufficient space between shoring cross braces to permit equipment operations and handling of forms, pipe, embedment and backfill, and other materials. Lift Station 46 Force Main Relocation 02317-5 August 2016 s l_� 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 p 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. 1. 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 G Lift Station 46 Force Main Relocation 02317-6 August 2016 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. I J. Place haunching material manually around the pipe and compact it to provide uniform bearing and side support. Lift Station 46 Force Main Relocation 02317-7 August 2016 <, 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. () P (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 36 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 i Lift Station 46 Force Main Relocation 02317-8 August 2016 (2) Use vibratory equipment or shovel slicing to ensure placement under the haunches of the d 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 1557. (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 1557. 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 1557. (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 1557. 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. Lift Station 46 Force Main Relocation 02317-9 August 2016 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 A. Dispose of excess materials in accordance with requirements of Section 01576 — Waste Material Disposal. END OF SECTION Lift Station 46 Force Main Relocation 02317-10 August 2016 B �3. 8 1 SECTION 02320 PAT1 GENERAL 1.1 SUMMARY 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-Ib/ft3). 11. 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. Lift Station 46 Force Main Relocation 02320-1 August 2016 V G 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. 1.9 rf IA Sieve Percent Passing 3/8" 100 No. 4 95 to 100 No. 8 80 to 100 No. 16 50 to 85 No. 30 25 to 60 No. 50 10 to 30 No. 100 2 to 10 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. Topsoil (1) Provide topsoil material that is free of stones greater than three (3) inches, free of roots, waste, debris, trash, organic matter, unstable material, non -soil matter, hydrocarbons, or other contamination. (2) Surface should be made clear of rock and other debris before planting. (3) Use top two (2) feet of excavated material for topsoil backfill. This material shall be set aside to prevent mixing with other excavated material. Topsoil is only required in non - paved areas. 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: Lift Station 46 Force Main Relocation 02320-2 August 2016 1. 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 (Flowable Fill) (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. 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. j 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. Lift Station 46 Force Main Relocation 02320-3 August 2016 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 g p _.._ 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. FK 1 Ell A K3 XQ l Lift Station 46 Force Main Relocation 02320-4 August 2016 SECTION 02445 E 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. Lift Station 46 Force Main Relocation 02445 — 1 August 2016 t< 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. 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. Lift Station 46 Force Main Relocation 02445 — 2 August 2016 s 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 4J or instructed. B. Water used for lubrication of cuttings in conjunction with boring operations shall be 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. Lift Station 46 Force Main Relocation 02445 — 3 August 2016 1_1 ._ B. Manhole Channels and Benches: Factory or field formed from concrete. Portland cement design mix, 4000 psi minimum, with 0.45 water/cementitious materials ratio. Include - channels and benches in manholes. C. Channels: Concrete invert, formed to same width as connected piping, with height of vertical sides to three -fourths of pipe diameter. Form curved channels with smooth, uniform radius and slope. D. Invert Slope: two (2) percent through manhole E. Benches: Concrete, sloped to drain into channel. 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. Lift Station 46 Force Main Relocation 02530-4 August 2016 L f C. Clear interior of piping and manholes of dirt and superfluous material as work progresses. l-= 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 WATERLINE 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 I i 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. I (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. Lift Station 46 Force Main Relocation 02530-5 August 2016 i (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 F. Reinspect and repeat procedure until results are satisfactory. G. Test new piping systems and manholes in accordance with Section 02533 —Acceptance Testing for Sewers. H. Do not enclose, cover, or put into service before inspection and approval. I. Test completed piping systems according to requirements of authorities having jurisdiction. �y 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. I*►`I1 611 y"1! IiT�3►`I Lift Station 46 Force Main Relocation 02530-6 August 2016 t SECTION 02665 WATER PIPING, VALVES, AND FITTINGS PART 1 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 ift Station 46 Force Main Relocation 02665-1 August 2016 (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 Lift Station 46 Force Main Relocation 02665-2 August 2016 } 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 R. ANSUAWWA C-216 Standard for Heat -Shrinkable Cross -Linked Polyolefin 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 Pipelines and Fittings T. ANSI/AWWA C-219 Standard for Bolted Sleeve -Type Couplings for Plain -End Pipe 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 A.A. 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. Lift Station 46 Force Main Relocation 02665-3 August 2016 F 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) ANSUAWWA C150/A21.50-81 (2) ANSUAWWA C104/A21.4-80 (3) ANSUAWWA 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 ofAWWAS 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 C 15 0 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. Lift Station 46 Force Main Relocation 02665-4 August 2016 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 C 153 110. 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. 2.7 PIPE JOINTS A. Push -on Joints — Push -on joints shall be as specified in AWWA Standard C 111. 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 Minimum 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 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. Lift Station 46 Force Main Relocation 02665-5 August 2016 i x 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 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, 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 0-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 L- shall be considered as a part of the box. (7) Valve boxes shall be East Jordan Iron Works No. 8453, or approved equal. Lift Station 46 Force Main Relocation 02665-6 August 2016 P-, 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. Lift Station 46 Force Main Relocation 02665-7 August 2016 i 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. a 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 "y 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. t` Lift Station 46 Force Main Relocation 02665-8 August 2016 f, E. Before laying the pipes, all lumps, blisters, and excess coating shall be removed from the bell s 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. I 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. I Lift Station 46 Force Main Relocation 02665-9 August 2016 � 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. Lift Station 46 Force Main Relocation 02665-10 August 2016 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% Modified Proctor Density at +/- 2% optimum moisture content. (b) Each lift shall be tested at a maximum of 300 feet intervals according to ASTM designation D-1557. (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% Modified Proctor Density. (c) Each lift shall be tested at a maximum of 300 feet intervals according to ASTM designation D-1557. (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. PVC: Ductile Iron: 1..._ (1) L = ND(P) V, L = SD(P) 1/2 (2) 7,400 133,200 i (3) where: tJ (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 Lift Station 46 Force Main Relocation 02665-11 August 2016 r_. 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: t, I- Lift Station 46 Force Main Relocation 02665-12 August 2016 (1) Facilities will be considered properly disinfected when two (2) consecutive sets of 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. 9 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. Lift Station 46 Force Main Relocation 02665-13 August 2016 1 "I 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 4_ caused by settlement, and other work required to keep areas in a presentable condition. [N i I-Impl Ti Y CONi r Lift Station 46 Force Main Relocation 02665-14 August 2016 L Paue Intentionally Left Blank FClty of Lubbock Bid RFP 18-12922-TF City of Lubbock, TX Purchasing and Contract Management ` Contractor Checklist for A RFP 116-12922-TF - Lift Station 46 Force Main Relocation Before submitting your bid, please ensure you have completed and included the following documents in the order they are listed. The contractor is only to submit (1) one original copy of every item listed. 1. Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL FORM. Bid submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. In case of a discrepancy between the Unit Price and the Extended Total for a Bid item, the Unit Price will be taken." Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 2. ✓ Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety SILL 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. ✓ Clearly mark the bid number, title, due date and time and your company name and address on the outside of the envelope or container. 5. ✓ Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management Office prior to the deadline. Late bids will not be accepted. 6. ✓ Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. 7. ✓ Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. S. ✓ Complete and submit the CONFLICT OF INTEREST QUESTIONNAIRE. 9. ✓ Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS (DAYS AFTER CLOSING: 10. ✓ Complete and submit the FINAL LIST OF SUB -CONTRACTORS. i 1. ✓ Please submit the ONLINE DISCLOSURE OF INTERESTED PARTIES FORM 1295 within the specified time FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED NON- RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. Utility Contractors of America, Inc. (Type or Print Company Name) 8110/2016 3;03 PM p. 5 Pate Intentionally Left Blank I 1. 2. 3. 4. 5. w. 6. 7. 8. 9. 10. 11. 11. 12. 12. f _ 13. NOTICE TO OFFERORS GENERAL INSTRUCTIONS TO OFFERORS TEXAS GOVERNMENT CODE § 2269-151 THUR 2269-058 PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time) 4-1. UNIT PRICE PROPOSAL SUBMITTAL FORM 4-2. CONTRACTOR'S STATEMENT OF QUALIFICATIONS 4-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 4-4. SAFETY RECORD QUESTIONNAIRE 4-5. SUSPENSION AND DEBARMENT CERTIFICATION 4-6. PROPOSED LIST OF SUB -CONTRACTORS POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than seven business days after the close date when proposals are due) 5-1. FINAL LIST OF SUB -CONTRACTORS PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACT CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES GENERAL CONDITIONS OF THE AGREEMENT DAVIS-BACON WAGE DETERMINATIONS SPECIAL CONDITIONS (IF APPLICABLE) SPECIFICATIONS Page Intentionally Left Blank NOTICE TO OFFERORS Page Intentionally Left Blank Notice to Offerors RFP 16-12922-TF Sealed proposals addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, Texas, will be received in the office of the Director of Purchasing and Contract Management City Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 2:00 PM on August 18, 2016, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: "Lift Station 46 Force Main Relocation" 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. LThe Contractor is only required to submit one original copy of every item listed on the Contractor Checklist in the proposal submittal. Proposals are due at 2:00 PM on August 18, 2016, and the City of Lubbock City Council will consider the proposals on September 8, 2016, at the City Hall, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all proposals and waive any formalities. The successful proposer will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful proposer will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds shall be issued by a company carrying a current Best Rating of "A" or better. THE BONDS MUST BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY. NO WORK ON THE CONTRACT SHOULD COMMENCE BEFORE THE BONDS ARE PROVIDED AND APPROVED. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the proposal submitted as a guarantee that proposer will enter into a contract and execute all necessary bonds within ten (10) business days after notice of award of the contract to the Offerror. FAILURE OF THE PROPOSER TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. 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 August 10, 2016, at 10:00AM, in Committee Room 103, 1625 131 Street, Lubbock, TX 79401. _v Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing and Contract Management - Office of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each offerors attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award." The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre - proposal meetings and proposal openings are available to all persons regardless of disability. If you require special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2175 write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK, Marta-ACvarez Marta Alvarez DIRECTOR OF PURCHASING & CONTRACT MANAGEMENT t_� GENERAL INSTRUCTIONS TO OFFERORS Page Intentionally Left Blank I 3 GENERAL INSTRUCTIONS TO OFFERORS 1 PROPOSAL DELIVERY TIME & DATE The City of Lubbock is seeking written and sealed competitive proposals to furnish Lift Station 46 Force Main Relocation per the attached specifications and contract documents. Sealed proposals will be received no later than 2:00 PM, August 18, 2016 at the office listed below. Any proposal received after the date and hour specified will be rejected and returned unopened to the proposer. Each proposal and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "RFP 16-12922-TF, Lift Station 46 Force Main Relocation" and the proposal opening date and time. Offerors must also include their company name and address on the outside of the envelope or container. Proposals must be addressed to: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.1 Offerors are responsible for making certain proposals are delivered to the Purchasing and Contract Management Office. Mailing of a proposal does not ensure that it will be delivered on time or delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use some sort of delivery service that provides a receipt. 1.2 Proposals may be delivered in person, by United States Mail, by United Parcel Service, or by private courier service. Only written proposals submitted in conformance with the Instruction to Offerrors will be considered responsive and evaluated or award of a Contract. 1.3 The City of Lubbock reserves the right to postpone the date and time for opening proposals through an addendum. 2 PRE -PROPOSAL MEETING 2.1 For the purpose of familiarizing offerors with the requirements, answering questions, and issuing c ' addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non - mandatory pre -proposal conference will be held at 10:00AM, August 10, 2016 in Committee Room 103 1625 13t' Street Lubbock TX 79401 All persons attending the meeting will be asked to identify themselves and the prospective proposer they represent. 2.2 It is the proposer's responsibility to attend the pre -proposal meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre - proposal meeting to offerors who do not attend the pre -proposal meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over the Internet at www.bidsync.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 3.2 Any proposer in doubt as to the true meaning of any part of the specifications or other documents -- may request an interpretation thereof from the Director of Purchasing and Contract Management. At the request of the proposer, or in the event the Director of Purchasing and Contract t rd 5 Management deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract Management. Such addenda issued by the Purchasing and Contract Management Office will be available over the Internet at http://www.bidsync.com and will become part of the proposal package having the same binding effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the proposal closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any explanation or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing and Contract Management Office in writing or in this RFP should be used in preparing proposal responses. All contacts that a proposer may have had before or after receipt of this RFP with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this proposal should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each proposer shall carefully examine all RFP documents and thoroughly familiarize itself with all requirements before submitting a proposal to ensure that their proposal meets the intent of these specifications. 4.2 Before submitting a proposal, each proposer shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Request for Proposals. Failure to make such investigations and examinations shall not relieve the proposer from obligation to comply, in every detail, with all provisions and requirements of the Request for Proposals. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Director of Purchasing and Contract Management and a clarification obtained before the proposals are received, and if no such notice is received by the Director of Purchasing and Contract Management prior to the opening of proposals, then it shall be deemed that the proposer fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If proposer does not notify the Director of Purchasing and Contract Management before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. PROPOSAL PREPARATION COSTS 5.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a proposal. 5.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or equipment. 2 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 V, INFORMATION ACT 6.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 Proposals will be opened in a manner that avoids disclosure of the contents to competing offerors and keeps the proposals secret during negotiations. All proposals are open for public inspection after the contract is awarded, but trade secrets and confidential information in the proposals are not open for inspection. Tex. Loc. Govt. Code 252.049(a) 6.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES PERMITS TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the -_ proposer is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective offerors are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their proposal submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The proposer shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this proposal, the proposer certifies and represents to the City the offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this proposal. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY OFFERORS It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a proposal without charge. The contract documents may be examined without charge as 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 1-, proposals. It shall be the offerors responsibility to advise the Director of Purchasing and 3 13 14 15 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: Teofilo Flores, Senior Buyer City of Lubbock Purchasing and Contract Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: TKFlores@mylubbock.us Bidsync: www.bidsync.com TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within 180 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. PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the 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. 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 h; 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. e� 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within TWO years from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub -contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to a maximum of ten sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City �1 reserves the right, after the proposals have been opened and before the contract has been awarded, to proposer a require of the followinginformation: (a) The experience record of the proposer showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the proposer. (c) Equipment schedule. 20 TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures, both known and unknown, cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, and/or the owning utility at the Contractor's expense. 22 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23 EXPLOSIVES 23.1 The use of explosives will not be permitted 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor 24 CONTRACTOR'S REPRESENTATIVE The successful proposer shall be required to have a responsible local representative available at all times 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. 6 g - 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of ` each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 26 LABOR AND WORKING HOURS 26.1 Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The proposer' attention is further directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates, providing for the payment of the wage schedules above mentioned and the proposer's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on Sundays or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on Sundays or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on Sundays or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors 7 shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to ' each worker. This record shall be open at all reasonable hours to inspection by the officers and agents of the City. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28 PROVISIONS CONCERNING ESCALATION CLAUSES Proposals submitted containing any conditions which provide for changes in the stated proposal price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the proposer without being considered. 29 PREPARATION FOR PROPOSAL 29.1 The form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid price. The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the changed for the purpose of correcting an error in the bid price. 29.2 If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. 29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Offerors, and endorsed on the outside of the envelope in the following manner: 29.3.1 Proposer's name 29.3.2 Proposal "RFP 16-12922-TF LIFT STATION 46 FORCE MAIN RELOCATION" Proposal submittals may be withdrawn and resubmitted at any time before the time set for - opening of the proposals, but no proposal may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. j 30 BOUND COPY OF CONTRACT DOCUMENTS Proposer understands and agrees that the contract to be executed by proposer shall be bound and include the following: (a) Notice to Offerors. (b) General Instructions to Offerors. (c) Proposer's Submittal Form. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. '(g) Special Conditions (if any). l = (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. (j) All other documents made available to proposer for his inspection in accordance with the Notice 4 to Offerors. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. 31 QUALIFICATIONS OF OFFERORS The proposer may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The proposer may also be required to give a past history and references in order to satisfy the City of Lubbock about the proposer's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the proposer to perform the work, and the 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 _ 9 i 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 3 specifications herein. 32 BASIS OF PROPOSALS AND SELECTION CRITERIA The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined by Texas Government Code Section 2269. The Maximum Point value is equal to 100 points. The weight factor is 60% for Price, 30% for Contractor Qualifications, and 10% for Safety Record Questionnaire. The selection criteria used to evaluate each proposal includes the following: 32.1 60% PRICE: The quality of Offerors is not judged solely by a low initial cost proposal or, conversely, eliminated solely because of a high initial cost proposal. The following is the formula used when determining price as a factor for construction contract proposals. The lowest proposal price of all the proposals becomes the standard by which all price proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest proposal price and dividing it by the price of the proposal being evaluated. That fraction is then multiplied by the maximum point value multiplied by the weight of the price factor for the price score. For Example: (Lowest Price/Current Proposal Price) x Maximum Point Value x Weight Factor = Price Score. 32.2 30% CONTRACTOR QUALIFICATIONS: When evaluating a contractor's qualifications, the City uses the "Contractor's Statement of Qualifications" attached within and past experience with the contractor. The City may also interview the job superintendent at a time to be named after receipt of proposals. This criterion is subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses the contractor provides in the "Contractor's Statement of Qualifications" And any past experience with the contractor. The "Contractor's Statement of Qualifications" is a minimum, and you may provide additional pertinent information relevant to the project for which you are submitting this proposal. 32.3 10% SAFETY RECORD QUESTIONNAIRE: This criterion is also more subjectively t-- 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 J 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. 10 T° 32.4 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. 32.5 The estimated budget for the construction phase of this project is $625,000 32.6 Proposals shall be made using the enclosed Proposal Submittal Form. 33 SELECTION 33.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most advantageous to the City of Lubbock considering the relative importance of evaluation factors included in this RFP. 33.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER UTILITIES OR OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS REQUEST FOR PROPOSAL. 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. " 34. ANTI -LOBBYING PROVISION 34.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE CONTRACT AWARD, PROPOSERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR PROPOSAL WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT UPON 11 35 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 RA' 35.1 Offerors are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or improvement, paid for in whole or in part from public funds, without regard to whether the work is done under public supervision or direction. A worker is employed on a public work if the worker is employed by the contractor or any subcontractor in the execution of the contract for the project. 35.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than the general prevailing rate of per diem wages for the work of a similar character in the locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. 35.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to and in accordance with the Texas Government Code, Section 2258.022. Bidders may access the U. S. Department of Labor web site at the following web address to obtain the rates to be used in Lubbock County: htt_p://www.wdol.gov/dba.aspx 35.4 It shall be the responsibility of the successful offeror to obtain the proper wage rates from the web site for the type of work defined in the bid specifications. 35.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. 12 TEXAS GOVERNMENT CODE & 2269 SUBCHAPTER D. SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS Sec. 2269.151. CONTRACTS FOR FACILITIES: COMPETITIVE SEALED PROPOSALS. (a) In this chapter, "competitive sealed proposals" is a procurement method by which a governmental entity requests proposals, ranks the offerors, negotiates as prescribed, and then contracts with a general contractor for the construction, rehabilitation, alteration, or repair of a facility. (b) In selecting a contractor through competitive sealed proposals, a governmental entity shall follow the procedures provided by this subchapter. Sec. 2269.152. USE OF ARCHITECT OR ENGINEER. The governmental entity shall select or designate an architect or engineer to prepare construction documents for the project. The selected or designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code. Sec. 2269.153. PREPARATION OF REQUEST. The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria and the weighted value for each criterion, estimated budget, project scope, estimated project completion date, and other information that a contractor may require to respond to the request. The governmental entity shall state in the request for proposals the selection criteria that will be used in selecting the successful offeror. Sec. 2269.154. EVALUATION OF OFFERORS. (a) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and any monetary proposals made by the offerors. (b) Not later than the 45th day after the date on which the proposals are opened, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. Sec. 2269.155. SELECTION OF OFFEROR. (a) The governmental entity shall select the offeror that submits the proposal that offers the best value for the governmental entity based on: (1) the selection criteria in the request for proposal and the weighted value for those criteria in the request for proposal; and (2) its ranking evaluation. (b) The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its architect or engineer may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. (c) If the governmental entity is unable to negotiate a satisfactory contract with the selected offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. In determining best value for the governmental entity, the governmental entity is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. Page Intentionally Left Blank PROPOSAL SUBMITTAL FORM Pate Intentionally Left Blank City of Lubbock BW RFP 16-12922 TF �i a PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: August 18, 2016 ' PROJECT NUMBER: RFP 16-12922-TF Lift Station 46 Force Main Relocation Proposal of Utility Contractors of America, I_nc. (hereinafter called Offeror) rTo the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the construction of a Lift Station 46 Force Main Relocation 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 ESTIMATED DESCRIPTION UNIT UNITPRICE EXTENDED NO. QUANTITY AMOUNT AW y1115." T_,. r, A ` i..� ,,a',u4.v. Fats „9�&,;'•.� �n rfw. ,il r',a ti...a„� . s.7b"d.S,x+P Mobilization -Including contractor I mobilization, insurance, payment bond, I LS %25, Q(WO• CD UA_ ,CW-00 and demobilization. Provide and maintain a Traffic Control Plan - Preparation, approval 2 from City of Lubbock Traffic l LS Engineering, and all other work considered incidental to this item. Provide and maintain a SWPPP - 3 Including preparation, NOI, NOT, and f LS1�, 5Z10.0p ��,� . all other work considered incidental to this item. 4 Trench Safety - Complete and in place. 5520 LF 8 1 • DO D .CO S 8110/2016 3:03 PM M., p. 31 ITEM ESTIMATED DESCRIPTION EXTENDED UNIT UNIT PRICE NO. QUANTITY AMOUNT , SEWER IM' CUNSTRUCT�ON u 5 _ 'a p }, . G _ J.Pv .... _,.: u l ^•.� . '. �nuL......... �.,a.s? uFr, rs'.. ..,y x�i Z..,: !ice .. -.... .t'�.,.�,w 4V.F Ori _ Y +nY...wtn.° oY Furnish and install 10" C-900 DR-18 "Green" approved pressure pipe by open cut trench, backfilled to 95% modified compaction, and tested as 5 herein specified, including all 5010 LF CO 175 so ,q7, equipment, pipe restraints, tools, and labor to perform work. Adjustments required to pay for utility crossings including fittings and all necessary tools are subsidiary to the bid item. Furnish and install 10" C-900 DR-18 "Green" approved pressure pipe by auger boring (slick boring without steel casing) and tested as herein 6 specified, including all equipment, pipe 240 LF 120 CO restraints, tools, and labor to perform work. Adjustments required to pay for utility crossings including fittings and all necessary tools are subsidiary to the bid item. Furnish and install 12" SDR-35 approved gravity sewer pipe with approved 20" steel casing by bore and tested as herein specified, including all 7 equipment, pipe restraints, tools, and 110 LF W 35).00 labor to perform work. Adjustments required to pay for utility crossings including fittings and all necessary tools are subsidiary to the bid item. Furnish and install 12" SDR-35 approved gravity pipe in 8'-10' cut trench, backfilled to 95% modified compaction, and tested as herein 8 specified, including all equipment, pipe 440 LF restraints, tools, and labor to perform work. Adjustments required to pay for utility crossings including fittings and all necessary tools are subsidiary to the bid item. City of Lubbock Bld RFP 16-12922 TF ITEM NO. DESCRIPTION ESTIMATED QUANTITY UNIT UNIT PRICE EXTENDED AMOUNT Furnish and install 12" SDR-35 approved gravity pipe in 12'-14' cut trench, backf iIled to 95% modified compaction, and tested as herein 9 specified, including all equipment, pipe 70 LF a 40-OD restraints, tools, and labor to perform work. Adjustments required to pay for utility crossings including fittings and all necessary tools are subsidiary to the bid item. Tie to Existing Manhole, backfilled to 95% modified compaction or flowable fill, and tested as herein specified, 10 including all equipment, necessary 2 EA 311 LOOO• COb✓',AVO - CO excavation, connection to existing sanitary sewer manhole and mains, tools, and labor to perform work. Furnish and Install 4' Standard Manhole (48") approved sanitary sewer manhole, complete with 30" frame and cover backfilled to 95% I modified compaction and tested as 3 EA,rj�p(QD IJ1(J17 CO herein specified, including all equipment, necessary excavation, connection to existing or proposed sanitary sewer manhole and mains, tools, and labor to perform work. VF Furnish and Install 48" approved sanitary server manhole risers, backfilled to 95% modified compaction herein including i� I and tested as specified, 24 Jr.� , ,00 ` all equipment, necessary excavation, connection to existing or proposed sanitary sewer manhole and mains, tools, and labor to perform work. Offeror's Initials E p. 33 City of Lubbock ITEM NO. DESCRIPTION ESTIMATED QUANTITY UNIT UNIT PRICE EXTENDED AMOUNT Furnish and Install an 8' deep 48" approved sanitary sewer manhole, complete with 30" frame and cover and made of fiberglass, composite or precast concrete lined with approved 13 protective coating, backfilled to 95% 1 EA �1 '� �H�D ®t) modified compaction and tested as herein specified, including all equipment, necessary excavation, connection to existing or proposed sanitary sewer manhole and mains, tools, and labor to perform work, Furnish and install 10" ductile iron fittings, as shown on the plans, 14 including all equipment, labor, and 4000 LBS 4•Gu�®C� material complete in place per pound as specified herein. Furnish and install 2" sewage combination air/vacuum release valve, 15 as shown on the plans, including all 3 EA 36��.� I 5-0.CD equipment, labor, and material complete in place per pound asspecified herein. Furnish and install approved meter box for housing the air/vacuum valve, 16 as shown on the plans, including all 3 EA S qX 0() -Sa"4(p.00 equipment, labor, and material complete in place Er pound asspecified herein. TIE EEtMTOEXIST W } ON Y IA NTH ' 8 Furnish and install tie-in to existing lift station, dry vault, including installation of flanged fittings within existing concrete, core hole for 6" force 17 main, yard piping, 6", 8", and 10" 1 LS 15� OM .00 1M 15WO . CO approved sanitary sewer force main, J associated fittings bypass manifold, as herein specified, including all equipment, labor and material, complete in place. 18 Cut and plug existing 6" force main, complete in place including labor and 1 LS $ .CD material. �a 819012018 3:03 PM I] 11 City of UWxxk BW RFP 16-12922-TF ITEM NO. DESCRIPTION ESTIMATED QUANTITY UNIT UNIT PRICE EXTENDED AMOUNT Cut and plug existing 12" force main, 19 complete in place including labor and 1 LS Co c I -CO material. PA VIN AM Flowable backfill as approved, 20 complete and in place per COL 400 CY 113qj=.0D Specifications. Saw cut and remove existing asphalt paving, including all material, 21 equipment and labor to perform removal, 8550 SF disposal and all other work considered incidental to this item. Repair asphalt paving, including all material, equipment and labor to perform 23 sub grade compaction and testing. 8550 SF CO -co HMAC installation per COL Specifications and all other work considered incidental to this item. Repair concrete pavement, sidewalk, curb and gutter, including all material, equipment and labor to perform sub 41(3 W.Co 24 grade compaction and testing. HMAC 300 SF P-71 installation per COL Specifications and �,DD all other work considered incidental to this item. Resotre lawns, install hydromulch as needed, including all material, water, 25 equipment, and labor to restore lawns, greens, and grasses to prior conditions 1000 SY A. GD co all other work considered incidental to this item. TOTAL PROJECT (ITEMS 1-25) S DO 8110=18 3:03 PM 9 Of eror's Initials p. 35 City of Lubbock Bid RFP 16-12922-1F 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 180 Consecutive Calendar Days with final completion within 210 Consecutive Calendar days as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of $200 for each consecutive calendar day after substantial completion and in excess of the time to final completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. 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 60calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. )V" Offeror's Initials 10 81102016 3:03 PAR p, 30 i City of Lubbock ft RFP 16-12922-TF Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars (S ) or a Proposal Bond in the sum of Five Percent Dollars (S 5% ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. (Seal if Offeror is a Corporation) ATTEST: t Secre Offeror acknowledges receipt of the following addenda Addenda No. 1 _ Date 8/10/16 Addenda No. Date Addenda No. Date Addenda No. Date 18.2016 (Printed or Typed Name) Utility gontractors of America, Inc. Company 5905 CR 7700 Address Lubbock Lubbock Ci TX County 79424 State Zipp Code Telephone: 806-863-264Z Fax: 806 - 8634132 Email: ty@ucatexas.com FEDERAL TAX ID or SOCIAL SECURITY No 75-2214193 Mf%VBE Firm: EEWoman Black American Native American Fiis anic American Asian Pacific Amercan Other (5 cif ) 8/102018 3:03 PM II p, 37 f, 1 Conforms with The American Institute of Architects AiA Document 310 CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place of business) UTILITY CONTRACTORS OF AMERICA, Liberty Mutual Insurance Company INC. 175 Berkeley Street Boston, MA 02116 OWNER: (A'ame, legal status and address) CITY OF LUBBOCK Mailing Address for Notices Liberty Mutual insurance Company Attention Surety Claims Department 1001 4th Avenue, Suite 1700 Seattle, WA 98154 This document has important legal consequences Consultation with an attorney is encouraged with respect to Its completion or modification Any singular reference to Contractor, Surety, Owner or other party shalt be considered plural where applicable BOND AMOUNT: FIVE PERCENT OF THE GREATEST AMOUNT STD ------- —------------ .r_—_e_ PROJECT: (Name, location or address, and Project number, if an_v) LIFT STATION 46 FORCE MAiN RELOCATION RFP 16-12922-TF The Contractor and Surety arc bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond arc such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be ugmed to by the Owner and Contractor, and the Contractor either t 1) enters into a contract with the Owner in accorduncc with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faith ful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof; or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby evaivcs any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the hid. Waiver of notice by (he Surety shalt not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. Whcn this Bond has been furnished to comply with a statutory or other legal requirement in the location of the project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so fumished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and scaled this 18th day of AUGUST , 2016 UTILI7fV,4TRACTORS OF ERICA, INC. (P ,t ipa (seal) r Li Mutual Insurance Company tNsu (sr 1912[.� a (Title) RLA HILL, ATTORNEY-iN-FACT "$v* a4cH+}' 8j7 * eta LMS-10054 MIO Ll THIS POWER OF ATTORNEY iS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except In the manner and to the extent herein stated, Certificate No. rnseae American Fin: and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty insurance Company West American Insurance Company KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the iaws of the State of New Hampshire, that liberty Mutual insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the taws of the State of Indiana (herein collectively called the'Companiesl, pursuant to and by authority herein set forth, does hereby name, consftte and appoint, Howard Cowart Marla Hill ah of the city of Lubbock state of Tx each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seat, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and an undertakings, bonds. recognizances and other surely obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by this president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto tths h5th day of April , 2016 0CAso Nsr, tirisue ,,tr,sus American Fire and Casualty Company The Ohio Casualty Insurance Company o Liberty Mutual insurance Company d 1906 o J 1919 1912 „ 1991 r. y Ao ,� West mean Insurance Company By. STATE OF PENNSYLVANiA ss David M. Carey; —Assistant Secretary COUNTY OF MONTGOMERY On this 15th day of April 2016 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Amerioan Fire and Casualty Company, liberty Mutual Insurance Company, The Ohio Casualty Insurance Company, and WestAmerican insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the calparallons by himself as a duly authorized officer. IN WITNESS WHEREOF I have hereunto subscribed m dame and affixed my notarial seat at Plymouth Meeting, Pennsylvania, on the day and year first above written. ss� PAsr COMMONWEALTH OF PENNSYLVANIA JJ q aV°oNwr �!! Notarial Soar /yjJ a u y Teresa Pastolia, Notary Public By: OF Plymouth Twp., Montgomery County Teresa Pasteha, Notary Public My Commission Expires March 28, 2017 Member. Pennsylvania Association of Notaries _ This Power ofAttomey is made and executed pursuant to by authority of the following By-laws and Authorizations ufAmerican Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American insurance Company which resotutions are now in full face and effect reading as follows: ARTICLE rV—OFFICERS -- Section 12. Paver of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attameys-in-fad, as may be necessary to act In behalf of the Corporation to make, execute, seat, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations, Such attorneys-fn-fad, subject to the firailations set forth in their respective powers of attorney, shah have full pow to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seat of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and atested to by the Secretary. Any pourer or authority granted to any representative orattorney-in-fad under the provtkm of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIlf — Execution of Contracts —SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such atomeys-in-tact, as may be necessary to act In behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, reoognizarices and other surety oVittgations_ Such etomeys-in-(act subject to the limitations set forth In their respective pavers of allomey, shall have full power to bind the Company by their signature and execution of any such Instruments and to attach thereto the seal of the Company. When so executed such Instruments shah be as binding as 9 signed by the president and atested by the secretary. Cartifimle of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M, Can Assistant Secretary to appoint such ahomeys-In- fah as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bands, recognizances and other surely obligations. Authorization -- By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy cf any power of attorney issued by the Company in connection with surety bounds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. 1, Gregory W. Daveripat, the undersigned, Assistant Secretary, of American Fire and Casually Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, We and correct copy of the Power of Attorney executed by said Companles, Is in full force and effect and has not been revoked, IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seats of said Companies this _IBM day of AUMIST , 20�. ¢�PpeCI♦SLgIA yJp�S'ij�U�y... `y*�4NSrtg,��r .: � p:=t3�5�Ur$4h. :YY f / < 1906 ra a 1919 + r 1912 ¢ 1991 By: �u Gregory W. Davenport, Assistant Secretary 26 of 200 LMS�12873 ,122013 Pate Intentionally Left Blank I c City of Lubbock Contractors Statement of Qualifications Bid RFP 16-12=-TF 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: ... 12 6/10/2016 3:03 PM p. 38 Contractor's General Information Organization Doing Business As utility Contractors of America, Inc. 5805 CR 7700 Business Address of Principle Office Lubbock, Texas 79424 Telephone Numbers Main Number 806-863-2642 Fax Number 806-863-4132 Web Site Address www.ucatexas.com Form of Business (Check One) X A Corporation I A Partnership An Individual a 8 Date of Incorporation November 1, 1987 State of incorporation Texas Chief Executive Officer's Name Britt Lane President's Name Ty Lane Chris Balios Trov Lane vice President's Name(s) Number of Current Full 44 Average Estimate of Revenue for the ployees I current Year [ n Contractor's Organizational Experience Organization Doing Business As Utility Contractors of America, Inc. Business Address of Regional Office 5805 CR 7700 Lubbock, TX 79424 Name of Regional Office Manager Ty Lane Telephone Numbers Main Number 806-863-2642 Fax Number 806-863-4132 Web Site Address www.ucatexas.com Milli ly List of names that this organization currently, has or anticipates operating under over the history of the organization, including the names of related companies doing business: Names of Organization From Date To Date Utility Contractors of America, Inc. 11j1j1987 Present 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: Asa General Contractor 29 JAs a Joint Venture Partner Has this or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? No 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 years? No 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 agencey within the last five years? No 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? No if yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever refused to construct or refused to provide materials defined in the contract documents? No If yes provide full details in a separate attachment. See attachment No. Contractor's Proposed Key Personnel Organization Doing Business As Utility Contractors of America, Inc. t[A ! Provide a brief description of the managerial structure of the organization and illustrate with an organizational chart. Include the title and names of key personnel. include this chart as an attachment to this description. See Attachment No. 1 Ty Lane is the President, Marty Hamm, Troy Lane and Chris Balios are Vice Presidents and at times act as Project Managers as well as Superintendents. Jonathan Ziegner is the Project Manager on major projects. Superintendents are Leo Garcia, Gilbert Prieto, Bo Rodriguez Jr, Steve Levitt, Brandy Mitchell, Cory Balios, Bobby Livingston, and Josh Lane and they answer ultimately to Ty Lane and then to the Vice Presidents. Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational chart. Include the title and names of key personnel. Include this chart as an attachment to this description. Chris Balios is to be the Project Superintendent. Jonathan Ziegner is to be the acting Project Manager, Safety Officer. and Quality Control Manager. Provide information on the Key Personnel proposed for this project that will provide the following key functions. Provide information for candidates for each of these positions on the pages for each of these Key Personnel. Also provide biographical information for each primary and alternate candidate as an attachment. The biographical information must include the following as a minimum: technical experience, managerial experience, education and formal training, work history which describes project experience, including the roles and responsibilities for each assignment, and primary language. Additional information highlighting experience which makes them the best candidate for the assignment should also be included. Role Primary Candidate Project Manager Jonathan Ziegner Project Superintendent Chris Balios Project Safety Officer Jonathan Ziegner Quality Control Manager Jonathan Ziegner 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 time that will be devoted to each role. If the individual is not to be devoted solely to this project, indicate how much time it to be divided between this project and their other assignments. Organization Doing Business As Utility Contractors of America, Inc. Name of Individual Jonathan Ziegner Years of Experience as Project Manager 20 Years of Experience with this Organization 1.3 Number of similar projects as Project Manager Number of similar projects in other positions Current Project Assignments Percent of Time Used for this Estimated Project Name of Assignment Project Completion Date Name Wood Franklin Name Mike Keenum Title/Position Public Works Director Title/Position City Engineer Organization City of Lubbock Organization City of Lubbock Telephone 806-775-2343 Telephone 806-775-2393 E-mail wfranklingmylubbock.us E-mail mkeenum0mail.d.lubbock.mus Project All City of Lubbock Projects Project South Lubbock Drainage Candidate role on Candidate role on Project Project Project Manager Name of individual Years of Experience as Project Manager Years of Experience with this Organization Number of similar projects as Project Manager Number of similar projects in other positions Current Project Assignments Percent of Time Used for this Estimated Project Name of Assignment Project Completion Date Name Name Titie/Position Title/Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Candidate role on Project Project I Proposed Project Superintendent Organization Doing pBusiness As Name of Individual Years of Experience as Superintendent L. Years of Experience with this Organization Number of similar projects as Superintend Number of similar projects in other positic Current Project Assignments { 's Name of Assignment Contrators of America, Inc Chris Ballos Percent of Time Used for this I Estimated Project Project Completion Date I Name A Wood Franklin Name Title/Position Public Works Director Title/Position -� Organization City of Lubbock Organization Telephone 806-775-2343 Telephone E-mail wfranklin@mylubbock.us E-mail Project All City of Lubbock Projects Project Candidate role on Project Candidate role on Project Name of Individual Years of Experience as Superintendent Years of Experience with this Organization Number of similar projects as Superintendent Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Proie Name Wood Franklin Name Title/Position Public Works Director Title/Position Organization City of Lubbock Organization Telephone 806-775-2343 Telephone E-mail wfranklin(&mvlubbock.us E-mail Project All City of Lubbock Projects Project Candidate role on Proiect Candidate role on Proiect John Turpin Engineer City of Lubbock 8067752342 Jturpin maii.ci.iubbock.tx.us South Lubbock Sanitary Sewer Supervisor W:. Marty Hamm 28 28 r this Estimated Project Completion Date John Turpin Engineer ity of Lubbock 8067752342 7 _I No Text Proposed Project Quality Control Manager ["I 11� I Contrators of Ame Jonathan Ziegnei 20 1.3 Inc. oject Date John Turpin Engineer City of Lubbock 8067752342 JturPinPmaiI.ci.1ubbock.tx.0 South Lubbock Sanitary Sewer 11THEN Estimated Projecl Comoletion Date 1, Contractors Project Experience and Resources W, IOreanization Doine Business As I Utility Contractors of America, Inc. I Provide a list of Major Projects that are currently Underway, or have been completed within the last five years. See Attachment Provide a completed project intormation form for projects that have been completed in the last five years which specifically illustrate the organizations capability to provide best value to the Owner for this project. See Attachment Include a completed project information form for projects which illustrate the experience of the proposed key personnel. See Attachment Provide a description of your organizations approach to completing this project to provide best value for the Owner. Including a description of your approach in the following areas: 1. Contract administration 2. Management of subcontractor and suppliers 3. Time management 4. Cost control 5. Quality management 6. Project site safety 7. Managing changes to the project 8. Managing equipment 9. Meetine HUB 1 MWBE Participation Goal Provide a list of major equipment proposed on this project. Attach additional information if necessary Equipment Item Primary Use on Project Own Will Buy Lease 330 Excavator Pipe Installation x 95OG Loader Embedment x 420 Rubber Tire Backhoe Site Maintenance x 14G Maintainer Site Maintenance x 349 Excavator(2) Pipe Installation x 5110 Excavator Excavation x 349F Excavator Excavation x 966M Loader Backfiil x What work will the organization complete using its own resources? Trenching/Backfilling, Pipe and Manhole Installation Mhat work does the oreanization propose to subcontract on this oroiect? I Tunneling, Paving, Striping, Traffic Control, SW3P, Surveying Contractor's Subcontractors and Vendors ©rganization Doing Business As Utility Contractors of America, Inc. Provide a list of subcontractors that will provide more than 10 percent of the work (based on contract Name ( Work to be Provided I Est. Percent of Contract 1HUB/MWBE firm I Provide information on the proposed key personnel, project experience and description of past relationship and work experience for each subcontractor listed above usine the Prolect information Forms Provide a list of major equipment proposed for use on this project. Attach additional information if necessary Furnish Furnish and HUB / MWBE Vendor Name Equipment/ Material Provided I only install Firm Project Owner City of Lubbock Project Name Traffic Engineering Trenching and Boring Services General Description of Project: Project Cost $12,161,566.00 Estimated Completion Date November 2017 Key Project Personnel Project Manager Superintendent Safety Officer Quality Control Ty Lane Marty Hamm Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference) Name Title/Position Telephone Email Owner Rudy Garza (806) 775-2174 RBGarza@mail.ci.lubbock.tx.us Designer Construction Manager Project Owner City of Lubbock Project Name South Lubbock Sanitary Sewer Extension - Prase 2. General Description of Project: Project Cost $12,482,611.80 lEstimated Completion Date July 2016 Key Project Personnel Project Manager Jonathan Ziegner Superintendent Bo Rodriguez, Jr Safety Officer Quality Control Jonathan Ziegner Chris Balios Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference) Name Title/Position Telephone Email Owner Designer Construction Manager Zoltan Fekete Aaron Rader Engineer (806) 775-3317 (817) 335.6511 ZFekete@mail.cLlubbock.tx.us aaron-raderC&kimlev-horn.com Project Owner City of Lubbock Project Name 2" Water Line Change Out General Description of Project: Project Cost $1,528,625.00 Estimated Completion Date Key Project Personnel Project Manager Jonathan Ziegner Superintendent Cory Balios Safety Officer Quality Control Jonathan Ziegner Chris Balios Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference) Name Title/Position Telephone Email Owner Designer Construction Manager Josh Flud (806) 775-3161 JFlud@mvlubbock.us Project Owner City of Lubbock Project Name Pump Station Intake Meter General Description of Project: Project Cost $640,425.00 Estimated Completion Date November 2026 Key Project Personnel Project Manager Superintendent Safety Officer Quality Control Jonathan Ziegner Troy Lane Jonathan Ziegner Chris Balicis Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference) Name Title/Position Telephone Email Owner John Turpin Chief Water Utilities Engineer (806) 775-2342 1TurPinC@mai1.ci.Iubbock.tx.us Designer lConstruction Manager Brian Beach Freese & Nichols (210) 837-2476 brb@freese.com Project Owner City of Lubbock —7—Project Name Construction of Downtown Duct System, Phase 3 General Description of Project: Project Cost $4,299,237.90 lEstimated Completion Date August2016 Key Project Personnel Project Manager Superintendent Safety Officer Quality Control Jonathan Ziegner Steve Levitt Jonathan Ziegner Chris Balios Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference) Name Title/Position Telephone Email Owner Neil Welch Assistant City Engineer (806) 775-3254 RWelch@mail.ci.lubbock.tx.us Designer Construction Manager Project Owner City of Lubbock Project Name Northwest Water Reclamation Plant General Description of Project: Project Cost $11,644,499,00 Estimated Completion Date January 2017 Key Project Personnel Project Manager Superintendent Safety Officer Quality Control Jonathan Ziegner Jonathan Ziegner Chris Balicis Reference Contact Information (listing names indicates approval to contacting the named Individuals as a reference) Name Title/Position Telephone Email Owner John Turpin Chief Water uttaties Enaineer (806) 775-2342 ITyrPin@maiI.ci.lubbock.tx.us Designer lConstruction Manager . ... . ..... Project Owner LEDA Project Name Monsanto Potable Water Line Extension General Description of Project: Project Cost $1,117,158.50 lEstimated Completion Date September 2016 Key Project Personnel Project Manager Superintendent Jonathan Ziegner Brandy Mitchell Safety Officer Quality Control Jonathan Ziegner Chris Balios Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference) Name Title/Position Telephone Email Owner Designer Construction Manager John Sedbrook Garney Construction (720) 407-8160 isedbrook(Rgarney.com Project Owner City of Lubbock Project Name Pump Station #16 General Description of Project: Project Cost $17,675,000.00 JEstimated Completion Date September 2017 Key Project Personnel Project Manager Superintendent Jonathan Ziegner Marty Hamm Safety Officer Quality Control Jonathan Ziegner Chris Ballos Reference Contact Information (listing names Indicates approval to contacting the named individuals as a reference) Name Title/Position Telephone Email Owner Designer Construction Manager John Turpin tW WirterUttlitiesEngineer (806) 775-2342 JTuroin@mall.cl.lubbock.tx.us L Major Projects completed within the last 10 Years Project Owner TXDOT Project Name Marsha Sharp Freeway General Description of Project: 24" & 30" steel cylinder water lines Project Cost $3,767,944.32 Date Project Completed 20/1/2007 Key Project Personnel Project Manager Project Safety Officer Quality Control Ty Lane Marty Hamm Taylor Condit Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Brian Wilson Engineer (806) 748-4496 Designer Construction Manager Rob Comey Engineer (806) 771-7283 Project Owner City of Lubbock, Texas Project Name Railport Industrial Improvements General Description of Project: 9505 LF of 8" and 16" Waterline; 6133 LF of 6" and 10" Sewerline Project Cost $1,255,983.00 Date Project Completed 3/7/2008 Key Project Personnel Project Manager Project Safety Officer Quality Control Ty Lane Cody Hamm Cody Hamm Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Wood Franklin Public Works Director (806) 775-2343 wfranklinCamylubbock.us Designer Brian Stephens Engineer (806) 473-2200 bstephens@team-psc.com Construction Manager Mark Carpenter Inspector (806) 473-2200 Project Owner City of Lubbock, Texas Project Name South Central Drainage Improvements General Description of Project: 29990 LF of 24" to 72" Cast In Place Storm Sewer up to 50' in depth Project Cost $5,812,646.00 Date Project Completed 9/30/2008 Key Project Personnel Project Manager Project Safety Officer Quality Control Ty Lane Leo Garcia Taylor Condit Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Mike Keenum City Engineer (806) 775-2393 mkeenum@mvlubbock.us Designer Paul Mcmillan Engineer (806) 473-2200 pmcmillan@team-psc.com Construction Manager Don McClenan Inspector (806) 473-2200 dmcclenan@team-psc.com Project Owner City of Lubbock, Texas Project Name 98th Street Roadway & Drainage Improvements General Description of Project: Project Cost $3,885,233.58 JDate Project Completed 10/1/2008 Key Project Personnel Project Manager Project Safety Officer Quality Control Ty Lane Lorenzo Vasquez Taylor Condit Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Wood Franklin Public Works Director (806) 775-2343 wfranklin@mvlubbock.us Designer Gary Dawson Engineer (806) 775-2343 edawson@mylubbock.us Construction Manager Rod Pederson Inspector (806) 928-6561 Project Owner Lubbock Economic Development Alliance Project Name Lubbock Business Park - Phase 1A and 2A General Description of Project: 881 LF 6" Waterline; 136' 8" Waterline; 3575 LF of 10" Waterline; 10162 LF 12" Waterline and 5698 LF of 12" Sewerline Project Cost $S,808,790.17 I Date Project Completed 1/8/2009 Key Project Personnel Project Manager Project Safety Officer Quality Control Ty Lane Leo Garcia Taylor Condit Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner LEDA (806) 749-4500 Designer Mark Haberer Engineer (806) 473-2200 mhaberer@team-psc.com Construction Manager Mark Carpenter Inspector (806) 777-0160 Project Owner City of Lubbock, Texas Project Name South Lubbock Drainage Project General Description of Project: 46210 LF of 24"-54" Storm Sewer;10,958 LF 24"-54" Bore. Depths 5'-25' Project Cost $30,704,058.50 1 Date Project Completed 6/1/2009 Key Project Personnel Project Manager Project Ty Lane Leo Garcia Safety Officer Quality Control Taylor Condit Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Designer Construction Manager Marsha Reed Paul McMillan Don McClenan Engineer (806) 775-2335 Engineer (806) 743-2200 Inspector (806) 781-8480 m reed0 mail.ci.Iubbock.us pmcmillan@team-psc.com dmccienan@team-psc.com a^+wn nwwv ' Project Owner City of Lubbock, Texas Project Name Pump Station No.15 General Description of Project: 23380' 16" Waterline; 1665' 24" Steel Casing in Bore and Pump Station Improvements Project Cost $1,995,321.00 1 Date Project Completed 1/15/2010 Key Project Personnel Project Manager Project Safety Officer Quality Control Ty Lane Cody Hamm Chad Pabody Chris Balios Reference Contact Information (listing names indicates approval to contacting the names Individuals as a reference) Name Title/Position Telephone Email Owner Darlene Doss Buyer (806) 775-2168 ddoss@mylubbock.us Designer Brian Stephens Engineer (806) 473-2200 bstephens@team-psc.com Construction Manager Mark Carpenter Inspector (806) 777-0160 Project Owner City of Lubbock, Texas Project Name 34th Street Waterline Replacement General Description of Project: 500' - 6", 1000'- 8", 100'- 10", 4800'-12", 18500'-16" and 6200'- 24" Waterline Project Cost $5,228,109.47 Date Project Completed 5/2/2010 Key Project Personnel Project Manager Project Safety Officer Quality Control Ty Lane Leo Garcia Chad Pabody Chris Balios Reference Contact information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Wood Franklin Public Works Director (806) 775-2343 wfranklin@myiubbock.us Designer John Marler Engineer (512) 912-5188 john.marier@hdrinc.com Project Owner City of Wolfforth, Texas Project Name Wolfforth Sewer Expansion General Description of Project: Project Cost $1,115,465.00 JDate Project Completed 4/29/2011 Key Project Personnel Project Manager Ty Lane Project Safety Officer Quality Control Leo Garcia Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Designer Construction Manager Doug Hutchison Michael Adams Inspector Project Manager (806) 885-4120 (806) 791-2300 michaei.adams oidengineerins.cam Project Owner Lubbock Cooper ISO Project Name Cooper Middle School General Description of Project: 3575 LF 8" Waterline; 2930 LF 10" Seweriine; Liftstation Project Cost $502,090.00 1 Date Project Completed 7/27/2011 Key Project Personnel Project Manager Project Safety Officer Quality Control Ty Lane Lorenzo Vasquez Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Marsha Reed Engineer (806) 775-2335 mreedc@maii.ci.lubbock.tx.us Designer Gary Dawson Engineer (806) 743-2201 gdawson@team-psc.com Construction Manager Micheal Haverdink Project Manager (806) 745-9450 michael0sandlaconst.corn Project Owner City of Denver City Project Name Denver City Well Field Improvements General Description of Project: installation of 16" water line and Pump station Imp. Project Cost $488,974.50 t Completed 8/31/2011 Key Project Personnel Project Manager Project Safety Officer Quality Control Ty Lane Leo Garcia Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Designer ,Construction Manager James Tompkins (432) 523-2181 JamesT@wtcenRlneering.coM Project Owner City of Lubbock, Texas Project Name Quaker Ave Reconstruction from 114th to FM 1585 General Description of Project: Installation of water, sewer, & storm sewer lines Project Cost $675,267.76 1 Date Project Completed 8/31/11 Key Project Personnel Project Manager Project Safety Officer Quality Control Ty Lane Marty Hamm Chris Balios Chris Balios Reference Contact information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Designer Construction Manager Ryan Duininck Project Manager (817) 491-0946 RCDVininck@dbitx.com Project Owner City of Plainview, Texas Project Name Plainview Water Reconstruction General Description of Project: Installation of 12", 10", 8", 6"", 4" water lines Project Cost $1,550,258.75 1 Date Project Completed December 2011 Key Project Personnel Project Manager Project Ty Lane Chris Balios Safety Officer Quality Control Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Designer Construction Manager Mike Gilliland Brandon Autry Engineer (806) 296-1150 Engineer (806) 771-5976 meilliland@ci.Qlainyiew,tx.us bautrygamdene.com Project Owner City of Levelland Project Name Lee St. Water System Improvements General Description of Project: Installation of 14" HDPE water line; Pump Station Improvements Project Cost $761,015.00 1 Date Project Completed April 2012 Key Project Personnel Project Manager Project Ty Lane Chris Balios Safety Officer Quality Control Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Designer Construction Manager Leonard Nail Engineer (806) 473-2200 Inail@team-psc.com Project Owner City of Lubbock Project Name Lubbock Downtown Redevelopment General Description of Project: Project Cost $2,058,474.04 Date Project Completed December 2012 Key Project Personnel Project Manager Superintendent Ty Lane Troy Lane Safety Officer Quality Control Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Designer Construction Manager Mike Keenum Joseph Van Deventer City Engineer (806) 775-2393 Engineer (806) 795-6827 mkeenum@mvlubbock.us JVanDeventer SGSEng com Project Owner DCOS Project Name Industrial Park General Description of Project: Water & Sanitary Sewer Infastructure Project Cost $1,468,648.15 Date Project Completed January2013 Key Project Personnel Project Manager Superintendent Safety Officer Quality Control Ty Lane Marty Hamm Chris Balios Chris Balios Reference Contact information (listing names indicates approval to contacting the names Individuals as a reference) Name "Title/Position Telephone Email Owner Designer Construction Manager George Villarreal Engineer (806) 473-3563 GVillarreall2team psc.com c L ..i L ..<7 i. __, n. a _ 6 ..�1, { ....s .� Project Owner City of Lubbock Project Name 98th St Paving Improvements (Albany to Huron) General Description of Project: Water & Sanitary Sewer Infastructure Project Cost $1,077,089.54 Date Project Completed July 2013 Key Project Personnel Project Manager Superintendent Safety Officer Quality Control Ty Lane Marty Hamm Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference) Name Title/Position Telephone Email Owner Wood Franklin Public Works Director (806) 775-2343 wfranklin@mylubbock.us Designer Construction Manager Rick Humphries Project Manager (806) 745-7498 rhumohries allenbutler.cam Project Owner Costco Project Name Costco Warehouse, Lubbock General Description of Project: Water & Sanitary Sewer Infastructure Project Cost $936,831.00 Date Project Completed October 2013 Key Project Personnel Project Manager Superintendent Safety Officer Quality Control Ty Lane Chris Balios Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Designer Construction Manager Jerry Pollock Project Manager (425) 531-1077 ierrypi2jacksondean.com Project Owner City of Lubbock Project Name Milwaukee Ave Paving Improvements General Description of Project: Remove & Relocate water & sewer infastructure for new road Project Cost $2,827,952.27 1 Date Project Completed January 2024 Key Project Personnel Project Manager Superintendent Safety Officer Quality Control Ty Lane Marty Hamm Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference) Name Title/Position Telephone Email Owner Mike Keenum City Engineer (806) 775-2393 Mkeenum@mail.ci.lubbock.tx.us Designer Construction Manager Rick Humphries Project Manager (806) 745-7498 rhumahries@allenbutler.com V Project Owner City of Lubbock Project Name East Erskine Street 12" Water Line Extension General Description of Project: Project Cost $301,628.00 Date Project Completed February 2015 Key Project Personnel Project Manager Superintendent Safety Officer Quality Control Ty Lane Marty Hamm Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference) Name Title/Position Telephone Email Owner Josh Kristinek Engineer (806) 775-3397 JiFristinek@mailcl.lubbock.tx.us Designer lConstruction Manager Project Owner City of Lubbock Project Name Northwest Lubbock Drainage Improvements General Description of Project: Storm Sewer Infrastructure (10 x 10 Boxes) Project Cost $35,979,888.70 jDate Project Completed March 2025 Key Project Personnel Project Manager Superintendent Safety Officer Quality Control Ty Lane Troy Lane Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the names Individuals as a reference) Name Title/Position Telephone Email Owner Mike Keenum City Engineer (806) 775-2393 Mkeenum@maiI.cI.Iubbock.tx.us Designer lConstruction Manager Paul McMillian Engineer (806) 473-2200 PMcmiIlenj2team-psc.coLn,. . . ......... w .. .. :.,.. .f M a r f <. Project Owner City of Lubbock 7Foject Name Buffalo lake Water Line Replacement General Description of Project: i Project Cost $154,215.10 Date Project Completed April Z015 Key Project Personnel Project Manager Superintendent Ty lane Marty Hamm Safety Officer Quality Control Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference) Name Title/Position Telephone Email Owner Designer Construction Manager John Turpin Engineer (806) 775-2342 Jturpinl2maii.ci.lubbock.tx.us Project Owner City of Lubbock Project Name Northwest Water Reclamation Plant General Description of Project: Project Cost $1,245,847.30 Date Project Completed July 2015 Key Project Personnel Project Manager Superintendent Safety Officer Quality Control Ty Lane Chris Balios Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference) Name Title/Position Telephone Email Owner John Turpin Engineer (806) 775-2342 Jturpin(@mail.ci lubbock,tx.us Designer Construction Manager Project Owner City of Lubbock 7Froject Name South Lubbock Sanitary Sewer Extension - Phase 1 General Description of Project: Project Cost $20,545,01034 Date Project Completed November 2015 Key Project Personnel Project Manager Superintendent Safety Officer Quality Control Ty Lane Chris Balios Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference) Name Title/Position Telephone Email Owner Zoltan Fekete (806) 775-3317 ZFekete@mail.ci.Iubbock.tx.us Designer Construction Manager Aaron Rader Engineer (817) 335-6511 aaron.rader0kimiev-horn_com Project Owner City of Brownfield --project Name Water & Sewer Extension General Description of Project: Project Cost $1,279,031-00 jDate Project Completed November 201S Key Project Personnel Project Manager Superintendent Safety Officer Quality Control Jonathan Ziegner Chris Balios Jonathan Ziegner Jonathan Ziegner Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference) Name Title/Positlon Telephone Email Owner Designer Construction Manager Alex Kingston Engineer (806) 473-2200 Aklngston@team-psc.coffl Project Owner LEDA --Project Name Lubbock Rallport Sanitary Sewer Line Extension , General Description of Project: Project Cost $271,729.00 —[Date Project Completed April 2016 Key Project Personnel Project Manager Superintendent Safety Officer Quality Control Jonathan Ziegner Brandy Mitchell Jonathan Ziegner Chris Balios Reference Contact Information (listing names indicates approval to contacting the named Individuals as a reference) Name Title/Position Telephone Email Owner Designer ,Construction Manager Krist! Laverty Engineer (806) 473-3634 klavertyeteam- psc.com rr-�� �^�-� �..—� � - — r^-^-^..r Y^v� F-^�' n..�... �+� r�+.r, r""'�+� r`'+w;'"^I ,'."`ti' r..�'"'7 '�.,r„j �'^"'f _ - 'i •----� .J Project information Sheet Current Project Information Sheet Current Project Owner City of Lubbock Project Name South Lubbock Sanitary Sewer Extension - Phase 2 General Description of Project Installation of 23,800' Fiberglass Sewer Pipe, ranging in size from 12" — 48" and depths from 0' — 25+' ®• Budget History Schedule Performance of Bid Amount Amount Date Days Bid $ 11,921,273.80 lNotice to Proceed 6/15/2015 Change Orders lContract Substantial Completion Date at Notice to Proceed April 2016 Owner Enhancements $ 561,338.00 4.71% Contract Final Completion Date at Notice to Proceed April 2016 Unforeseen Conditions Change Order Authorized substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 561,338.00 4.71% Actual / Estimated Substantial Completion Date April 2016 Final Cost $ 12,482,611.80 Actual / Estimated Final Completion Date April 2016 Project Manager Project Sup Safety Officer lQuality Manager Name Jonathan Ziegner Chris Balios Jonathan Ziegner I Jonathan Ziegner Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change Name Title/position Organization Telephone Email Owner Zoltan Fekete Engineer City of Lubbock, Texas (806) 775-3317 ZFeketePmail.ci.lubbock.tx.u� Designer Construction Manager Aaron Rader Engineer Kimley Horn Associates (817) 335-6511 aaron.rader@kimley-horn.com Surety resolvedI 0 Howard Cowan issues Attorney I 0.00 Liberty Mutual Number of issues Pending (806) 722-2663 Jig I Olin Resolved issues $0.00 Project information Sheet Current Project Information Sheet I Completed Project Owner City of Lubbock, Texas JProject Name Railport Industrial Improvements General Description of Project i The Project consisted of 1680 LF of 8" Waterline; 7825 LF of 16" Waterline; 4123 LF 6" Sewerline; and 2010 LF of 10" Sewerline. dget History Schedule Performance % of Bid Amount Amount 1 $ 1,214,548.00 Notice to Proceed ange Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 41,435.00 3.41% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design issues Change Order Authorized Final Completion Date Total $ 41,435.00 3.41% Actual / Estimated Substantial Completion Date ial Cost $ 1,255,983.00 Actual / Estimated Final Completion Date ]217 Project Manager Project Sup Safety Officer Quality Manager flame Ty Lane Cody Hamm T Condit/Cody Hamm Chris Balios 'ercentage of Time Devoted to the Project 40% 100% 100% 40% 'roposed for this Project Ty Lane Cody Hamm Taylor Condit Chris Balios aid individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change Name Title/position Organization Telephone Email 7wner Wood Franklin iblic Works Direct City of Lubbock (806) 775-2343 wfranklin0my1ubbock.us 7esigner Brian Stephens Engineer Parkhiil,Smith & Cooper (806) 473-2199 bsteohens@team-psc.com construction Manager Mark Carpenter Inspector Parkhill,Smith & Cooper (806) 473-2200 mcarpenter@team-psc.com iurety um er OT Issues resolved 6 Howard Cowan 1551 Amountinvolved n KeSolveo issues Attorney $41,435.00 Safeco Number of issues Pending (425) 376-6535 v MOWING 0 in Resolved issues $41,435.00 Project Information Sheet Completed Project Owner City of Lubbock, Texas Project Name South Central Lubbock Drainage Project General Description of Project This Project Consisted of 29,990 LF of 24" to 72" Cast in Place Storm Sewer Ranging in Depths up to 50 feet. • p E s e eMMMFMMMMM Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 5,811,646.00 Notice to Proceed 2/25/2007 590 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total 5 - 0.00% Actual j Estimated Substantial Completion Date Final Cost $ 5,811,646.00 Actual / Estimated Final Completion Project Manager Date Project Sup Safety Officer 9/30/2008 575 Quality Manager Name Ty Lane/Troy Lane Leo Garcia Taylor Condit Chris Balios Percentage of Time Devoted to the Project 30% 100% 40% 60% proposed for this Project Ty Lane Leo Garcia Taylor Condit Chris Balios Did individual Complete the Project? Yes Yes Yes Yes if not, who started or completed the project in their place. Rea son for Change ® Name Title/position Organization Telephone Email Owner Mike Keenum City Engineer City of Lubbock (806) 775-2393 mkeenumemaii.ci.lubbock.tx.us Designer Paul Mcmilian Engineer Parkhill,Smith&Cooper (806) 775-2393 omcm11Ian@team-osc.com Construction Manager Don McClenan Inspector Parkhill,Smith&Cooper (806) 773-2200 dmcclenan@team-psc.com Surety um e u s resolved 0 Howard Cowan a moun mvo ve i eso ve issues Attorney $0.00 Safeco Number of issues Pending j425j 376.6535 a al amount Olin Resolved issues $0.00 L Project information Sheet t777:t Project Information Sheet Completed Project Owner Lubbock Economic Development Alliance Project Name Lubbock Business Park - Phase I General Description of Project Installation of 2410' -10", 3280' -12", 2315'-20" Waterline and 4156' -12" Sewerline e s • e a Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 979,059.20 Notice to Proceed 6/15/2009 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 25,491.28 2.60% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 25,491.28 2.60% Actual / Estimated Substantial Completion Date Final Cost $ 1,004,550.48 Actual / Estimated Final Completion Date 3/l/2010 Project Manager Project Sup Safety Officer Quality Manager Name Ty Lane Lorenzo Vasquez Chad Pabody Chris Balios Percentage of Time Devoted to the Project 100% 100% 100% 100% Proposed for this Project Yes Yes Yes Yes Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change e e Name Title/position Organization Telephone Email Owner Designer Brian Stephens Engineer ParkhiA,Smith&Cooper (806) 473-2200 bsteohensi2team-nsc.com Construction Manager Jason Hetler Allen Butler Construction (806) 745-7498 Jason@allenbutler.net Surety ® + r •• um er issuesI resolved 4 Howard Cowan s + r e e + otal Amountnvo ve in KeSOWeU issues Attorney e e ' 1 $25,491.28 Liberty Mutual + M. + Number of issues Pending (806) 722-2663 totalamount vo v I in Resolved issues r-- 1 Project Information Sheet ComDleted Project Owner 1 City of Lubbock, Texas Project Name 34th Street Waterline Replacement Project General Description of Project This Project Constists the removal and replacement of 500 LF 6" Waterline;1000 LF of 8" Waterline; 100'10" Waterline; 4800 LF of 12" Waterline;18500' 1.6' Waterline and 6200" of 24" Waterline and Relocating Steel Cylindar Lines. Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 4,977,034.30 Notice to Proceed 9/25/2008 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 251,075.17 5.04% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 251,075.17 5.04% Actual / Estimated Substantial Completion Date Final Cost MMIMEMEMEMEMMEMEM $ 5,228,109.47 Actual J Estimated Final Completion Date 5/2/2010 Project Manager Project Sup Safety Officer M:1 Name Ty Lane Leo Garcia Taylor ConditPercentage of Time Devoted to the Project 50% 100% 40% Proposed for this Project Ty Lane Leo Garcia Taylor Condit Chris Balios Did individual Complete the Project? Yes Yes No Yes If not, who started or completed the project in their place. Chad Pabody Reason for Change Name Title/position Organization Resignation Telephone Email Owner Zoltan Fekete Engineer City of Lubbock, Texas (806) 775-3377 zfeketeiPmviubbock.us Designer John Mader Engineer HDR (512) 912-5188 lohn.marierPhdrinc.com Surety Howard Cowan Attorney Liberty Mutual (806) 722-2663 Um er 155Ue5I resolved 4 Otal Amountinvoivea In eso v issues $251,075.17 Number of issues Pending otal am n InvO e 0 in Resolved issues $251,075,17 Project information Street Completed Project Owner City of Post, Texas JProject Name I Post/Cedar Hills Water System Improvements General Description of Project Installation of 27,000 LF of 6" HDPE Waterline by boring. ! •' a `! 0 Budget History Schedule Performance Amount of Bid Amount Date Days Bid $ 875,309.90 Notice to Proceed 2/1/2010 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 167,077.80 19.09% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 167,077.80 19.09% Actual / Estimated Substantial Completion Date Final Cost $ 1,042,387.70 Actual / Estimated Final Completion Date Project Sup Safety Officer 3/1512011 Quality Manager Project Manager Name Chad Pabody Cody Hamm Chad Pabody Ty Lane Percentage of Time Devoted to the Project 25% 100% 25% 25% Proposed for this Project Chad Pabody Cody Hamm Chad Pabody Ty Lane Did individual Complete the Project? Yes No Yes Yes If not, who started or completed the project in their place. Troy Lane Reason for Change Name Resignation Title/position Organization Telephone Email Owner Arble Taylor City Mgr. City of Post, TX (806) 495-2811 ata for st arza.net Designer Dwight Brandt Engineer Brandt Engineers (806) 681-8631 _QLBrandt@brandtengineers.com Construction Manager Oscar Ostis RPR Brandt Engineers (806) 681-8631 Oostis@brandtengineers.com Surety u er o issues resolved 5 Howard Cowan o a u mvo ve o e issues Attorney $167,077.80 Liberty Mutual Number of issues Pending (806) 722-2663 a amount i v vea Olin Resolved issues 1 "$167,077.80 L Project Information Sheet 11 tMUlvvU I Lllbbutz ;11.:l,43U.VUlNumuer or issues renoingl lin Kesoivea issues ;)13,43U,UVI w _ 7 t _.,.� €_ __: t_ _ __.a �..__ ..� r _ � i __.. _a .. f_:...:J t Q �J � Q Q "y""""'1 �.�"� C�"•Q �Q C""'"'7 C"_� Project Information Sheet Completed Project Owner I Lubbock Cooper ISD JProject Name Cooper Middle School General Description of Project 3575 LF 8" Waterline; 2930 LF 10" Sewerline Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 488,248.00 Notice to Proceed 8/1/2009 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues $ 13,842.00 2.84% Change Order Authorized Final Completion Date Total $ 13,842.00 2.84% Actual / Estimated Substantial Completion Date Final Cost $ 502,090.00 0 Actual / Estimated Final Completion Project Manager Date Project Sup Safety Officer 7/27/2011 Quality Manager Name Ty Lane Lorenzo Vasquez Chris Balios Chris Balios Percentage of lime Devoted to the Project Proposed for this Project Ty Lane Lorenzo Vasquez Chris Balios Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change Name Title/position Organization Telephone Email Owner Marsha Reed Engineer City of Lubbock (806) 775-2335 mreed@rnaiLciJubbock.tx-Ms Designer Gary Dawson Engineer Parkhill,Smith&Cooper (8061743-2201 adawson0team-osc.com Construction Manager Michael Haverdink Project Mgr Sandia Construction (806) 745-9450 michael@sandiaconst.com Surety • e • • u r o issuea resolved 3 Howard Cowan Attorney a • 0 $13,842 .001 liberty Mutual • e • . + Number of issues Pending (806) 722-2663 a amountinvolved in Resolved issues • + • e • e e Amountinvolved eso issues Project Information Sheet completed Project Owner I City of Lubbock 112roject Name Indiana Paving Improvements General Description of Project Installation of 6017 LF 10" & 15" Sewerline, 6958 LF 12" Waterline, 11 Manholes, 72" Steel Casing Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 1,293,497.50 Notice to Proceed 2/1/2010 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 36,787.38 2,84% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 36,78738 2.84% Actual / Estimated Substantial Completion Date Final Cost $ 1,330,284.88 • Actual / Estimated Final Completion Date 7/29/2011 Quality Manager Project Manager Project Sup Safety Officer Name Ty Lane Leo Garcia Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Ty Lane Leo Garcia Chris Balios Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change Name Title/position Organization Telephone Email Owner Wood Franklin iblic Works Direct City of Lubbock (806) 775-2343 wfranklin@mvlubbock.us Designer Leslie Bruce Engineer Construction Manager Rick Humphries Project Mgr Allen Butler Construction (806) 745-7498 1 rhumphries@allenbutler.net Surety 8 ♦ • •a Howard Cowan • m m m m Attorney • • • i Liberty Mutual • :•. (806) 722-2663 Mimi 1 um er i sues o mount involveo in Resolvea Iotalamount involve resolved 2 issues $36,787.38 Number of issues Pending in Resolved issues $36,787,38 17-7 z d i Project Information Sheet Comoleted Project Owner I City of Denver City Project Name Denver City Well Field Improvements General Description of Pfo'ect Installation of 16" water line Budget History Schedule Performance Amount Of Bid Amount Date Days Bid $ 196,595.75 Notice to Proceed 6/1/2011 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 292,378.75 148.72% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 292,378.75 148.72% Actual / Estimated Substantial Completion Date Final Cost S 488,974.50 Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer 8/31/2011 quality Manager Name Ty Lane Leo Garcia Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Ty Lane Leo Garcia Chris Balios Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change ♦ ♦ e e .♦ e ♦ Name ♦ e e IMF JW 04. Title/position Organization Telephone Email Owner Designer Construction Manager James Tompkins (432) 523-2181 1 JamesT@wtcengineering,com Surety • e ♦ •e u or issues resolved 2 Howard Cowan a o ♦ e e e I ofal Amountinvolvea in Resolvedo issues Attorney e e• $292,378.75 Liberty Mutual e i♦. e Number of issues Pending (806) 722-2663 ME WE un mvo v in Resolved issues $292,378.75 C t _ :r L 3 C Project information Sheet Completed Project Owner City of Plainview Project Name Plainview Water Reconstruction General Description of Project Installation of 12",10", 8", 6", 4" water lines e- s• a • p s Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 1,494,410.00 Notice to Proceed 3/1/2011 Change Orders Icontract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 55,848.75 3.74% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 55,848.75 3,74% Actual / Estimated Substantial Completion Date Final Cost $ 1,550,258.75 Actual % Estimated Final Completion Project Manager Date Project Sup Safety Officer December 2011 Quality Manager Name Ty Lane Chris Balios Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Ty Lane Chris Balios Chris Balios Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change m • e e a e Name e a e REEMENIM Title/position Organization Telephone Email Owner Mike Gilliland Engineer City of Plainview (806) 296-1150 mi;€li€land@ci,olainview.tx.us Designer Construction Manager Brandon Autry Engineer AMD Engineering (806) 771-5976 bautry@amdeng.com Surety 0 e s e Numoer of issues resolved 1 Howard Cowan e • a • e c I otal Amountinvolveinvolveo in Resolvedamount issues Attorney • a ® $23'929,00 Liberty Mutual a : e. e Number of issues Pending (806) 722-2663 involved in Resolved issues $23,929.00 � -_..___..._ ..........•..,... ,»..�..,,T.,R s,_•,.,a �'�r-�J Ik' 'i7- �"war F,. °'w7 S" `� G- 5�7 i :� L�__..._.� t.._. F Project information Sheet Completed Project Owner I City of Lubbock 1project Name Quaker Ave Reconstruction from 114th to FM 1585 General Description of Project installation of water, sewer, & storm sewer lines Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 663,467.00 Notice to Proceed 4J1J2011 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 11,800.76 1.78% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 11,800.76 1.79% Actual J Estimated Substantial Completion Date Final Cost $ 675,267.76 0 e Actual % Estimated Final Completion Project Manager Date Project Sup Safety Officer 8/31/2011 Quality Manager Name Ty Lane Marty Hamm Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Ty Lane Marty Hamm Chris Balios Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change ♦ ♦ ♦ In s e s Name e e e e -Title/position Organization Telephone Email Owner Designer Construction Manager Kyle Duininck Project Mgr Duininck Brothers (817) 491-0946 RCDuininck@dbitx,com Surety • e e e um er o uesI resolved 1 Howard Cowan e e _ e e e e e ofal Amountinvolvea In Kesolved issues Attorney ♦ e 0 $11,800.76 Liberty Mutual e S e, s Number of Issues Pending (806) 722-2663 MEN amount involvect in Resolved issues $11,800.76 E 7-7 i i Project information Sheet i i i `i 1 i t i 1 i 1 i Completed Project Owner City of Levelland JProject Name Lee St. Water System Improvements General Description of Project Installation of 14" water line Budget History Schedule Performance % of Bid Amount Amount Date Days Bid $ 777,548.95 Notice to Proceed 8/22/2011 Change Orders Contract Substantial Completion Date at Notice to Proceed 12/20/2011 Owner Enhancements $ (16,533.95) -2.13% Contract Final Completion Date at Notice to Proceed 1/19/2012 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ (16,533.95) -2,13% Actual / Estimated Substantial Completion Date Final Cost $ 761,015.00 Actual / Estimated Final Completion Date 04/2012 e 0 Project Manager Project Sup Safety Officer Quality Manager Name Ty Lane Chris Balios Chris Balios Chris Balios Percentage of lime Devoted to the Project Proposed for this Project Ty Lane Chris Balios Chris Balios Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change Name Title/position Organization Telephone Email Owner Designer Construction Manager Leonard Nail Engineer Parkhill,Smith&Cooper (806) 473-2200 1 Inail@team-psc.com Surety Howard Cowan Attorney Liberty Mutual (806) 722-2663 8 e a •e 011 ® e e e e a i, a •® a Zo. e um er of issues I 01al Amountinvolved In Resolved O a amountinvolved resolved 0 issues $0.00 Number of issues Pending 0 in Resolved Issues $0.00 ? C .»x _... ,. c....... S �.. .,.,...,..1 . .,...-.� i... .. ,::: Lr_........J Project Information Sheet Completed Project Owner City of Lubbock JProject Name Lubbock Downtown Redevelopment General Description of Project • e a -e e Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 2,074,508.00 Notice to Proceed 1/31/2012 Change Orders Contract Substantial Completion Date at Notice to Proceed 11/25/2012 Owner Enhancements $ (16,033.96) -0.77% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ (16,033.96) -0,77%Actual / Estimated Substantial Completion Date Nov 2012 Final Cost $ 2,058,474,04 Actual / Estimated Final Completion Project Manager Date Project Sup Safety Officer December 2012 Quality Manager Name Ty Lane Troy Lane Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Ty Lane Troy Lane Chris Balios Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change • • e e • a e Name e e e a Title/position Organization Telephone Email Owner Mike Keenum City Engineer City of Lubbock, Texas (806) 775-2393 Mkeenum*mail.ci.lubbock.tx.us Designer Construction Manager Joseph Van Deventer Engineer SGS Engineering (806) 795-6827 JVanDeventer@SGSEng.com Surety • e •• um er resolved 0 Howard Cowan e e e e e a I Otal Amountinvolveo in eso v issues Attorney e e • $0.00 Liberty Mutual e > e. e Number of issues Pending (806) 722-2663 o amount n ve 0 in Resolved issues $0.00 Project Information Sheet c.ompieteo Project Owner I DCOS JProject Name Industrial Park General Description of Project Water and Sanitary Sewer Infastructure Budget History Schedule Performance Amount at Bid Amount Date Days Bid $ 1119911Si.is Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 269,497.00 22.47% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 269,497.00 22.47% Actual / Estimated Substantial Completion Date Final Cost $ 1,468,648AS Actual / Estimated Final Completion Date Project Sup Safety Officer January 2013 Quality Manager Project Manager Name Ty Lane Marty Hamm Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Ty Lane Marty Hamm Chris Balios Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change Name Title/position Organization Telephone Email Owner Designer Construction Manager George Villarreal Engineer Parkhill, Smith & Cooper (806) 473-3563 GViilarreal@team-psc.com Surety Numver or issues resolved 0 Howard Cowan issues Attorney $0.00 Liberty Mutual Number of issues Pending (806) 722-2663 tal amount va ve 0 in Resolved issues $0.00 Project Information Sheet Completed Project Owner City of Levelland Project Name 2012 Water System Improvements General Description of Project Replace 2" cast iron water with 6" and 8" pvc - •MERVEMEm- Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 249,210.00 Notice to Proceed 11/26/2012 210 Change Orders Contract Substantial Completion Date at Notice to Proceed 5/25/2013 180 Owner Enhancements $ 1,600.00 0.64% Contract Final Completion Date at Notice to Proceed 6/24/2013 210 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 1,600.00 0.64% Actual / Estimated Substantial Completion Date Final Cost $ 250,810,00 Actual / Estimated Final Completion Project Manager Date February 201 Quality Manager Project Sup Safety Officer Name Ty Lane Steve Levitt Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Ty Lane Steve Levitt Chris Balios Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change • a • e . • s Name • • . a Title/position Organization Telephone Email Owner Erik Re ino City of Levelland, Texas (806) 894-0113 ere0no@leveiliandtexas.ors Designer Construction Manager Kristi Laverty Engineer Parkhill, Smith & Cooper (906) 473-3634 klaverty@team-psc.com Surety # e • ^ • um er o issues resolved 0 Howard Cowan • e e e • � • • a a u mvo v in esa v issues Attorney s • # $0.00 Liberty Mutual e i a r Number of issues Pending (806) 722-2663 amount lotal involved 0 in Resolved issues 1 $0.00 Project Information Sheet Completed Project Owner I City of Lubbock JProject Name Reconstruction & Widening of Frankford Ave General Description of Project Remove and Relocate water and sewer infastructure for new road Performance Amount Amount Date Days Bid $ 251,878.50 Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 36,100.00 14.33% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Is 36,100.00 14.33% Actual / Estimated Substantial Completion Date 06/2013 Final Cost $ 287,978.50 • Actual / Estimated Final Completion Project Manager Date Project Sup Safety Officer 07/2013 Quality Manager Name Ty Lane Marty Hamm Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Ty Lane Marty Hamm Chris Balios Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change Name Title/position Organization Telephone Email Owner Mike Keenum City Engineer City of Lubbock, Texas (806) 775-2393 jVIkeenum@mail.O lubbock.tx.us Designer Construction Manager Rick Humphries Project Mgr Allen Butter Construction (806) 745-7498 rhumphries@alienbutier.net Surety Howard Cowan Attorney Liberty Mutual (806) 722-2663MIN WIN i: um er o sues a un mva v m o e a amount involved resolved 0 issues $0.00 Number of issues Pending q in Resolved issues 1 $0.00 E �'i L.. 4 Project Information Sheet Completed Project Owner Costco JProject Name Costco Warehouse, Lubbock General Description of Project Water and Sanitary Sewer infastructure Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 880,398.00 Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 56,433.00 6.41% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 56,433.00 6.41% Actual / Estimated Substantial Completion Date 10/2013 Final Cost $ 936,831,00 Actual / Estimated Final Completion Project Manager Date Project Sup Safety Officer 10/2013 Quality Manager Name Ty Lane Chris Balios Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Ty lane Chris Balios Chris Balios Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change sName Title/position Organization Telephone EmailJ;; Jerry Pollock Project Mgr ackson Dead Constructlo (425) 531-1077 jerryp@jacksondean,com a • e 0 Howard Cowan e • e e invo v m o ve issues Attorney e • ® $0.00 Liberty Mutual e ; e eoaoun Number of issues Pending (806) 722-2663 o a a oun mvo 0 in Resolved issues $0.00 J Project Information Sheet Completed 77- - ------- -71 ram--^. �----^, �-----� !'-�---• ,---•.--w .....�•� �'—^"� „"'�.� '..'T--� '��� "__—�, i Project Information Sheet Comoleted Project Owner City of Lubbock Project Name East Erskine Stree 12" Water line Extension General Description of Project Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 298,366.00 Notice to Proceed 12/3/2014 90 Change Orders Contract Substa ntW Completion Date at Notice to Proceed 3/3/2015 Owner Enhancements $ 3,262.00 1.09% Contract Final Completion Date at Notice to Proceed 3/3/2015 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 3,262,00 1.09% Actual j Estimated Substantial Completion Date Feb 2015 Final Cost $ 301,628.00 Actual / Estimated Final Completion Project Manager Date Project Sup Safety Officer Feb 2015 Quality Manager Name Ty lane Marty Hamm Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change • e • e . • • • Name • e • e Title/position Organization Telephone Email Owner Josh Kristinek Engineer City of Lubbock (806) 775-3397 Jkristinek@mail.ci.lubbock.tx.us Designer Construction Manager Surety resolved I 0 Howard Cowan Issues Attorney $0.00 Liberty Mutual Number of issues Pending (806) 722-2663 0 in Resolved issues $0.00 Project Information Sheet Project Information Sheet 7-7 Project Information Sheet Project Information Sheet Comoleted Project Owner I City of Lubbock Project Name South Lubbock Sanitary Sewer Extension - Phase 1 General Description of Project Installation of 35,400' Fiberglass Sewer Pipe, ranging in size from 24" — 54" and depths from 0' — 42' Budget History Schedule Performance Amount % of 8i Amount Date Days Bid $ 20,293,159.95 Notice to Proceed 5/19/2014 Change Orders Contract Substantial Completion Date at Notice to Proceed May 2015 Owner Enhancements $ (13,848.31) -0.07% Contract Final Completion Date at Notice to Proceed May 2015 Unforeseen Conditions $ 265,699,10 1.31% Change Order Authorized Substantial Completion Date October 2015 Design Issues Change Order Authorized Final Completion Date October 2015 Total $ 251,850.79 1.24% Actual %Estimated Substantial Completion Date Final Cost $ 20,545,010.74 • Actual / Estimated Final Completion Project Manager Date Project Sup Safety Officer j0cober2015 ober 2015 Quality Manager Name Ty Lane Chris Balios Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change m e e • .•• e Name • e e Title/position Organization Telephone Email Owner Zoltan Fekete Engineer City of Lubbock, Texas (806) 775-3317 ZFekete0maii.cl.lubbock.tx.us Designer Construction Manager Aaron Rader Engineer Kimsey Horn Associates (817) 335-6511 aaron.rader@kimley-horn.com Surety O e a -• um r o i ues resolved 0 Howard Cowan • a e a • e o a Amountmvo v m eso ve issues Attorney • e $0.00 Liberty Mutual L•. e Number of issues Pending (806) 722-2663 o a amount involved 0 in Resolved issues $0.00 Project Information Sheet City of Lubbo& M1 }' City of Lubbock, '><'X Insurance Requirement Affidavit To Be Completed by Offeror Must be submitted with Proposal Bid RFP 16-12922-7F 1, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been reviewed by me and my Insurance Agent/Broker. If t am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate o the City meeting all of the requirements defined in this proposal. nal Signature) Ty Lane Contractor (Print) CONTRACTOR'S BUSINESS NAME: Utility Contractors of America, Inc. (Print or Type) CONTRACTOR'S FIRM ADDRESS: 5805 CR 7700 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 16-12922-TF - Lift Station 46 Force Main Relocation 8110/2016 3:03 PM P. 50 Page Intentionally Left Blank 1 City of Lubbock Bid RFP 16-12922-TF Safety Record Questionnaire The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts. - The definition and criteria for determining the safety record of a proposer for this consideration shall be: The City of Lubbock shalt consider the safety record of the offerors in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the proposer for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. 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 a 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 three (3) questions and submit them with their proposals: QUESTION ONE Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its N 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 I 8/10/2016 3:03 PM p. 52 City oft Lock Bid RFP 18-12922-TF !QUESTION TWO Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO ✓ If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. MSTIONMREE 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 (I0) years, of a criminal offense which resulted in serious bodily injury or death? YES NQ ✓ 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: .652 ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. 1 am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentatiopsX omissions may cause my proposal to be rejected. Si at re v Ty Lane, President Title 2 8/10/2015 3;03 PM p, 53 a member of K&S Group, Inc. March 2, 2015 City of Lubbock 1628 131" Street Lubbock, TX 79401 ` Re: Utility Contractors of America, Inc.'s Workers Comp Policy Modifier To Whom It May Concern, Please see the below calculation of the total policy modifier for the current year. This modifier represents the experience modifier combined with a scheduled modifier determined by the insurance company. The schedule modification factor is comprised of all additional discounts provided by the insurance company for such items as, but not limited to: 1. UCA s implementation of safety recommendations of insurance carriers safety department 2. UCA's enrollment in company healthcare network 3. Premium discount for size of operation 4. Underwriter's discretion In order to calculate this scheduled modifier you add up the three (3) discounts listed on the declarations page of the policy (scheduled credit, health care network and premium discount). I've attached a copy of the declarations page for the current Workers Compensation policy so _. you can see where the below reference discounts are shown in the rating. .15 (scheduled credit) + .12 (network credit) + .0780 (premium discount) _ .348 This number is then applied against the experience modifier (1.00) to generate a policy modifier _ of .652. 2255 Ridge Road 6 Suite 333 0 P.O. Box 277 4 Rockwall, Texas 75087 Main (972) 771-4071 Toll Free (866) 823-0673 0 Fax (972) 771-4695 Amarillo ® Claude i Dallas ! Denton El Paso 0 Ft. Worth ® Grapevine 0 Henrietta ® Houston ® Plano Port Arthur ® Rockwall 0 San Angelo • San Antonio 0 Southlake • Spring 0 Tyler ® Waco 4 Wichita Falls ii If you need any further explanation or have any questions about anything presented in this letter please give me a call. Since , Johnny Moss, Partner attachment UTILITY CONTRACTORS OF AMERICA INC (See INSURED NAME EXTENDED pf) 5905 COUNTY ROAD 7700 LIIBBOCK, TX 70424-7074 POLICY NUMBER TSF-0001204282 201408% ' 'MID FvdarAlTS1cID 76-2214193 OTHERWORNPLACMNMSHO"AD" WHITE EHILL �tt7J1 INC 4 2 13urau Nwabv 420078452 EW�h DALLAS USA, K&S INSURANCE AGENCY RaWodof OODIZO4262 PO BOX 277 Eatlty CORPORATION ROCKWALL , TX 75087-0277 IMrarim Adjrtibl ai MDNTHLY-15% 11 GP Th9 Popsy Period k Ike M 9-06-2014 To: 9-05-2015 tYdi1 /LM. ep�dsrrdtlrnaat ttraisearad't egYhtp sgdtees A. Woflw CarroWaatkrrr howan= Pert One of ttim poky appll" t0 U» Wotkers' C*MptrmWW Lew of ttw "a load W& TEXAS L Empiayers U0hft 11-1W- ' 1 Part TM0 0t the p*Fcy epp/es b frnrk !n eech stah ibbad 1n tW3A. TIN I k+1is of our USW under Part T%w anx Bodily k*ny by Accident t 1,000.000 Koch Aaddsrd Sot k*" by Dbwaaa fi 1.000 ,000 Esm Empu yee Sadly byty► by Diasase 4 1,000,000 Polcy Uw* C. Other 8tahs ratallm Part Ttres 0t #w poky appies to 8m abam if any. fished how NONE o. TM%peftMcleftsVia" e*d*F5WnadaSad scbedrdeC See Schedule of Endorsements attached The pnttt Um forttds policy, we bs detawdnad by cur nwR lts of Rides, ChwdScaftra, Item amd Raft Plana. AN Iftiatrnallnn regrSrtd babes 1s abject to'rMriflcWm and Shams by &wdL TOTALENTRAATEDCrANDARDPREM1 85,489.00 WAIVER OF BUBROOATION . . . . . . . . . . 1,710.00 IMMEABED EMPLOYERS LIABILITY' LIMITS . . . . . . . . . . . 1,744.00 TOTAL PREMIUM SUBJECT TO (MODIFICATIONS . . . . .. 98,943.00 PREMIUM MODIFIED TO REFLECT EXPERIENCE MOD OF ( 1.001.00 PREMIUM MODIFIED TO REFLECT SCHEDULE RATING OF ( .85 ). : 13,341.00- WORKERS' COMP HEALTH CARE NETWORK DISCOUNT ( .12 1. 9,072.00- DEDt1CTIBLE PREMIUM . . . . . . . . . . . . . ADMIRALTYIFELA OR L 3 N W . . . . . • •00 PREMIUM DISCOUNT. IF APPLICABLE ( 7.80) . 5,180,00- EXPENSE CONSTANT CHARGE . . . . . . . . . . . . . . . . . 15D.00 TOTALESTIMA71iZDAM11l1OLPREMIUM A 61 ,401 .00 MOttim PREMIUM 250.00 �. 1"a oePowT pMJbl 9,22A.00 Countw%Wied by Issue Data! 9-03-2D14 Page Intentionally Left Blank f I Vl � City of Lubbock Suspension and Debarment Certification EN RFP 18-12922-TF Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. 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: Utilitv Contractors of America, Inc. FEDERAL TAX 1D or SOCIAL SWVRi:"�--75-2214193 Signature of Company Official: V Printed name of company officialVinove: Ty Lane, President Date Signed:y 8/18/16 8/1012016 &63 PM p. 54 Page Intentionally Left Blank Ctty of Lubbock Bid RFP 16-12922-TF PROPOSED LIST OF SUB -CONTRACTORS i ".., Minority Owned Name Location Services Provided Yes No (Company 2. 3. _ 0 0 4. 6. ❑ ❑ 7. ❑ ❑ _®y g. ❑ ❑ 9. ° ° ❑ ❑ 11. ❑ ❑ 12. ❑ a 13. 16. THIS FORM SMALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: Utility Contractors of America, Inc. (PRINT NAME OF COMPANY) RIFP 16-12922-TF - Lift Station 46 Force Main Relocation 8/1012016 3,03 PM p, se Pate Intentionally Left Blank POST -CLOSING DOCUMENT REQUIREMENTS The below -listed document must be received in the Purchasing and Contract Management Office Not Later Than SEVEN BUSINESS DAYS after the close date when proposals are due. FINAL LIST OF SUB -CONTRACTORS Pate Intentionally Left Blank City of Lubbock Bid RFP 16-12922--TF FINAL LIST OF SUB -CONTRACTORS n- Minority Owned Company Name Location Services Provided Yes No _�,yu), 4 , ° Li 2. ❑ ❑ 3. ❑ ❑ 4. ❑ a 5. ❑ ❑ 6. ❑ ❑ _ 7. ❑ ❑ �..€ 9. ❑ ❑ 9. ❑ ❑ 10. ❑ ❑ ❑ ❑ 12. ❑ ❑ 13. ❑ ❑ 14. ❑ ❑ 15. ❑ ❑ 16. ❑ o SUBMITTED BY: Utility Contractors of America Inc. (PRINT NAME OF COMPANY) THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN BUSINESS DAYS AFTER THE CLOSE DATE WHEN PROPOSALS ARE DUE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO RFP 16-12922-TF - Lift Station 46 Force Main Relocation a11012016 3:03 PM P. 59 Page Intentionally Left Blank PERFORMANCE BOND Pap.e Intentionally Left Blank PAYMENT BOND Page Intentionally Left Blank BOND NO. 022053415 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 Utility Contractors of America, Inc. (hereinafter called the Principal(s), as Principal(s), and LIBERTY MUTUAL INSURANCE COMPANY (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Five Hundred Fifty Thousand Eight Hundred Twenty Dollars ($550,820) 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 22°d day of September, 2016, to RFP 16-12922-TF Lift Station 46 Force Main Relocation and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be detennined 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 = day of OCTOBER , 2016. LIBERTY MUTUAL INSURANCE CAeANY Surety '(x/� 4e *By: 4a-) /IV-) J HOWARD COWAN ATTORNEY -IN -FACT UTILITY CONTRACTORS OF (Company Name) AMERICA, INC. (Title) Pate Intentionally Left Blank The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates HOWARD COWAN 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. LIBERTY MUTUAL INSURANCE Surety C013PANY *By: �> ( itle) HOWARD COWAN ATTORNEY —IN —FACT Approved as to Form C: * gned by an officer of the Surety Company, there must be on file a certified extract from the by-laws Not� showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 2 Page Intentionally Left Blank 0 1 The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates HOWARD COWAN 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. LIBERTY MUTUAL INSURANCE Surety COMPANY * By (Title) HOWARD COWAN ATTORNEY -IN -FACT Approved as to form: City of Lubb ck ffi By: * Note: VX' gned by an officer of the Surety Company there must be on file a certified extract from the by-laws showing That this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 2 Pate Intentionally Left Blank The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates HOWARD COWAN 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. LIBERTY MUTUAL INSURANCE - Surety COMPANY * By. ��✓ (Title) HOWARD COWAN ATTORNEY —IN —FACT Approved as to fon City of I * Note: gned by an officer of the Surety Company there must be on file a certified extract from the by-laws { showing hat this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 2 Pate Intentionally Left Blank Figure: 28 TAC §1.601(a)(3) 1 IMPORTANT NOTICE To obtain information or make a complaint: 2 You may contact Home Office Surety at 1-610-832-8240 AVISO IMPORTANTE Para obtener informaci6n o para someter una queja: Usted puede contactar a servicio de la oficina principal de Surety al: 1-610-832-8240 3 You may call (company)'s toll -free telephone Usted puede Ilamar al numeeo de telefono number for information or to make a complaint gratis de (company)'s para informaci6n o at: para someter una queja al: (800) 472-5357 Surety Option #7 4 You may also write to Liberty Mutual Surety at: 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462 (800) 472-5357 Surety Opci6n De #7 Usted tambien puede escribir a Liberty Mutual Surety 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462 5 You may contact the Texas Department of Puede comunicarse con el Departmento de Insurance to obtain information on companies, Seguros de Texas para obtener informaci6n coverages, rights or complaints at: acerca de companias, coberturas, derechos o quejas al: (800) 252-3439 6 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 - Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us 7 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the (agent) (company) (agent or the company) first. If the dispute is not resolved, you may contact the Texas Department of Insurance. (800) 252-3439 Puede escribir al Departamento de Seguros de Texas: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reciamo, debe comunicarse con el (agente) (la compania) (agente o la compania) primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). 8 ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA: This notice is for information only and does not Este aviso become a part or condition of the attached document. S-6128/1-M 7/07 XDP THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent hereinstated. Certificate No. 7329890 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the taws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Howard Cowan; Maria Hill all of the city of Lubbock state of TX each individually if there be more than one named, its true and lawful attomey-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 15th day of April 2016cc j Y INSL American Fire and Casualty Company ANDCgSG yltaSUq ysPiSttg �w oq{� �swrvy �o�aars�rR% �.�e o�o�:Fror� The Ohio Casualty Insurance Company N �fi a to Liberty Mutual Insurance Company d n 1912 1991 a 1906 0 0 1919 > e _ C � b �. West merican Insurance Company r 0). By >+ STATE OF PENNSYLVANIA ss David M. Care ;'Assistant Secretary COUNTY OFMONTGOMERY C pt On this 15th dayof April 2016 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire and c� a) Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Insurance Company, and West American Insurance Company, and that he, as such, being authorized so to do, W j R execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. ` £ i > IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. 0CL PAsr COMMONWEALTH OF PENNSYLVANIA o Q M a WQZo oNW F(f Notarial Seal / ��/,� y . Teresa Pastella, Notary Public By: J"�Q/C 0 L of Plymouth Twp., Montgomery County Teresa Pastella, Notary Public d 0r. L ��Q My Commission Expires March 28, 2017 3 to 4(f€ 0 pt d_ 40 Member, Pennsylvania Association of Notaries a0 4 a F�+' d lQ This Power of Attorney is made and executed pursuant to an , by authority of the following By-laws and Authorizations of American Fire and Casualty Company, The Ohio Casualty Insurance to CD Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: w coo i ARTICLE IV— OFFICERS — Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject 0 c �,0; to such limitation as the Chairman or the President may prescribe, shall appoint such attomeys-in-fact; as may be necessary to act in behalf of the Corporation to make, execute, seal, z, d acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so -� p to executed, such instruments shall be as binding as if signed by President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under > the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers"granting such power or authority. t � r+ N i ARTICLE Xlil — Execution of Contracts - SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by chairman or the president, E eQ r L and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalfofthe Company to make; execute, M' p = seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their . E- ao 0 respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so 0 o executed such instruments shall be as binding as if signed by the president and attested by the secretary. 0 to Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attomeys-in- fact as maybe necessary to act on behalf of the Company, to make, execute, seal, acknowledge and deliver, as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretaryof the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. 1, Gregory W. Davenport, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, i have hereunto set my hand and affixed the seals of said Companies this 5 TH day of OCTOBER 2016 ANOCgSU jYINSVq A�itsSrtgq PytNSUgi 44.�oaposarF9fy uyP�oaonar�'9.yr+. �� ��a�.�Wr� rn F� s�o0.o�r�r�, i7 By: a T906 p o 7919 n > 1912 0 1991 f 2 �° a� n Gregory W. Davenport, Assistant Secretary b' � �•y /iAkSP� iy 70 of 200 LMS_12873_122013 CERTIFICATE OF INSURANCE Pau Intentionally Left Blank ACOR le C40 CERTIFICATE OF LIABILITY INSURANCE ATE (MM/DD/YYYY) P10/4/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER K&S Insurance Agency 2255 Ridge Road, Ste. 333 P . O. BOX 277 Rockwall TX 75087 CONTACT Cheryl Rogers PHONE (972) 771-4071 AIC No : (972) 771-4695 ADDARESS,crogers@kandsins.com INSURERS AFFORDING COVERAGE NAIC # INSURERA:National Trust Insurance Co. INSURED Utility Contractors of America, Inc., DBA: Utility Contractors of America, Ltd. 5805 CR 7700 Lubbock TX 79424 INSURERB:Texas Mutual Insurance Co. 22945 INSURER CContinental Casualty Insurance 20443 INSURERD: INSURERE: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF MMIDD POLICY EXP MMIDD LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISES Ea occurrence $ 100 000 MED EXP (Any one person) $ 5,000 CPP0019154 9/5/2016 9/5/2017 1 ( PERSONAL & ADV INJURY $ 1,000,000 GENT AGGREGATE LIMIT APPLIES PER: E GENERAL AGGREGATE $ 2,000,000 POLICY PRO- JECT LOC PRODUCTS - COMP/OP AGG $ 2,000,000 Employee Benefits $ 1,000,000 OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident)___.,__ $ 1,000,000 BODILY INJURY (Per person) BODILY INJURY (Per accident) $ $ A AUTO ALL OWNED SCHEDULED AUTOS AUTOS CA100005345 9/5/2016 9/5/2017 IANY PROPERTY DAMAGE Per accident $ HIRED AUTOS X NON -OWNED AUTOS Uninsured/Underinsured $ 1,000,000 X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 10,000,000 AGGREGATE $ 10,000,000 A EXCESS LIAB CLAIMS -MADE DED I X I RETENTION$ 10,000 $ UMB0019631 9/5/2016 9/5/2017 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE X SPER J - TATUTE ERH E.L. EACH ACCIDENT $ 1,000,000 B OFFICER/MEMBER EXCLUDED? ❑ N / A (Mandatory in NH) 0001204282 9/5/2016 9/5/2017 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 H yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 C Leased/Rented Equipment 5086911620 9/5/2016 9/5/2017 $300,000 w/$1,000 Deductible DESCRIPTION OF OPERATIONS (LOCATIONS /VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Project: RFP 16-12922-TF Contract 12922 Lift Station 46 Force Main Relocation Please see attached for additional information. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Lubbock THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN PO BOX 2000, Room 204 ACCORDANCE WITH THE POLICY PROVISIONS. Lubbock, TX 79457 AUTHORIZED REPRESENTATIVE Johnny Moss/CHERYL ACORD 25 (2014/01) INS025 001401) ©1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 0 COMMENTS/REMARKS The following Applies to the General Liability Policy: Additional Insured Form #CGL084 10/13 for Ongoing Operations and Completed Operations; Additional Insured Form 9CGL088 10/13 for Lessor of Leased Equipment; Primary & Non -Contributory Form #CGL025 11/08; Waiver of Subrogation Form #CGL088 10/13. The following Applies to the Businss Auto Policy: Additional Insured Form #CAU058 1/15; Waiver of Subrogation Form #CAU058 1/15; Primary & Non -Contributory Form #CAU042 1/15 The following Applies to the Worker's Compensation Policy: Waiver of Subrogation Form #WC420304B *ALWAYS REFER TO THE ATTACHED POLICY FORMS FOR SPECIFIC WORDING OF SUCH COVERAGE,LIMITS,CONDITIONS & EXCLUSIONS. ' OFREMARK COPYRIGHT 2000, AMS SERVICES INC. ' COMMERCIAL GENERAL LIABILITY CGL 084 (10 13) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU - ONGOING OPERATIONS AND PRODUCTS -COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM 5UHtLIULt ns or required by written contract or agreement per Paragraph A. As required by written contract or agreement. Locations of Covered Operations (As per the written contract or agreement, provided the location is within the "coverage territory".) As per the written contract or agreement, provided the location is within the coverage territory. (Information required to complete this Schedule, if not shown above, will be shown in the Declarations.) A. Section II —Who Is An Insured is amended to include as an additional insured: 1. Any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement in effect during the term of this policy that such person or organization be added as an additional insured on your policy, and 2. Any other person or organization you are required to add as an additional insured under the contract or agreement described in Paragraph 1. above; and 3. The particular person or organization, if any, scheduled above. Such person(s) or organization(s) is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" occurring after the execution of the contract or agreement described in Paragraph 1. above and caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf in the performance of your ongoing operations for the additional insured; or 3. Your work" performed for the additional insured and included in the "products -completed operations hazard" if such coverage is specifically required in the written contract or agreement. CGL 084 (10 13) Includes copyrighted material of the Insurance Services Offices, Inc. with its permission. Page 1 of 3 Copyright 2013 FCCI Insurance Group. COMMERCIAL GENERAL LIABILITY CGL 084 (10 13) However, the insurance afforded to such additional insured(s) described above: 1. Only applies to the extent permitted by law; 2. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured; 3. Will not be broader than that which is afforded to you under this policy; and 4. Nothing herein shall extend the term of this policy. B. The insurance provided to the additional insured does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: 1. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surreys, field orders, change orders or drawings and specifications; or 2. Supervisory, inspection, architectural or engineering activities. C. This insurance is excess over any other valid and collectible insurance available to the additional insured whether on a primary, excess, contingent or any other basis; unless the written contract or agreement requires that this insurance be primary and non-contributory, in which case this insurance will be primary and non-contributory relative to insurance on which the additional insured is a Named Insured. D. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement described in Paragraph A.1.; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. E. Section IV —Commercial General Liability Conditions is amended as follows: The Duties In The Event of Occurrence, Offense, Claim or Suit condition is amended to add the following additional conditions applicable to the additional insured: An additional insured under this endorsement must as soon as practicable: 1. Give us written notice of an "occurrence" or an offense which may result in a claim or "suit" under this insurance, and of any claim or "suit" that does result; 2. Send us copies of all legal papers received in connection with the claim or "suit", cooperate with us in the investigation or settlement of the claim or defense against the "suit", and otherwise comply with all policy conditions; and 3. Tender the defense and indemnity of any claim or "suit" to any provider of other insurance which would cover the additional insured for a loss we cover under this endorsement and agree to make available all such other insurance. However, this condition does not affect Paragraph C. above. CGL 084 (10 13) Includes copyrighted material of the Insurance Services Offices, Inc. with its permission. Page 2 of 3 Copyright 2013 FCCI Insurance Group. COMMERCIAL GENERAL LIABILITY CGL 084 (10 13) We have no duty to defend or indemnify an additional insured under this endorsement until we receive from the additional insured written notice of a claim or "suit". F. This endorsement does not apply to any additional insured or project that is specifically identified in any other additional insured endorsement attached to the Commercial General Liability Coverage Form. CGL 084 (10 13) Includes copyrighted material of the Insurance Services Offices, Inc. with its permission. Page 3 of 3 Copyright 2013 FCCI Insurance Group. FIRST CHOICE CONTRACTORS LIABILITY ENDORSEMENT TABLE OF CONTENTS DESCRIPTION PAGE AdditionalInsured Coverage........................................................................................... .......................10 Bail Bonds........................................................................ ....9 ....................................................................................... Blanket Waiver of Subrogation.................................................................................................................................16 BodilyInjury and Property Damage............................................................................................................................1 Care, Custody or Control............................................................................................................................................3 Contractors Errors and Omissions.............................................................................................................................7 Contractual Liability (Personal & Advertising Injury)..................................................................................................2 ElectronicData Liability..............................................................................................................................................1 GeneralLiability Conditions......................................................................................................................................14 IncidentalMalpractice...............................................................................................................................................10 Insured................................................................................. ..10 ................................................................................... Limited Product Withdrawal Expense.........................................................................................................................4 Limitsof Insurance....................................................................................................................................................12 Loss of Earnings .......... .............. ..............................................................................................................................10 . Newly Formed or Acquired Organizations................................................................................................................12 Non -Owned Watercraft...............................................................................................................................................1 Property Damage Liability — Borrowed Equipment.....................................................................................................1 Tenant's Property and Premises Rented To You.......................................................................................................9 VoluntaryProperty Damage..................................................................................................... ..................................2 COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. FIRST CHOICE CONTRACTORS LIABILITY ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM NOTE: The following are additions, replacements and amendments to the Commercial General Liability Coverage Form, and will apply unless excluded by separate endorsement(s) to the Commercial General Liability Coverage Form. The COMMERCIAL GENERAL LIABILITY COVERAGE FORM is amended as follows: SECTION I - COVERAGES, COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE is amended as follows: 1. Extended "Property Damage" Exclusion 2.a., Expected or Intended Injury, is replaced with the following: a. "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. 2. Non -owned Watercraft Exclusion 2.g. (2) (a) is replaced with the following: (a) Less than 51 feet long; and 3. Property Damage Liability — Borrowed Equipment The following is added to Exclusion 2.j. (4): Paragraph (4) of this exclusion does not apply to "property damage" to borrowed equipment while at a jobsite and not being used to perform operations. The most we will pay for "property damage" to any one borrowed equipment item under this coverage is $25,000 per "occurrence". The insurance afforded under this provision is excess over any other valid and collectible property insurance (including deductible) available to the insured, whether primary, excess, contingent or on any other basis. 4. Limited Electronic Data Liability Exclusion 2.p. is replaced with the following: p. Electronic Data Damages arising out of 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. The most we will pay under Coverage A for "property damage" because of all loss of "electronic data" arising out of any one "occurrence" is $10,000. CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 1 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) We have no duty to investigate or defend claims or "suits" covered by this Limited Electronic Data Liability coverage. The following definition is added to SECTION V — DEFINITIONS of the Coverage Form: "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. For purposes of this Limited Electronic Data Liability coverage, the definition of "Property Damage" in SECTION V — DEFINITIONS of the Coverage Form is replaced by the following: 17. "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: c. Loss of, loss of use of, damage to, corruption of, inability to access, or inability to properly 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 purposes of this insurance, "electronic data" is not tangible property. SECTION 1— COVERAGES, COVERAGE B. PERSONAL AND ADVERTISING INJURY LIABILITY is amended as follows: Paragraph 2.e. Exclusions -- the Contractual Liability Exclusion is deleted. SECTION I — COVERAGES, the following coverages are added: COVERAGE D. VOLUNTARY PROPERTY DAMAGE 1. Insuring Agreement We will pay, at your request, for "property damage" caused by an 'occurrence", to property of others caused by you, or while in your possession, arising out of your business operations. The amount we will pay for damages is described in SECTION III LIMITS OF INSURANCE. 2. Exclusions This insurance does not apply to: "Property Damage" to: a. Property at premises owned, rented, leased or occupied by you; b. Property while in transit; c. Property owned by, rented to, leased to, loaned to, borrowed by, or used by you; CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 2 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) d. Premises you sell, give away, or abandon, if the "property damage" arises out of any part of those premises; e. Property caused by or arising out of the "products -completed operations hazard"; f. Motor vehicles; g. "Your product" arising out of it or any part of it; or h. "Your work" arising out of it or any part of it. 3. Deductible We will not pay for loss in any one "occurrence" until the amount of loss exceeds $250. We will then pay the amount of loss in excess of $250 up to the applicable limit of insurance. 4. Cost Factor In the event of a covered loss, you shall, if requested by us, replace the damaged property or furnish the labor and materials necessary for repairs thereto at your actual cost, excluding profit or overhead charges. The insurance afforded under COVERAGE D is excess over any other valid and collectible property or inland marine insurance (including the deductible applicable to the property or inland marine coverage) available to you whether primary, excess, contingent or any other basis. Coverage D covers unintentional damage or destruction, but does not cover disappearance, theft, or loss of use. The insurance under COVERAGE D does not apply if a loss is paid under COVERAGE E. COVERAGE E. CARE, CUSTODY OR CONTROL 1. Insuring Agreement We will pay those sums that the insured becomes legally obligated to pay as damages because of "property damage" caused by an "occurrence", to property of others while in your care, custody, or control or property of others as to which you are exercising physical control if the "property damage" arises out of your business operations. The amount we will pay for damages is described in SECTION III LIMITS OF INSURANCE. 2. Exclusions This insurance does not apply to: "Property Damage" to: a. Property at premises owned, rented, [eased or occupied by you; b. Property while in transit; c. Premises you sell, give away, or abandon, if the "property damage" arises out of any part of those premises; d. Property caused by or arising out of the "products -completed operations hazard"; CGL 088 (1013) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 3 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) e. Motor vehicles; f. "Your product" arising out of it or any part of it; or g. "Your work" arising out of it or any part of it. 3. Deductible We will not pay for loss in any one "occurrence" until the amount of loss exceeds $250. We will then pay the amount of loss in excess of $250 up to the applicable limit of insurance. 4. Cost Factor In the event of a covered loss, you shall, if requested by us, replace the damaged property or furnish the labor and materials necessary for repairs thereto at your actual cost, excluding profit or overhead charges. The insurance afforded under COVERAGE E is excess over any other valid and collectible property or inland marine insurance (including the deductible applicable to the property or inland marine coverage) available to you whether primary, excess, contingent or any other basis. The insurance under COVERAGE E does not apply if a loss is paid under COVERAGE D. COVERAGE F. LIMITED PRODUCT WITHDRAWAL EXPENSE 1. Insuring Agreement a. If you area "seller", we will reimburse you for "product withdrawal expenses" associated with "your product" incurred because of a "product withdrawal" to which this insurance applies. The amount of such reimbursement is limited as described in SECTION III - LIMITS OF INSURANCE. No other obligation or liability to pay sums or perform acts or services is covered. a. This insurance applies to a "product withdrawal" only if the "product withdrawal" is initiated in the "coverage territory" during the policy period because: (1) You determine that the "product withdrawal" is necessary; or (2) An authorized government entity has ordered you to conduct a "product withdrawal". c. We will reimburse only those "product withdrawal expenses" which are incurred and reported to us within one year of the date the "product withdrawal" was initiated. d. The initiation of a "product withdrawal" will be deemed to have been made only at the earliest of the following times: (1) When you have announced, in any manner, to the general public, your vendors or to your employees (other than those employees directly involved in making the determination) your decision to conduct a "product withdrawal" This applies regardless of whether the determination to conduct a "product withdrawal" is made by you or is requested by a third party; (2) When you received, either orally or in writing, notification of an order from an authorized government entity to conduct a "product withdrawal; or CGL 088 (1013) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 4 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) (3) When a third party has initiated a "product withdrawal" and you communicate agreement with the "product withdrawal or you announce to the general public, your vendors or to your employees (other than those employees directly involved in making the determination) your decision to participate in the "product withdrawal", whichever comes first. e. "Product withdrawal expenses" incurred to withdraw "your products" which contain: (1) The same "defect" will be deemed to have arisen out of the same "product withdrawal"; or (2) A different "defect" will be deemed to have arisen out of a separate "product withdrawal" if newly determined or ordered in accordance with paragraph 1.b of this coverage. 2. Exclusions This insurance does not apply to "product withdrawal" expenses" arising out of: a. Any "product withdrawal" initiated due to: (1) The failure of "your products" to accomplish their intended purpose, including any breach of warranty of fitness, whether written or implied. This exclusion does not apply if such failure has caused or is reasonably expected to cause "bodily injury" or physical damage to tangible property. (2) Copyright, patent, trade secret or trademark infringements; (3) Transformation of a chemical nature, deterioration or decomposition of "your product", except if it is caused by: (a) An error in manufacturing, design, processing or transportation of "your product'; or (b) "Product tampering". (4) Expiration of the designated shelf life of "your product". b. A "product withdrawal", initiated because of a "defect" in "your product" known to exist by the Named Insured or the Named Insured's "executive officers", prior to the inception date of this Coverage Pant or prior to the time "your product" leaves your control or possession. c. Recall of any specific products for which "bodily injury" or "property damage" is excluded under Coverage A - Bodily Injury And Property Damage Liability by endorsement. d. Recall of "your products" which have been banned from the market by an authorized government entity prior to the policy period. e. The defense of a claim or "suit" against you for "product withdrawal expenses". 3. For the purposes of the insurance afforded under COVERAGE F, the following is added to 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit Condition under SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: e. Duties In The Event Of A "Defect" Or A "Product Withdrawal" (1) You must see to it that we are notified as soon as practicable of any actual, suspected or threatened "defect" in "your products", or any governmental investigation, that may result in a "product withdrawal". To the extent possible, notice should include: CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 5 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) (a) How, when and where the "defect" was discovered; (b) The names and addresses of any injured persons and witnesses; and (c) The nature, location and circumstances of any injury or damage arising out of use or consumption of "your product". (2) If a "product withdrawal" is initiated, you must: (a) Immediately record the specifics of the "product withdrawal" and the date it was initiated; (b) Send us written notice of the "product withdrawal" as soon as practicable; and (c) Not release, consign, ship or distribute by any other method, any product, or like or similar products, with an actual, suspected or threatened defect. (3) You and any other involved insured must: (a) Immediately send us copies of pertinent correspondence received in connection with the "product withdrawal"; (b) Authorize us to obtain records and other information; and (c) Cooperate with us in our investigation of the "product withdrawal". 4. For the purposes of this Coverage P, the following definitions are added to the Definitions Section: a. "Defect" means a defect, deficiency or inadequacy that creates a dangerous condition. b. "Product tampering" is an act of intentional alteration of "your product" which may cause or has caused "bodily injury" or physical injury to tangible property. When "product tampering" is known, suspected or threatened, a "product withdrawal" will not be limited to those batches of "your product" which are known or suspected to have been tampered with. c. "Product withdrawal" means the recall or withdrawal of "your products", or products which contain "your products", from the market or from use, by any other person or organization, because of a known or suspected "defect" in "your product", or a known or suspected "product tampering", which has caused or is reasonably expected to cause "bodily injury" or physical injury to tangible property. d. "Product withdrawal expenses" means those reasonable and necessary extra expenses, listed below paid and directly related to a "product withdrawal": (1) Costs of notification; (2) Costs of stationery, envelopes, production of announcements and postage or facsimiles; (3) Costs of overtime paid to your regular non -salaried employees and costs incurred by your employees, including costs of transportation and accommodations; (4) Costs of computer time; (5) Costs of hiring independent contractors and other temporary employees; (6) Costs of transportation, shipping or packaging; CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 6 of 16 Copyright 2013 FCC[ Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) (7) Costs of warehouse or storage space; or (8) Costs of proper disposal of "your products", or products that contain "your products", that cannot be reused, not exceeding your purchase price or your cost to produce the products; but "product withdrawal expenses" does not include costs of the replacement, repair or redesign of "your product", or the costs of regaining your market share, goodwill, revenue or profit. e. "Seller" means a person or organization that manufactures, sells or distributes goods or products. "Seller" does not include a "contractor" as defined elsewhere in this endorsement. The insurance under COVERAGE F does not apply if a loss is paid under COVERAGE G. COVERAGE G. CONTRACTORS ERRORS AND OMISSIONS 9. Insuring Agreement If you are a "contractor", we will pay those sums that you become legally obligated to pay as damages because of "property damage" to "your product", "your work" or "impaired property", due to faulty workmanship, material or design, or products including consequential loss, to which this insurance applies. The damages must have resulted from your negligent act, error or omission while acting in your business capacity as a contractor or subcontractor or from a defect in material or a product sold or installed by you while acting in this capacity. The amount we will pay for damages is described in SECTION III LIMITS OF INSURANCE. We have no duty to investigate or defend claims or "suits" covered by this Contractors Errors or Omissions coverage. This coverage applies only if the "property damage" occurs in the "coverage territory" during the policy period. This coverage does not apply to additional insureds, if any. Supplementary Payments — Coverage A and B do not apply to Coverage G. Contractors Errors and Omissions. 2. Exclusions This insurance does not apply to: a. "Bodily injury" or "personal and advertising injury". b. Liability or penalties arising from a delay or failure to complete a contract or project, or to complete a contract or project on time. c. Liability because of an error or omission: (1) In the preparation of estimates or job costs; (2) Where cost estimates are exceeded; (3) In the preparation of estimates of profit or return on capital; (4) In advising or failure to advise on financing of the work or project; or (5) In advising or failing to advise on any legal work, title checks, form of insurance or suretyship. CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 7 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) d. Any liability which arises out of any actual or alleged infringement of copyright or trademark or trade dress or patent, unfair competition or piracy, or theft or wrongful taking of concepts or intellectual property. e. Any liability for damages: (1) From the intentional dishonest, fraudulent, malicious or criminal acts of the Named Insured, or by any partner, member of a limited liability company, or executive officer, or at the direction of any of them; or (2) Which is in fact expected or intended by the insured, even if the injury or damage is of a different degree or type than actually expected or intended. f. Any liability arising out of manufacturer's warranties or guarantees whether express or implied. g. Any liability arising from "property damage" to property owned by, rented or leased to the insured. h. Any liability incurred or "property damage" which occurs, in whole or in part, before you have completed "your work." "Your work" will be deemed completed at the earliest of the following times: (1) When all of the work called for in your contract or work order has been completed; (2) When all the work to be done at the job site has been completed if your contract calls for work at more than one job site; or (3) When that part of the work done at a job site has been put to its intended use by any person or organization other than another contractor or subcontractor working on the same project. Work that may need service or maintenance, correction, repair or replacement, but which is otherwise complete, will be treated as complete. i. Any liability arising from "property damage" to products that are still in your physical possession. j. Any liability arising out of the rendering of or failure to render any professional services by you or on your behalf, but only with respect to either or both of the following operations: (1) Providing engineering, architectural or surveying services to others; and (2) Providing or hiring independent professionals to provide engineering, architectural or surveying services in connection with construction work you perform. Professional services include the preparing, approving or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders, or drawings and specifications. Professional services also include supervisory or inspection activities performed as part of any related architectural or engineering activities. But, professional services do not include services within construction means, methods, techniques, sequences and procedures employed by you in connection with construction work you perform. k. Your loss of profit or expected profit and any liability arising therefrom. I. "Property damage" to property other than "your product," "your work" or "impaired property." m. Any liability arising from claims or "suits" where the right of action against the insured has been relinquished or waived. CGL 088 (1013) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 8 of 16 Copyright 20113 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) n. Any liability for "property damage" to "your work" if the damaged work or the work out of which the damage arises was performed on your behalf by a subcontractor. o. Any liability arising from the substitution of a material or product for one specified on blueprints, work orders, contracts or engineering specifications unless there has been written authorization, or unless the blueprints, work orders, contracts or engineering specifications were written by you, and you have authorized the changes. p. Liability of others assumed by the insured under any contract or agreement, whether oral or in writing. This exclusion does not apply to liability for damages that the insured would have in the absence of the contract or agreement. 3. For the purposes of Coverage G, the following definition is added to the Definitions section: a. "Contractor" means a person or organization engaged in activities of building, clearing, filing, excavating or improvement in the size, use or appearance of any structure or land. "Contractor' does not include a "seller' as defined elsewhere in this endorsement. 4. Deductible We will not pay for loss in any one "occurrence" until the amount of loss exceeds $250. The limits of insurance will not be reduced by the application of the deductible amount. We may pay any part or all of the deductible amount to effect settlement of any claim or "suit", and upon notification of the action taken, you shall promptly reimburse us for such part of the deductible amount as has been paid by us. 5. Cost Factor In the event of a covered loss, you shall, if requested by us, replace the damaged property or furnish the labor and materials necessary for repairs thereto at your actual cost, excluding profit or overhead charges. The insurance under COVERAGE G does not apply if a loss is paid under COVERAGE F. EXPANDED COVERAGE FOR TENANT'S PROPERTY AND PREMISES RENTED TO YOU The first paragraph after subparagraph (6) in Exclusion j., Damage to Property is amended to read as follows: Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" (other than damage by fire) to premises, including the contents of such premises, rented to you. A separate limit of insurance applies to Damage To Premises Rented To You as described in Section III — Limits Of Insurance. SECTION I - COVERAGES, SUPPLEMENTARY PAYMENTS — COVERAGE A and B is amended as follows: All references to SUPPLEMENTARY PAYMENTS — COVERAGES A and B are amended to SUPPLEMENTARY PAYMENTS— COVERAGES A, B, D. E, and G. 1. Cost of Bail Bonds Paragraph 1.b. is replaced with the following: b. Up to $2,500 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 9 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) 2. Loss of Earnings Paragraph 1.d. is replaced with the following: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to $500 a day because of time off from work. SECTION II — WHO IS AN INSURED Is amended as follows: 1. Incidental Malpractice Paragraph 2.a.(1)(d) is replaced with the following: (d) Arising out of his or her providing or failing to provide professional health care services. However, this exclusion does not apply to a nurse, emergency medical technician or paramedic employed by you to provide medical services, unless: (i) You are engaged in the occupation or business of providing or offering medical, surgical, dental, x-ray or nursing services, treatment, advice or instruction; or (ii) The "employee" has another insurance that would also cover claims arising under this provision, whether the other insurance is primary, excess, contingent or on any other basis. 2. Broadened Who Is An Insured The following are added to Paragraph 2.: Subsidiaries e. Your subsidiaries if: (1) They are legally incorporated entities; and (2) You own more than 50% of the voting stock in such subsidiaries as of the effective date of this policy. If such subsidiaries are not shown in the Declarations, you must report them to us within 180 days of the inception of your original policy. Additional Insureds f. Any person or organization described in paragraphs g. through k. below whom you are required to add as an additional insured on this policy under a written contract or agreement in effect during the term of this policy, provided the written contract or agreement was executed prior to the "bodily injury", "property damage" or "personal and advertising injury" for which the additional insured seeks coverage. However, the insurance afforded to such additional insured(s): (1) Only applies to the extent permitted by law; (2) Will not be broader than that which you are required by the contract or agreement to provide for such additional insured; (3) Will not be broader than that which is afforded to you under this policy; (4) Is subject to the conditions described in paragraphs g. through k. below; and CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 10 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) (5) Nothing herein shall extend the term of this policy. g. Owner, Lessor or Manager of Premises If the additional insured is an owner, lessor or manager of premises, such person or organization shall be covered only with respect to liability arising out of the ownership, maintenance or use of that part of any premises leased to you and subject to the following additional exclusions: (1) Any "occurrence" that takes place after you cease to occupy those premises; or (2) Structural alterations, new construction or demolition operations performed by or on behalf of such person or organization. h. State or Governmental Agency or Subdivision or Political Subdivision — Permits or Authorizations If the additional insured is the state or any political subdivision, the state or political subdivision shall be covered only with respect to operations performed by you or on your behalf for which the state or political subdivision has issued a permit or authorization. This insurance does not apply to: (1) "Bodily injury", "property damage", or "personal and advertising injury" arising out of operations performed for the federal government, state or municipality; or (2) "Bodily injury" or "property damage" included within the "products -completed operations hazard". i. Lessor of Leased Equipment If the additional insured is a lessor of leased equipment, such lessor shall be covered only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your maintenance, operation or use of equipment leased to you by such person(s) or organization(s). With respect to the insurance afforded to these additional insureds, this insurance does not apply to any "occurrence" which takes place after the equipment lease expires. j. Mortgagee, Assignee, or Receiver If the additional Insured is a mortgagee, assignee, or receiver of premises, such mortgagee, assignee or receiver of premises is an additional insured only with respect to their liability as mortgagee, assignee, or receiver and arising out of the ownership, maintenance, or use of the premises by you. This insurance does not apply to structural alterations, new construction and demolition operations performed by or for that person or organization. k. Vendor If the additional insured is a vendor, such vendor is an additional insured only with respect to "bodily injury" or "property damage" caused by "your products" which are distributed or sold in the regular course of the vendor's business, subject to the following additional exclusions: (1) The insurance afforded to the vendor does not apply to: (a) "Bodily injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in absence of the contract or agreement. (b) Any express warranty unauthorized by you; CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its -permission. Page 11 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) (c) Any physical or chemical change in "your product" made intentionally by the vendor; (d) Repackaging, unless unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; (e) Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products; (f) Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product; (g) Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor; or (h) "Bodily injury" or "property damage" arising out of the sole negligence of the vendor for its own acts or omissions or those of its own acts or omissions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: i. The exceptions contained in Subparagraphs d. or f., or ii. Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products. (2) This insurance does not apply to any insured person or organization, from whom you have acquired such products, or any ingredient, part or container, entering into, accompanying or containing such products. 3. Newly Formed or Acquired Organizations Paragraph 3. is amended as follows: a. Coverage under this provision is afforded until the end of the policy period. d. Coverage A does not apply to product recall expense arising out of any withdrawal or recall that occurred before you acquired or formed the organization. SECTION III — LIMITS OF INSURANCE is amended as follows: 1. Paragraph 2. Is replaced with the following: 2. The General Aggregate Limit is the most we will pay for the sum of: a. Medical expenses under Coverage C; b. Damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard"; c. Damages under Coverage B; d. Voluntary "property damage" payments under Coverage D; and e. Care, Custody or Control damages under Coverage E. CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 12 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) 2. Paragraph 5. is replaced with the following: 5. Subject to Paragraph 2. or 3. above, whichever applies, the Each Occurrence Limit is the most we will pay for the sum of: a. Damages under Coverage A; b. Medical expenses under Coverage C; c. Voluntary "property damage" payments under Coverage D; d. Care, Custody or Control damages under Coverage E; e. Limited Product Withdrawal Expense under Coverage F; and f. Contractors Errors and Omissions under Coverage G. because of all "bodily injury" and "property damage" arising out of any one "occurrence". 3. Paragraph 6. is replaced with the following: 6. Subject to Paragraph 5. above the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of "property damage" to any one premises, while rented to you, or in the case of damage by fire or explosion, while rented to you or temporarily occupied by you with permission of the owner. The Damage to Premises Rented to You Limit is the higher of the Each Occurrence Limit shown in the Declarations or the amount shown in the Declarations as Damage To Premises Rented To You Limit. 4. Paragraph 7. is replaced with the following: 7. Subject to Paragraph 5. above, the higher of $10,000 or the Medical Expense Limit shown in the Declarations is the most we will pay under Coverage C for all medical expenses because of "bodily injury" sustained by any one person. 5. Paragraph 8. is added as follows: 8. Subject to Paragraph 5. above, the most we will pay under Coverage D. Voluntary Property Damage for loss arising out of any one "occurrence" is $1,500. The most we will pay in any one -policy period, regardless of the number of claims made or suits brought, is $3,000. 6. Paragraph 9. is added as follows: 9. Subject to Paragraph 5. above, the most we will pay under Coverage E. Care, Custody or Control for "property damage" arising out of any one "occurrence" is $1,000. The most we will pay in any one -policy period, regardless of the number of claims made or suits brought, is $5,000. 7. Paragraph 10. is added as follows: 10. Subject to Paragraph 5. above, the most we will pay under Coverage F. Limited Product Withdrawal Expense for "product withdrawal expenses" in any one -policy period, regardless of the number of insureds, "product withdrawals" initiated or number of "your products" withdrawn is $10,000, CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 13 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) B. Paragraph 11. is added as follows: 11. Subject to Paragraph 5. above, the most we will pay under Coverage G. Contractors Errors and Omissions for damage in any one -policy period, regardless of the number of insureds, claims or "suits" brought, or persons or organizations making claim or bringing "suits" is $10,000. For errors in contract or job specifications or in recommendations of products or materials to be used, this policy will not pay for additional costs of products and materials to be used that would not have been incurred had the correct recommendations or specifications been made. 9. Paragraph 12. is added as follows: 12. The General Aggregate Limit applies separately to: a. Each of your projects away from premises owned by or rented to you; or b. Each "location" owned by or rented to you. "Location" as used in this paragraph means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. 10. Paragraph 13. is added as follows: 13. With respect to the insurance afforded to any additional insured provided coverage under this endorsement: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the contract or agreement; or b. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: 1. Subparagraph 2.a. of Duties In The Event Of Occurrence, Offense, Claim, or Suit is replaced with the following: a. You must see to it that we are notified as soon as practicable of an "occurrence" or an offense which may result in a claim. This requirement applies only when the "occurrence" or offense is known to the following: (1) An individual who is the sole owner, (2) A partner, if you are a partnership or joint venture; (3) An "executive officer" or insurance manager, if you are a corporation; (4) A manager, if you are a limited liability company; CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 14 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) (5) A person or organization having proper temporary custody of your property if you die; (6) The legal representative of you if you die; or (7) A person (other than an "employee") or an organization while acting as your real estate manager. To the extent possible, notice should include: (1) How, when and where the `occurrence" or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the `occurrence" or offense. 2. The following Is added to Subparagraph 2.b. of Duties In The Event Of Occurrence, Offense, Claim, or Suit: The requirement in 2.b.applies only when the "occurrence" or offense is known to the following: (1) An individual who is the sole owner; (2) A partner or insurance manager, if you are a partnership or joint venture; (3) An "executive officer" or insurance manager, if you are a corporation; (4) A manager or insurance manager, if you are a limited liability company; (5) Your officials, trustees, board members or insurance manager, if you are a not -for -profit organization; (6) A person or organization having proper temporary custody of your property if you die; (7) The legal representative of you if you die; or (8) A person (other than an "employee") or an organization while acting as your real estate manager. 3. The following is added to paragraph 2. of Duties in the Event of Occurrence, Offense, Claim or Suit: e. If you report an 'occurrence" to your workers compensation carrier that develops into a liability claim for which coverage is provided by the Coverage Form, failure to report such an "occurrence" to us at the time of the "occurrence" shall not be deemed a violation of paragraphs a., b., and c, above. However, you shall give written notice of this "occurrence" to us as soon as you become aware that this "occurrence" may be a liability claim rather than a workers compensation claim. 4. Paragraph 6. is replaced with the following: 6. Representations By accepting this policy, you agree: a. The statements in the Declarations are accurate and complete; b. Those statements are based upon representations you made to us; and c. We have issued this policy in reliance upon your representations. CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 15 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) Any error or omission in the description of, or failure to completely describe or disclose any premises, operations or products intended to be covered by the Coverage Form will not invalidate or affect coverage for those premises, operations or products, provided such error or omission or failure to completely describe or disclose premises, operations or products was not intentional. You must report such error or omission to us as soon as practicable after its discovery. However, this provision does not affect our right to collect additional premium charges or exercise our right of cancellation or nonrenewal. 5. The following is added to paragraph 8. Transfer Of Rights Of Recovery Against Others To Us: However, we waive any right of recovery we may have because of payments we make for injury or damage arising out of your ongoing operations or "your work" included in the "products -completed operations hazard" under the following conditions: a) Only when you have agreed in writing to waive such rights of recovery in a contract or agreement; b) Only as to the person/entity as to whom you are required by the contract to waive rights of recovery; and c) Only if the contract or agreement is in effect during the term of this policy, and was executed by you prior to the loss. 6. Paragraph 10. is added as follows: 10. Liberalization If we revise this Coverage Form to provide more coverage without additional premium charge, your policy will automatically provide the additional coverage as of the day the revision is effective in the applicable state(s). CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 16 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 025 (11 08) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, ADDITIONAL INSUREDS -- PRIMARY/NON-CONTRIBUTORY COVERAGE WHEN REQUIRED BY CONTRACT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM The following is added to SECTION IV — Commercial General Liability Conditions, Paragraph 4, entitled "Other Insurance", subsection b. entitled "Excess Insurance", paragraph (1): This insurance is excess over: (v) Any other insurance naming an additional insured as an insured on a primary basis, excess, contingent or on any other basis unless a written contract specifically requires that this insurance be primary and noncontributing. The written contract must be currently in effect or become effective during the term of this policy and must be executed prior to the "bodily injury", "property damage" or "personal and advertising injury." CGL 025 (11 08) Includes copyrighted material of Insurance Services Office, with its permission. Page 1 of 1 Copyright 2008 FCCI Insurance Group. POLICY NUMBER: CA100005345 COMMERCIAL AUTOMOBILE CAU 042 (01 15) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED DESIGNATED PERSON OR ORGANIZATION PRIMARY/NON-CONTRIBUTORY COVERAGE This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM This endorsement is subject to the terms, conditions, exclusions and any other provisions of the BUSINESS AUTO COVERAGE FORM or any endorsement attached thereto unless changes or additions are indicated below. For the purpose of this endorsement, Section II. A. 1. Who Is An Insured is amended by adding the following: 1. Any person or organization designated in the schedule below is an "insured" for Liability Coverage but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section II of the Coverage Form. 2. This insurance is primary and non-contributory to other coverages of the person or organization shown in the Schedule when so required in a written contract or agreement that is executed prior to the loss for which coverage is sought. CAU042 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 1 of 1 Copyright 2013 FCC[ Insurance Group. AUTO FIRST CHOICE COVERAGE ENDORSEMENT TABLE OF CONTENTS DESCRIPTION PAGE AirbagCoverage.......................................................................................................................................................3 AutoLoan/Lease Gap Coverage..............................................................................................................................3 BroadForm Insured.................................................................................................................................................. I Concealment, Misrepresentation or Fraud...............................................................................................................4 Deductible................................................................................................................................................................. 3 Duties in the Event of Accident, Claim, Suit or Loss................................................................................................4 FellowEmployee...................................................................................................................................................... 2 Fire Department Service Charge..............................................................................................................................2 Other Insurance for Hired Auto Physical Damage Coverage...................................................................................4 Lossof Earnings.......................................................................................................................................................2 Lossof Use Expenses.............................................................................................................................................. 2 SupplementaryPayments........................................................................................................................................2 Transfer of Rights of Recovery against Others to Us............................................................................................... 4 TransportationExpenses..........................................................................................................................................2 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTO FIRST CHOICE COVERAGE ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM NOTE: The following are additions, replacements and amendments to the Business Auto Coverage Form, and will apply unless excluded by separate endorsement(s) to the Business Auto Coverage Form. With respect to coverages provided by this endorsement, the provisions of the Business Auto Coverage Form apply unless modified by this endorsement. The Business Auto Coverage Form is amended as follows: SECTION II — COVERED AUTOS LIABILITY COVERAGE is amended as follows: A. Paragraph 1. Who Is An Insured in section A. Coverage is amended by the addition of the following: d. Any legally incorporated subsidiary of yours in which you own more than 50% of the voting stock on the effective date of this coverage form. However, "insured" does not include any subsidiary that is an "insured" under any other liability policy or would be an "insured" under such a policy but for its termination or the exhaustion of its limits of insurance. In order for such subsidiaries to be considered insured under this policy, you must notify us of such subsidiaries within 60 days of policy effective date. e. Any organization you newly acquire or form during the policy period, other than a partnership or joint venture, and over which you maintain sole ownership or a majority interest. However, coverage under this provision: (1) Does not apply if the organization you acquire or form is an "insured" under another liability policy or would be an "insured" under such a policy but for its termination or the exhaustion of its limits of insurance; (2) Does not apply to "bodily injury' or "property damage" that occurred before you acquired or formed the organization; and (3) Is afforded only for the first 90 days after you acquire or form the organization or until the end of the policy period, whichever comes first. f. Any person or organization who is required under a written contract or agreement between you and that person or organization, that is signed and executed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, to be named as an additional insured is an "insured" for Liability Coverage, but only for damages to which this insurance applies and only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Section II. g. Any "employee" of yours using: (1) a covered "auto" you do not own, hire or borrow, or a covered "auto" not owned by an "employee" or a member of his or her household, while performing duties related to the conduct of your business or your personal affairs; or (2) 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. However, your "employee" does not qualify as an insured under this paragraph (2) while using a covered "auto" rented from you or from any member of the "employee's" household CAU 058 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 1 of 4 Copyright 2015 FCCI Insurance Group. COMMERCIAL AUTO CAU 058 (01 15) h. Your members, if you are a limited liability company, while using a covered "auto" you do not own, hire or borrow, while performing duties related to the conduct of your business or your personal affairs. B. Paragraphs (2) and (4) under section 2. Coverage Extensions, a. Supplementary Payments are deleted and replaced by the following: (2) Up to $3,000 for cost of bail bonds (including bonds for related traffic violations) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" solely at our request, including actual loss of earnings up to $500 a day because of time off from work. C. Paragraph 5. under section B. Exclusions is deleted and replaced by the following: 5. Fellow Employee "Bodily injury" to: a. Any fellow "employee" of the "insured" arising out of and in the course of a fellow "employee's" employment or while performing duties related to the conduct of your business. However, this exclusion does not apply to your "employees" that are officers or managers if the "bodily injury' results from the use of a covered "auto" you own, hire or borrow. Coverage is excess over any other collectible insurance; or b. The spouse, child, parent, brother or sister of that fellow "employee" as a consequence of Paragraph a. above. SECTION III — PHYSICAL DAMAGE COVERAGE is amended as follows: A. Paragraph 4. Coverage Extensions under section A. Coverage is deleted and replaced by the following: 4. Coverage Extensions a. Transportation Expenses We will pay up to $75 per day to a total maximum of $2,000 for temporary transportation expense incurred by you due to covered loss to any covered auto. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes Of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 24 hours after a loss and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its "loss". b. Loss of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver under a written rental contract or agreement. We will pay for loss of use expenses if caused by: (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for hired "autos'; (2) Specified Causes of Loss only if the Declarations indicate that Specified Causes of Loss Coverage is provided for hired "autos"; or (3) Collision only if the Declarations indicate that Collision Coverage is provided for hired "autos". However, the most we will pay for any expenses for loss of use to any one vehicle is $75 per day, to a total maximum of $2,000. B. The following is added to paragraph 4. Coverage Extensions under section A. Coverage: c. Fire Department Service Charge When a fire department is called to save or protect a covered "auto", its equipment, its contents, or occupants from a covered cause of loss, we will pay up to $1,000 for your liability for fire department service charges assumed by contractor or agreement prior to loss. No deductible applies to this additional coverage. CAU 058 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 2 of 4 Copyright 2015 FCCI Insurance Group. COMMERCIAL AUTO CAU 058 (01 15) d. Auto Loan/Lease Gap Coverage The following provisions apply: (1) If a long term leased "auto", under an original lease agreement, is a covered "auto under this coverage form and the lessor of the covered "auto" is named as an additional insured under this policy, in the event of a total loss to the leased covered "auto", we will pay any unpaid amount due on the lease, less the amount paid under the Physical Damage Coverage Section of the policy; and less any: (a) Overdue lease or loan payments including penalties, interest, or other charges resulting from overdue payments at the time of the "loss"; (b) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (c) Security deposits not refunded by the lessor; (d) Costs for extended warranties, Credit Life Insurance, Health Accident or Disability Insurance purchased with the loan or lease; and (e) Carry-over balances from previous loans or leases. (2) If an owned "auto" is a covered "auto" under this coverage form and the loss payee of the covered "auto" is named a loss payee under this policy, in the event of a total loss to the covered "auto", we will pay any unpaid amount due on the loan, less the amount paid under the Physical Damage Coverage Section of the policy; and less any; (a) Overdue loan payments at the time of the "loss'; (b) Costs for extended warranties, Credit Life Insurance, Health Accident or Disability Insurance purchased with the loan; and - (c) Carry-over balances from previous loans. C. Paragraph 3. under section B. Exclusions is deleted and replaced by the following: 3. We will not pay for "loss" due and confirmed to: a. Wear and tear, freezing, mechanical or electrical breakdown b. Blowouts, punctures or other road damage to tires This exclusion does not apply to such 'loss" resulting from the total theft of a covered "auto". However, this exclusion does not include the discharge of an airbag in a covered "auto" you own that inflates due to a cause other than a cause of "loss" set forth in Paragraphs A.1.b and A.1.c.but only: a. If that "auto" is a covered "auto" for Comprehensive Coverage under this policy; b. The airbags are not covered under any warranty; and c. The airbags were not intentionally inflated We will pay up to a maximum of $1,000 for any one "loss". D. Section D. Deductible is deleted and replaced by the following: D. Deductible For each covered "auto", our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by the applicable deductible shown in the Declarations subject to the following: Any Comprehensive Coverage deductible shown in the Declarations does not apply to: (1) "Loss" caused by fire or lightning; and (2) "Loss" arising out of theft of your vehicle if your vehicle is equipped with an active GPS tracking system. CAU 058 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 3 of 4 Copyright 2015 FCC[ Insurance Group. COMMERCIAL AUTO CAU 058 (01 15) (3) Glass damage to the side or rear windows if the glass is repaired rather than replaced. However, no deductible shall apply to damage to the windshield of any covered "auto" or to safety glass. SECTION IV — BUSINESS AUTO CONDITIONS is amended as follows: A. The following is added to paragraph a. under section A. Loss Conditions, 2. Duties in the Event of Accident, Claim, Suit or Loss: This duty applies when the "accident", claim, "suit" or "loss" is first known to: (a) You, if you are an individual; (b) A partner, if you are a partnership; (c) An executive officer or insurance manager, if you are a corporation; or (d) A member or manager, if you are a limited liability company. B. Condition 5. Transfer of Rights of Recovery against Others to Us under section A. Loss Conditions is deleted and replaced by the following: 5. Transfer of Rights of Recovery against Others to Us If a person or organization to or for whom we make payment under this coverage form has rights to recover damages from another, those rights are transferred to us. That person or organization must do everything necessary to secure our rights and must do nothing after "accident" or "loss" to impair them. However, if the insured has waived rights to recover through a written contract, or if your work was commenced under a letter of intent or work order, subject to a subsequent reduction in writing of such a waiver with customers whose customary contracts require a waiver, we waive any right of recovery we may have under this coverage form. C. The following is added to Condition 2. Concealment, Misrepresentation or Fraud under section B. General Conditions: However, if you unintentionally fail to disclose any hazards at the inception of your policy, we will not deny coverage under this coverage form because of such failure. This provision does not affect our right to collect additional premium or exercise our right of cancellation or non -renewal. D. Paragraph b. of Condition 5. Other Insurance under section B. General Conditions is deleted and replaced by the following: b. For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you own; (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented by your "employee" under a contract in that individual "employee's" name, with your permission, while performing duties related to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto", nor is any "auto" you hire from any of your "employees", partners (if you are a partnership), members (if you are a limited liability company), or members of their households. CAU 058 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 4 of 4 Copyright 2015 FCC[ Insurance Group. Tepvxasmutu Insurance Company WORKERS' COMPENSATION AND WC 42 03 04 B EMPLOYERS LIABILITY POLICY Agent 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 dale 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 09/05/2016 at 12:01 a.m. standard time, forms a part of: Policy No. 0001204282 of Texas Mutual Insurance Company effective on 09/05/2016 Issued to: UTILITY CONTRACTORS OF AMERICA INC Premium: $8,958.00 NCCI Carrier Code: 29939 Authorized Representative 09/01/2016 PO Box 12058, Austin, TX 78711-2058 1 of 1 (800) 859-5995 1 Fax (800) 359-0650 1 texasmutual.com WC420304B 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) $ Hired Autos Property Damage $ _ Non -Owned Autos GARAGE LIABILITY _. Any Auto Auto Only - Each Accident $ Other than Auto Only: Each Accident $ Aggregate $ BUILDER'S RISK _. 100% of the Total Contract Price $ INSTALLATION FLOATER $ EXCESS LIABILITY Umbrella Form Each Occurrence $ Aggregate $ Other Than Umbrella Form $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY The Proprietor/ Included Statutory Limits Partners/Executive Excluded Each Accident $ Officers are: Disease Policy Limit $ Disease -Each Employee $ OTHER I_. The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE (Name of Insurer) MUST BE SENT TO THE CITY OF LUBBOCK By: Title: The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto General Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE TtIE CONTRACTOR'S. TliIE ADDITIONAL INSURED ENDORSEMENT SUALL 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; ll (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 duringthe duration of the project; P J (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 report an employer's failure to provide coverage." and contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (D) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (F) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (G) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. Page Intentionally Left Blank Contract 12922 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 22" day of September, 2016 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and Utility Contractors of America, 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 16-12922-TF Lift Station 46 Force Main Relocation and all extra work in connection therewith, under the tenors 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. Utility Contractors of America, Inc.'s proposal dated August 18, 2016 is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. CONTRACTOR: Utility tr cti By: PRIM TITLE:P41 CITY OF LUBBO TEXAS (OWNER): of America, Inc. By: Daniel M. Pope, Mayor COMPLETE ADDRESS: Utility Contractors of America, Inc. 5805 CR 7700 Lubbock, TX 79424 ATTEST: /X Corp ate e etary ATT Rebec Garza, City Secretary APPROVED AS TO CONTENT: Turpin, P—E., of War Utilities Engineer Wood FraxKlA P.E/Director of APPROVED AS TO FORM: my eputy ty At . ey Page Intentionally Left Blank CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 t_r s 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, 841h Leg., Regular Session Businesses and individuals doing business with the City need to file conflict of interest questionnaires with the Office of the City Secretary's Office. Local government officers are also required to file when a conflict exists. The questionnaire is to be filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001 (1-a) with a local governmental entity and the vendor meets the requirements under Section 176.006(a). By law this questionnaire must be filed with the City Secretary's Office of the local governmental entity no later than the Vh business day after the date the vendor becomes aware of the facts that require the statement to be filled. p� .g f Chapter 176 of the Local Government Code requires the City Manager and Council Members to file a Conflicts 1_r Disclosure Statement regarding their relationships with City vendors (including bidders and potential vendors). The law also requires that any vendor who contracts, or seeks to contract, with the City for the sale or purchase --° of property, goods or services (including a bidder on a City contract) file a "Conflict of Interest Questionnaire" regarding the vendor's business relationships, if any, with Council Members or the City Manager. Compliance is the responsibility of each individual, business or agent who is subject to the law's filing requirement. Questions about compliance should be directed to your legal counsel. Office of the City Secretary 1625 13th Street, Room 206 Lubbock, TX 79401 Questionnaire is available at http://www.ci.lubbock.tx.us/departmentalwebsites/ departinents/purchasing/vendor-information CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES Texas Government Code 2252.908 Disclosure of Interested Parties Form 1295 House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. §2252.908, Texas Government Code requires the commission to adopt rules necessary to implement the new disclosure requirement and to prescribe the disclosure form. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Section 2252.908 provides definitions of certain terms occurring in the section. House Bill 1295 provides that §2252.908 applies only to a contract entered into on or after January 1, 2016. An interested parry is defined as a person who has a controlling interest in a business entity with whom a governmental entity or state agency contracts or who actively participates in facilitating the contract or negotiating the terms of the contract, including a broker, intermediary, adviser, or attorney for the business entity. Contractors are required to acquire Form 1295 via the Texas Ethics Commission website. This requires registration, generation of Form 1295 with a unique Certificate Number & filing date, printing the form, notarizing and returning the form to City of Lubbock Purchasing & Contract Management Department. Once the form is received by the Purchasing and Contract Management Department, the Buyer associated with the project will log -in to the Texas Ethics Commission portal and acknowledge receipt of the form not later than the 30th day after the date the contract for which the form was filed binds all parties to the contract. This will complete the form for the contract with which the form is associated. The completed form will be made available via the Texas Ethics Commission website. Form 1295 can be generated via the Texas Ethics Commission web portal. The website and detailed instructions are located at: https:H-w-ww.ethics.state.tx.us/whatsnew/elf info form 1295.1itm GENERAL CONDITIONS OF THE AGREEMENT a 8. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless 1? otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. f' 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 r, such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. The pipeline must be backfilled, tested, final grading and seeding performed for substantial completion. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for 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. it. 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. s 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES The Contractor is responsible for construction layout based on the control provided in the construction documents. All lines and grades shall be furnished whenever Owner's Representative (as distinguished from Resident Project Representative(s)) deems said lines and grades are necessary for the commencement of the work contemplated by 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. r� 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 inaterial 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 4 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 7, 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 perfonnance 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 perforining any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. prudent Contractor as a reasonable and necessary cost for performance of the extra work, as estimated by the Engineer and approved by the Owner.. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be detennined 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 terns and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the proposals are received, and if no such notice is received by the Owner's Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. In the absence of a requested clarification for a conflict in the documents prior to proposals 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. A. 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 d, COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION 1 ; COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. B. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) i The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 1 P h' Combined Single Limit in the aggregate and per occurrence to include: , Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury Heavy Equipment XCU B. Owner's and Contractor's Protective Liability Insurance. — NOT REQUIRED C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,000,000 Combined Single Limit per occurrence, to include all owned p , and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. D. Builder's Risk Insurance/Installation Floater Insurance. — NOT REQUIRED E. Umbrella Liability Insurance — NOT REQUIRED F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $1,000,000. 1. Definitions: r Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of j authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- !� 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. . Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a t `j �l project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 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. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and A ' (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of „ coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for - one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects s the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by 4 paragraphs (a) - (g), with the certificates of coverage to be provided to the person for „ r whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. F. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or hinits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the proposal specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. 1_ (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30-point bold type and text in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804- 4000 (www.tdi state.tmus) 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: (� �) p p j g "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this l 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 L Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; s (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 t (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such 1- individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and Engineer and all of its officers, agents and 1` 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 F--- 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 k save the Owner and Engineer, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to offering. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner and Engineer and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall 1 notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. I 33. SUBCONTRACTING f The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the Notice to Proceed and contract documents, respectively, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $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. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such tune and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the proposal; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative (as distinguished from the Resident Project Representative) may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, 1_- 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. 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 locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly # E 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 i i (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 workinen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project, provided that the over run or under run of estimated quantities note exceed 15% of the estimated quantity. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner and Engineer, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full confornity 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. 1 ` 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 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. t j 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Payment for materials on hand and delivered to the project site will be limited to 100 percent less the 5 percent standard retainage until actually incorporated into the project. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final , completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time but not to exceed 30 days after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or relating to such correction or removal. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed, (b) Claims filed or reasonable evidence indicating possible fling 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 z ' It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and fled with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual i 49 50. 51 6YA 53 written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 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. 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. 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. 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 perfonnance 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 cant' out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at .' the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 57. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 58. NON -ARBITRATION I, i E The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 59. HOUSE BILL 2015 House Bill 2015 signed by the Governor on June 14, 2013 and effective on January 1, 2014, authorizes a penalty to be imposed on a person who contracts for certain services with a governmental entity and who fails to properly classify their workers. This applies to subcontractors as well. Contractors and subcontractors who fail to properly classify individuals performing work under a governmental contract will be penalized $200 for each individual that has been misclassified (Texas Government Code Section 2155.001). 60. HOUSE BILL 1295: DISCLOSURE OF INTERESTED PARTIES House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Instructions for completing Form 1295 are available at: http://www.ei.lubbock.tx. us/departmental-websites/departments/purchasiniz/vendor-information Pap-e Intentionally Left Blank DAVIS-BACON WAGE DETERMINATIONS Pate Intentionally Left Blank EXHIBIT A General Decision Number: TX160007 01/08/2016 TX7 Superseded General Decision Number: TX20150007 State: Texas Construction Types: Heavy and Highway Counties: Armstrong, Carson, Crosby, Ector, Irion, Lubbock, Midland, Potter, Randall, Taylor and Tom Green Counties in Texas. HEAVY & HIGHWAY CONSTRUCTION PROJECTS Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Davis - Bacon Act for which the solicitation was issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/08/2016 * SUTX2011-002 08/02/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures) ... $ 13.55 ELECTRICIAN ...................... $ 20.96 FORM BUILDER/FORM SETTER Paving & Curb ...............$ 12.36 Structures ..................$ 13.52 I G:•: Asphalt Raker ...............$ 12.28 Flagger.....................$ 9.30 Laborer, Common .............$ 10.30 Laborer, Utility ............ $ 11.80 Work Zone Barricade Servicer....................$ 10.30 POWER EQUIPMENT OPERATOR: Asphalt Distributer ......... $ 14.87 Asphalt Paving Machine ...... $ 13.40 Broom and Sweeper ........... $ 11.21 Crane, Lattice Boom 80 Tons or Less ................$ 16.82 Crawler Tractor Operator .... $ 13.96 Excavator, 50,000 lbs or less ................ Front End Loader Operator, Over 3 CY................... $ 12.77 Front End Loader, 3CY or less ............. Loader/Backhoe..............$ 14.18 Mechanic .................... $ 20.14 Milling Machine .............$ 15.54 Motor Grader, Rough ........ $ 16.15 Motor Grader, Fine .......... $ 17.49 Pavement Marking Machine .... $ 16.42 Reclaimer/Pulverizer........ $ 12.85 Roller, Asphalt .............$ 10.95 Roller, Other ............... $ 10.36 Scraper .....................$ 10.61 Spreader Box ................ $ 12.60 Servicer .........................$ 13.98 Steel Worker (Reinforcing) ....... $ 13.50 TRUCK DRIVER $ 13.46 Lowboy -Float ................ $ 14.46 Single Axle ................. $ 12.74 Single or Tandem Axle Dump..$ 11.33 Tandem Axle Tractor with Semi ........................ $ 12.49 112.28 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental______ _-�_-------_----__-- Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198- 005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0 19 8. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA -, indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data _ reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage detennination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis - Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION EXHIBIT B Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT C Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. SPECIFICATIONS Pate Intentionally Left Blank PUBLIC WORKS ENGINEERING TECHNICAL SPECIFICATIONS � %M#A%LL T� 71,d T RFP 12922-TF August 2016 r .z ....................... JOSH KRISTINEK ..................................... 123228 -0 /Z71A-16 TABLE OF CONTENTS TECHNICAL SPECIFICATIONS 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 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 d 1 - DIVISION 2 — SITE WORK . 02260 Excavation Support and Protection----------------------------------------------- 3 ( 02317 Excavation and Backfill for Utilities---------------------------------------------- 10 02320 Utility Backfill Materials------------------------------------------------------------ 4 02445 Boring and Encasing----------------------------------------------------------------- 2 02530 Sanitary Sewer Piping---------------------------------------------------------------- 6 02665 Water Piping, Valves, and Fittings ------------------------------------------------ 14 DIVISION 3 — CONCRETE 03300 Cast -in -Place Concrete--------------------------------------------------------------- 9 Lift Station 41 Force Main Relocation Table of Contents August2016 SECTION 01010 SUMMARY OF WORK PART 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 is: John Turpin, P.E. t- < Chief Water Utilities Engineer City of Lubbock O: (806) 775-2342 (2) The Project Manager is: Zoltan Fekete, P.E. Senior Civil Engineer Water Utilities Engineering City of Lubbock O: (806) 775-3317 C. Section includes: f (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. Lift Station 46 Force Main Relocation 01010-1 August 2016 1.3 PROJECT DESCRIPTION A. The Work of this project shall consist of furnishing and installing approximately 5250 LF of 10" Sanitary Sewer Force Main from Lift Station 46 located at 34" Street and Quincy Avenue through the Milwaukee Ridge development to Milwaukee Avenue and 43'd Street in Lubbock, Texas. B. Major work items are: (1) Construct 5010' of 10" C-900 PVC force main (for sewer, green color) through direct bury installation. (2) Construct 510' of 12" SDR 35 PVC sewer gravity pipe through direct bury installation. (3) Install 210' of 10" C-900 PVC force main (for sewer, green color) by directional boring method. (4) Install 110' of 12" SDR 35 PVC Pipe within 24" steel casing by boring method. (5) Tie new force main to existing Lift Station 46. (6) Connect to existing 15" gravity pipe stub out at 43`d Street and Milwaukee Avenue. (7) Furnishing and installing 2" sewage combination air/vacuum release valve and box. (8) Cut, plug and abandon in -place existing 12" gravity pipe and 6" force main on both ends. (9) Asphalt paving cut and repair. C. 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 Minimum Design Standards and Specifications. E. A maximum of 500 feet of open trench will be permitted at any one 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 to a condition equal to or better than 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 barricade open excavations, construction material and equipment as to prevent unauthorized personnel from accessing. C. Contractor shall coordinate with the City Solid Waste Services to maintain solid waste collection schedules when working within alleys and public right of way. : Lift Station 46 Force Main Relocation 01010-2 August 2016 a.. 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 A. The Work summarized above shall be substantially completed within 180 calendar days from the date of the Notice to Proceed. B. There will be a $200 per day liquidated damages for each day that exceeds the 180-day limit. C. Within five (5) business days after the date of the Substantial Completion Certificate, the Engineer shall issue a Final Punch List of items to be corrected prior to Final Completion. D. Punch list items shall be complete to reach final completion within 30 calendar days from the date of substantial completion. There shall be $100 day liquidated damages assessed for each day that exceeds the 30-day limit. PART 2 PRODUCTS Not used. PART 3 EXECUTION 3.1 SECURITY PROCEDURES A. Contractor shall limit access to the site to persons involved in the work. B. Contractor shall provide secure storage for materials for which the owner has made payments and which are stored on site. C. Contractor shall secure completed work as required to prevent loss or damage. D. Contractor shall secure sites by means of fencing, security guards, or other means to prevent damage, theft, safety hazards, or other problems on the site. E. The use of security personnel shall be cleared with the Owner. 3.2 COORDINATION REQUIREMENTS A. Contractor shall inform the Owner when coordination of the work is required. B. If necessary, inform each party involved, in writing, of procedures required for coordination; include requirements for giving notice, submitting reports, and attending meetings. C. Coordinate shop drawings prepared by separate entities. D. Show installation sequence when necessary for proper installation. 3.3 PRE -CONSTRUCTION MEETING Lift Station 46 Force Main Relocation 01010-3 August 2016 1 A. A pre -construction meeting will be held at City Hall within ten (10) days of the date of Notice to Proceed and prior to any construction taking place. 3.4 WARRANTY 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. �... END OF SECTION IJ Lift Station 46 Force Main Relocation 01010-4 August 2016 �i SECTION 01019 CONTRACT CONSIDERATIONS PART1 GENERAL 1.1 SUMMARY A. This section covers the method for the Contractor to request payment for completed work. B. Section includes: (1) Schedule of Values (2) Application for Payment (3) Payment Retainage 1.2 SCHEDULE OF VALUES A. Contractor shall submit a Schedule of Values on Engineer approved Contractor's form within five (5) days after receiving the bid tabulation. B. Revise schedule to include approved Change Orders, with each Application for Payment. 1.3 APPLICATIONS FOR PAYMENT A. Submit three (3) 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 Lift Station 46 Force Main Relocation 01019-1 August2016 SECTION 01028 W,1FA [e7'M] 913 D1.94 9190161 p! 1111:i x`1 PART1 GENERAL 1.1 SUMMARY A. This section covers the procedures to be followed for a change in Contract price or time. B. Section Includes: - (1) Submittals (2) Documentation Of Change In Contract 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 1.2 SUBMITTALS A. Submit the name of the individual authorized to receive change order documents and be responsible for informing others in Contractor's employ or Subcontractors of changes to the Work. B. i 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. Lift Station 46 Force Main Relocation 01028-1 August 2016 1.4 CHANGE PROCEDURES 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. Lift Station 46 Force Main Relocation 01028-2 August 2016 4 r t i 1.10 CORRELATION OF CONTRACTOR SUBMITTALS 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 E Not used d i PART 3 EXECUTION Not used END OF SECTION Lift Station 46 Force Main Relocation 01028-3 August 2016 t SECTION 01039 COORDINATION AND MEETINGS PART 1 GENERAL 1.1 SUMMARY A. Section Includes: n (1) Coordination (2) Field Engineering r , (3) Pre -Construction Meeting 1 (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. Lift Station 4 Force Main Relocation 01039-1 August 2016 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 Lift Station 4 Force Main Relocation 01039-2 August 2016 1 ' SECTION 01140 WORK RESTRICTIONS PART1 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. 1.4 WORKING PERIOD A. Regular working hours shall be within an eleven (11) hour period between 7:00 a.m. and 6:00 p.m., Monday through Friday, and an eight (8) hour period between 9:00 a.m, and 5:00 p.m. on Saturday. (1) Saturday work shall be restricted to those activities that do not require observation by the Owner. (2) The Owner reserves the right, at the Owner's discretion, to disallow work when it interferes with holiday times and traffic. B. No work shall be performed on the following holiday periods or days: (1) New Year's Day (2) Good Friday Holiday (3) Memorial Day Holiday (4) Independence Day Holiday [.-,] Lift Station 46 Force Main Relocation 01140-1 August 2016 (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). Lift Station 46 Force Main Relocation 01140-2 August 2016 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 I PRODUCTS Not used PART 2 EXECUTION 2.1 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 %__� Lift Station 46 Force Main Relocation 01140-3 August 2016 { 7 ... .. .. t_ 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 79401 F. Allow enough time for submittal review, including time for re -submittals, as follows: (1) Time for review shall commence on the Owner or Engineer's receipt of submittal. (2) Allow fifteen (15) days for initial review of each submittal. (3) Allow additional time if processing must be delayed to permit coordination with subsequent submittals. (4) The Owner or Engineer will advise the Contractor when a submittal being processed must be delayed for coordination. (5) If more than five (5) submittals are transmitted for review within any five (5) day period, the time allowed for review will be increased to twenty-one (2 1) days. (6) Where concurrent review of submittals by the Engineer, Owner, or other parties is required, allow twenty-one (21) 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. Lift Station 46 Force Main Relocation 01300-1 August 2014 l� I 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 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 j t data. C. Include the following information, as applicable: #, (1) Dimensions i Lift Station 46 Force Main Relocation 01300-2 August 2014 �. _ i� i_ (2) Identification of products (3) Fabrication and installation drawings (4) Schedules (5) Design calculations (6) Compliance with specified standards (7) Notation of coordination requirements (8) Notation of dimensions established by field measurement D. For drawings larger than 11 x 17 inches, submit in the form of one reproducible transparency and one opaque reproduction. E. For drawings 11 x 17 inches and smaller, submit the number of opaque reproductions which Contractor requires, plus three (3) copies which will be retained by Engineer. F. Drawing size shall be minimum of 8 % 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 t ' 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. _ ; Lift Station 46 Force Main Relocation 01300-3 August 2014 (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. Lift Station 46 Force Main Relocation 01300-4 August 2014 3 SECTION 01310 PROGRESS SCHEDULES ,... PART 1 GENERAL A. Section Includes: (1) Format (2) Content (3) Revisions To Schedules (4) Submittals (5) Distribution 1.2 FORMAT A. Sequence of Listings: The chronological order of the start of each item of Work. B. Scale and Spacing: To provide space for notations and revisions. C. Sheet Size: Minimum 8 1/2 x 11 inches D. Submit only if requested by the Engineer or Owner at preconstruction or coordination meeting. E. Maintain monthly updates to schedule. 1.3 CONTENT A. Show complete sequence of construction by activity, with dates for beginning and completion of each element of construction. B. Identify each item by specification Section number. C. Provide sub -schedules to define critical portions of the entire Schedule. D. Show accumulated percentage of completion of each item, and total percentage of Work completed, as of the first day of each month. E. Provide separate schedule of submittal dates for shop drawings, product data, samples, and dates reviewed submittals will be required from the Engineer. Indicate decision date for selection of finishes. 1.4 REVISIONS TO SCHEDULES A. Indicate progress of each activity to date of submittal, and projected completion date of each �- activity. ( B. Identify activities modified since previous submittal, major changes in scope, and other identifiable changes. C. Provide narrative report to define problem areas, anticipated delays, and impact on Schedule., Report corrective action taken, or proposed, and its effect. 1.5 SUBMITTALS A. Submit initial Schedules within ten (10) days after date established in Notice to Proceed. After review, resubmit required revised data within ten (10) days. 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. r l__ Lift Station 46 Force Main Relocation 01310-1 August 2016 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 PRODUCTS Not used PART 1 EXECUTION Not used END OF SECTION Lift Station 46 Force Main Relocation 01310-2 August 2016 SECTION 01356 STORM WATER POLLUTION PREVENTION MEASURES PART1 GENERAL 1.1 SUMMARY A. Section Includes: (1) Contractor Responsibilities (2) Erosion and Sediment Controls (3) Components for Silt Fences (4) Components for Straw Bales (5) Storm Water Pollution Prevention Plan 1.2 CONTRACTOR RESPONSIBILITIES A. The Contractor shall implement, maintain, and update the Storm Water Pollution Prevention measures specified in the Storm Water Pollution Prevention Plan (SWP3) in a manner, which will meet the requirements of the Texas Pollution Discharge Elimination System (TPDES) General Permit No.TXR 150000. 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 . -.' Lift Station 46 Force Main Relocation 01356-1 August 2016 (1) The Contractor shall provide silt fences and/or diversion berms as a temporary structural practice to minimize erosion and sediment runoff. (2) Silt fences and/or diversion berms shall be properly installed to effectively retain sediment immediately after completing each phase of work where erosion would occur in the form of sheet and rill erosion (e.g., clearing and grubbing, excavation, embankment, and grading.) (3) Silt Fences/Diversion Berms shall be kept in good and functional condition for as long as they are required and until they are removed from the site. D. Sand/Gravel Bags (1) The Contractor may provide sand/gravel bags as a temporary structural practice to minimize erosion and sediment runoff. (2) Bags shall be properly placed to effectively retain sediment immediately after completing each phase of work (e.g., after clearing and grubbing in an area between a ridge and drain, bags shall be placed as work progresses, bags shall be removed/replaced/relocated as needed for work to progress in the drainage area). (3) Sand/gravel bags must remain in good condition, or they shall be replaced. E. Site Stabilization (1) The Contractor shall disturb the least amount of site area as possible. (2) Stabilization measures to be implemented by the Contractor may include any of the following measures: (a) Temporary or permanent seeding or sodding (b) Mulching (c) Geotextiles (d) Vegetative buffer strips (e) Paving (f) Stabilization measures shall be implemented in accordance with the SWP3. PART 2 PRODUCTS 2.1 COMPONENTS FOR SILT FENCES A. Filter Fabric (1) The geotextile shall comply with the requirements of ASTM D 4439, and shall consist of polymeric filaments, which are formed into a stable network such that filaments retain their relative positions. (2) The filament shall consist of a long -chain synthetic polymer composed of at least eight - five (85) percent by weight of ester, propylene, or amide, and shall contain stabilizers and/or inhibitors added to the base plastic to make the filaments resistant to deterioration due to ultraviolet and heat exposure. (3) Synthetic filter fabric shall contain ultraviolet ray inhibitors and stabilizers to provide a minimum of six (6) months of expected usable construction life at a temperature range of 0 to 120 degrees Fahrenheit. Lift Station 46 Force Main Relocation 01356-2 August 2016 (4) The filter fabric shall meet the following requirements: FILTER FABRIC FOR SILT FENCE PHYSICAL PROPERTY TEST PROCEDURE REQUIREMENT Grab Tensile ASTM D 4632 100 lbs. min. Elongation ASTM D 4632 30 % max. Trapezoid Tear ASTM D 4533 55 lbs. min. Permittivity ASTM D 4491 0.2 sec-1 AOS U.S. Std. Sieve ASTM D 4751 20 —100 B. Silt Fence Stakes and Posts (1) The Contractor may use either wooden stakes or steel posts for fence construction. (2) Wooden stakes utilized for silt fence construction shall have a minimum cross section of two (2) inches by two (2) inches when hardwood is used and two (2) inches by four (4) inches when pine is used, and shall have a minimum length of four (4) feet. (3) Steel posts (standard "U" or "T" section) utilized for silt fence construction shall have a minimum weight of 1.33 pounds per linear foot and a minimum length of four (4) feet. C. Identification, Storage, and Handling\ (1) Filter fabric shall be identified, stored, and handled in accordance with ASTM D 4873. 2.2 COMPONENTS FOR STRAW BALES A. Straw Bales (1) The straw in the bales shall be stalks from oats, wheat, rye, barley, rice, or from grasses such as Byhalia, Bermuda, etc., furnished in air-dry condition. (2) The bales shall have a standard cross section of fourteen (14) inches by eighteen (18) inches. All bales shall be either wire -bound or string -tied. (3) The Contractor may use either wooden stakes or #3 rebars to secure the straw bales to the ground. (4) Wooden stakes utilized for this purpose shall have minimum dimensions of two (2) inches by two (2) inches in cross section and shall have a minimum length of three (3) feet. (5) Rebar utilized for securing straw bales shall have a minimum diameter of 3/8 of an inch and a minimum length of three (3) feet. PART 3 EXECUTION 3.1 STORM WATER POLLUTION PREVENTION PLAN A. Storm Water Pollution Prevention Plan will be provided by the Contractor. B. The Contractor must keep a copy of the SWP3 on site at all times. C. A completed Notice of Intent (NOI) form must be submitted a minimum of forty-eight (48) hours prior to start of construction. D. No work will be permitted until NOI is filed. E. The SWP3 shall be continually updated as necessary to reflect current and changing conditions on site. F. Additional measures not specifically shown in the SWP3 may be used to control erosion from leaving the site. Lift Station 46 Force Main Relocation 01356-3 August 2016 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 Lift Station 46 Force Main Relocation 01356-4 August 2016 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. Lift Station 46 Force Main Relocation 01400-1 August 2016 (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. Lift Station 46 Force Main Relocation 01400-2 August 2016 (2) Where third party testing is engaged by the Contractor, notify testing agency sufficiently in advance of the time and date when work that requires testing will be performed. (3) The Contractor shall not engage the same testing agencies as the Owner, unless Owner agrees in writing to such engagement. (4) Where testing is indicated as the Contractor's responsibility, submit certified written reports in duplicate of each testing service, whether performed by the Contractor's personnel or Contractor engaged testing agency. (5) Such reports shall include failing tests and retests. (6) Testing requested by the Contractor and not required by the Contract Documents are the Contractor's responsibility. (7) Where the Contractor's personnel are performing tests, provide individuals with 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: +x= (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. -_< Lift Station 46 Force Main Relocation 01400-3 August 2016 (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. PANT 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. MM-131913SX44com Lift Station 46 Force Main Relocation 01400-4 August 2016 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) ANSUASTM D3740 — Practice for Evaluation of Agencies Engaged in Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction. (2) ANSIASTM 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 ANSUASTM D3740R and ANSUASTM E329. B. Testing laboratory shall maintain a full time registered Engineer on staff to review services. -- Lift Station 46 Force Main Relocation 01410-1 August 2016 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 Engineer and to the Contractor. B. Laboratory test reports shall include: (1) Date issued (2) Project title and number (3) Name of inspector (4) Date and time of sampling or inspection (5) Identification of product and Specification Section (6) Location in the Project (7) Type of inspection or test (8) Date of test (9) Results of tests (10) Conformance with Contract Documents C. When requested by the Engineer, provide interpretation of test results. 1.6 LIMITS ON TESTING LABORATORY AUTHORITY A. Laboratory may not release, revoke, alter, or enlarge on requirements of Contract Documents. B. Laboratory may not approve or accept any portion of the Work. C. Laboratory may not assume any duties of the Contractor. D. Laboratory has no authority to stop the Work. 1.7 CONTRACTOR RESPONSIBILITIES A. Deliver to laboratory at designated location, adequate samples of materials proposed to be used which require testing, along with proposed mix designs. B. Cooperate with laboratory personnel, and provide access to the Work. C. Provide incidental labor and facilities to provide access to Work to be tested, to obtain and handle samples at the site or at source of products to be tested, to facilitate tests and inspections, storage and curing of test samples. Lift Station 46 Force Main Relocation 01410-2 August 2016 Ll 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 Lift Station 46 Force Main Relocation 01410-3 August 2016 SECTION 01555 BARRICADES, SIGNS, AND TRAFFIC HANDLING PART1 GENERAL 1.1 SUMMARY A. This item shall govern for providing, installing, moving, replacing, maintaining, cleaning, and removing upon completion of work, all barricades, portable barriers, signs, portable changeable message signs, cones, lights, and other such type devices and of handling traffic as indicated on the plans or as directed by the Engineer or Owner. B. Section Includes: (1) Description (2) Construction Methods (3) Traffic Control Plan (4) Maintenance PART 2 PRODUCTS 2.1 CONSTRUCTION METHODS A. All barricades, signs, and other types of devices shall conform to details shown on the plans or those indicated in the latest version of the Texas Manual on Uniform Traffic Control Devices (TMUTCD). B. All traffic control devices shall be crashworthy according to the guidelines set forth in the National Cooperative Highway Research Program (NCHRP) Report 350. PART 3 EXECUTION 3.1 TRAFFIC CONTROL PLAN A. The Contractor shall propose his own Traffic Control Plan (TCP) as necessary for phased construction. B. This plan must be approved in writing by the Engineer and the City of Lubbock Traffic Engineering Department in order to be used. C. The Contractor is responsible for obtaining an approved Traffic Control Plan and Permit before construction work commences. D. 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 I--- Lift Station 46 Force Main Relocation 01555-1 August 2016 SECTION 01576 WASTE MATERIAL DISPOSAL PART GENERAL 1.1 SUMMARY A. Section Includes: (1) Submittals (2) Salvageable Material (3) Excess Material 1.2 SUBMITTALS A. Obtain and submit disposal permits for proposed disposal sites if required by local ordinances. B. Submit a copy of written permission from property owner, along with a description of property, prior to disposal of excess material adjacent to the Project. C. Submit a written and signed release from property owner upon completion of disposal work. D. Both written permission and signed release shall include hold -harmless clauses naming the City of Lubbock, Texas as the entities to be held harmless in any subsequent legal proceeding. E. Both property permissions and signed releases shall be attested to by a notary public. PART 2 PRODUCTS Not used PART 3 EXECUTION 1.1 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. l (1) There will be a tipping fee of $28.50 per ton for construction debris and for excess uncontaminated soil. (2) For a complete list of fees associated with the WTRDF, please go to the City's website at d http://solidwaste.ci.lubbock.tx.us/disposaUfees.aspx. (3) There will also be a fee per load for every truck that is not covered properly when coming to the landfill. (4) All tipping fees shall be considered to be included in the Contractor's bid prices. C. Excess soil may be deposited on private property adjacent to the Project if approved by the Owner and when written permission is obtained from the property owner. �.: Lift Station 46 Force Main Relocation 01576-1 August 2016 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 Lift Station 46 Force Main Relocation 01576-2 August 2016 r-. t 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. t - Lift Station 46 Force Main Relocation 01700-1 August 2016 i 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, % by % 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� F. Formulate form -release agent with rust inhibitor for steel form -facing materials. J I 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. Lift Station 41 Force Main Relocation 03300-2 August 2016 3 I I. Furnish ties that, when removed, will leave holes less than one (1) inch in diameter in concrete surface. J. Furnish ties with integral water -barrier plates to walls indicated to receive damp proofing or waterproofing. 2.2 STEEL REINFORCEMENT A. Reinforcing Bars: ASTM A 615, Grade 60, deformed 2.3 REINFORCEMENT ACCESSORIES A. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars and welded wire fabric in place. B. Manufacture bar supports according to CRSI's Manual of Standard Practice from steel wire, plastic, and as follows: (1) For concrete surfaces exposed to view, where legs of wire bar supports contact forms, use CRSI Class 1 plastic -protected or CRSI Class 2 stainless -steel bar supports. (2) For slabs -on -grade, use supports with sand plates or horizontal runners where base material will not support chair legs. (3) Wood, concrete, or clay blocks are not permissible. C. Joint Dowel Bars: Plain -steel bars, ASTM A 615, Grade 60. Cut bars true to length with ends square and free of burrs. 2.4 CONCRETE MATERIALS A. Portland Cement: ASTM C 150, Type I. B. Fly Ash: ASTM C 618, Class C. C. Normal -Weight Aggregate: ASTM C 33, uniformly graded, and as follows: D. Class: Moderate weathering region, but not less than 3M. E. Water: Potable and complying with ASTM C 94. 2.5 ADMIXTURES A. General: Admixtures certified by manufacturer to contain not more than 0.1 percent water- soluble chloride ions by mass of cementitious material and to be compatible with other admixtures and cementitious materials. Do not use admixtures containing calcium chloride. B. Air -Entraining Admixture: ASTM C 260. C. Water -Reducing Admixture: ASTM C 494, Type A. D. High -Range, Water -Reducing Admixture: ASTM C 494, Type F. E. Water -Reducing and Accelerating Admixture: ASTM C 494, Type E. F. Water -Reducing and Retarding Admixture: ASTM C 494, Type D. G. Moisture Retaining Film: Dayton Superior — Sure Film J-74. 2.6 CURING MATERIALS A. Clear, Waterborne, Membrane -Forming Curing Compound: ASTM C 309, Type 1, Class B. B. Curing blankets approved by the Engineer. 2.7 REPAIR MATERIALS ., 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. Lift Station 41 Force Main Relocation 03300-3 August 2016 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. Lift Station 41 Force Main Relocation 03300-4 August 2016 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. l (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. Lift Station 41 Force Main Relocation 03300-5 August 2016 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. Lift Station 41 Force Main Relocation 03300-6 August 2016 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 q' 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. Lift Station 41 Force Main Relocation 03300-7 August 2016 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. Lift Station 4I Force Main Relocation 03300-5 August 2016 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. " U. Using liquid uid nitrogen to cool concrete is Contractor's option. g P V. Cover steel reinforcement with water -soaked burlap so steel temperature will not exceed ambient air temperature immediately before embedding in concrete. W. Fog -spray forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade moisture uniform without standing water, soft spots, or dry areas. 3.8 MISCELLANEOUS CONCRETE ITEMS A. Filling In: Fill in holes and openings left in concrete structures, unless otherwise indicated, after work of other trades is in place. B. Mix, place, and cure concrete, as specified, to blend with in -place construction. Provide other miscellaneous concrete filling indicated or required to complete Work. 3.9 CONCRETE PROTECTION AND CURING s. 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 Lift Station 41 Force Main Relocation 03300-9 August 2016 PUBLIC WORKS ENGINEERING LIFT STATION #46 FORCE MAIN RELOCATION MAYOR DANIEL M. POPE CITY COUNCIL JUAN CHADIS, SHELIA PATTERSON-HARRIS, JEFF GRIFFITH, STEVE MASSENGALE, KAREN GIBSON, LATRELLE JOY CITY MANAGER JAMES W. LOOMIS LOCATION VICINITY MAP *City of Lubbock JULY 2016 DIRECTOR OF PUBLIC WORKS L. WOOD FRANKLIN, P.E. CITY ENGINEER MICHAEL G. KEENUM, P.E., CFM CHIEF WATER UTILITIES ENGINEER JOHN TURPIN, P.E. LIFT STATION #46 FORCE MAIN RELOCATION GENERAL NOTES PRIOR TO THE COMMENCEMENT OF CONSTRUCTION, THE CONTRACTOR SHALL EXAMINE THE CONTRACT DOCUMENTS AND SPECIFICATIONS, THE PLAN, INCLUDING ALL NOTES AND ANY OTHER APPLICABLE STANDARDS AND SPECIFICATIONS RELEVANT TO THE PROPER COMPLETION OF THE WORK SPECIFIED. FAILURE ON THE PART OF THE CONTRACTOR TO EXAMINE ALL STANDARDS OR SPECIFICATIONS PERTAINING TO THIS WORK SHALL IN NO WAY RELIEVE THE CONTRACTOR OF THE RESPONSIBILITY OF PERFORMING THE WORK IN ACCORDANCE WITH ALL SUCH APPLICABLE STANDARDS AND SPECIFICATIONS. THE CONTRACTOR IS SOLELY RESPONSIBLE FOR THE MEANS, METHODS, TECHNIQUES, SEQUENCES, AND PROCEDURES OF CONSTRUCTION AND ANY SAFETY PRECAUTION PROGRAMS RELATING IN ANY WAY TO THE CONDITIONS OF THE PREMISES. THE INFORMATION SHOWN ON THESE DRAWINGS CONCERNING TYPE, INFORMATION, AND THE LOCATION OF UNDERGROUND AND OTHER UTILITIES IS NOT GUARANTEED TO BE ACCURATE OR COMPREHENSIVE. THE DETERMINATIONS AS TO THE TYPE AND LOCATIONS OF ALL UNDERGROUND UTILITIES AND OTHER UTILITIES AS MAY BE NECESSARY TO AVOID DAMAGES, SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. THE CONTRACTOR SHALL REPAIR ANY DAMAGES TO EXISTING UTILITIES IMMEDIATELY AND AT NO ADDITIONAL COST TO THE CITY OF LUBBOCK. PLANS SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR WITH NO ADDITIONAL COMPENSATION. THE CONTRACTOR SHALL BE RESPONSIBLE FOR NOTIFYING UTILITY COMPANIES HAVING PROPERTY IN THE AREA OF CONSTRUCTION A MINIMUM OF 48 HOURS PRIOR TO ANY EXCAVATION, CONTRACTOR SHALL EMPLOY SERVICES OF DIGTESS AS NOTED ON DRAWINGS. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO LOCATE AND PROTECT ALL PUBLIC UTILITIES IN THE CONSTRUCTION OF THIS PROJECT. ALL STORM SEWER INLETS, MANHOLES, CLEANOUTS, VALVE BOXES, METER BOXES, FIRE HYDRANTS, GAS MAINS, ELECTRIC AND TELEPHONE CONDUIT BANKS, ETC. MUST BE ADJUSTED TO THE PROPER LINE AND GRADE BY THE CONTRACTOR PRIOR TO AND AFTER THE REPLACING OF PERMANENT PAVING WHERE NECESSARY. EXISTING IMPROVEMENTS, INCLUDING, BUT NOT LIMITED TO: FENCES, GATES, GROUND SURFACES, LANDSCAPING, UTILITY PIPELINES, AND DRAINAGE STRUCTURES WHICH ARE REMOVED OR ALTERED TO PERMIT INSTALLATION OF THE WORK, SHALL BE REPAIRED OR REPLACED BY THE CONTRACTOR AT THE CONTRACTOR'S EXPENSE, IN THE SAME LOCATION AND IN CONDITION EQUAL TO OR BETTER THAN FOUND. THE CONTRACTOR SHALL BE RESPONSIBLE FOR MAINTAINING TRENCH SAFETY REQUIREMENTS IN ACCORDANCE WITH THE CITY OF LUBBOCK STANDARDS, TEXAS STATE LAW, AND O.S.H.A. STANDARDS FOR ALL EXCAVATIONS. AT ALL TIMES THAT WORK IS PROGRESSING, THE CONTRACTOR SHALL HAVE A DESIGNATED COMPETENT PERSON OWSITE WHO SHALL BE RESPONSIBLE FOR SUPERVISING THE WORK AND WHOSE DUTY IT WILL BE TO PERFORM REQUIRED SAFETY INSPECTIONS AND TO DIRECT ALL REQUIRED CONSTRUCTION SAFETY ACTIVITIES. ALL CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE LATEST CITY OF LUBBOCK STANDARD DESIGN REQUIREMENTS AND SPECIFICATIONS. IN THE CASE OF CONFLICT BETWEEN DRAWINGS, SPECIFICATIONS OR CITY OF LUBBOCK STANDARD REQUIREMENTS AND SPECIFICATIONS, THE MOST STRINGENT SHALL BE FOLLOWED UNLESS REQUESTED BY CONTRACTOR AND APPROVED IN WRITING BY CITY OF LUBBOCK ENGINEER. CONTRACTOR SHALL PERFORM SITE RESTORATION TO EXISTING OR BETTER CONDITION, INCLUDING INSTALLATION OF HYDROMULCH AS NEEDED. UTILITY PROTECTION: THE CONTRACTOR SHALL BE RESPONSIBLE FOR COORDINATING WITH AND PROTECTING ANY PUBLIC AND PRIVATE UTILITIES IN THE AREA. THE CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING AND STAKING THE PROPOSED LINE AS SHOWN ON THE PLAN. PRIOR TO ANY CONSTRUCTION DIFFERENT FROM THIS PLAN, CALL JOSH FWD AT 548-4152 FOR AUTHORIZATION. ALL VARIANCES SHALL BE REQUESTED AND APPROVED IN WRITTEN FORM. THE CONTRACTOR SHALL INSTALL TRACER WIRE TO INDICATE THE LOCATION OF THE PIPE. THE CONTRACTOR IS TO FOLLOW THE BEST MANAGEMENT PRACTICES (BMPS) TO COMPLY WITH THE EPAS STORM WATER POLLUTION PREVENTION PLAN REQUIREMENTS. THE CONTRACTOR IS RESPONSIBLE FOR TEMPORARY RELOCATION OF TRASH DUMPSTERS AND RETURNING TO ORIGINAL LOCATION AT CONTRACTORS OWN EXPENSE, WITHOUT ADDITIONAL COMPENSATION. INDEX OF DRAWING SHEETS INDEX AND GENERAL NOTES Sheet # P-1 SITE Sheet # P-2 LIFT STATION #46 FORCE MAIN RELOCATION PROP. LAYOUT Sheet # P-3 LIFT STATION #46 FORCE MAIN RELOCATION S-2 0+00.7+27 Sheet # P-4 LIFT STATION 446 FORCE MAIN RELOCATION 7+27.15+66 Sheet # P-5 LIFT STATION #46 FORCE MAIN RELOCATION 15+66.23+91 Sheet # P-6 LIFT STATION 446 FORCE MAIN RELOCATION 23+91-29+82 Sheet # P-7 LIFT STATION 446 FORCE MAIN RELOCATION 29+82.37+06 Sheet # P-8 LIFT STATION #46 FORCE MAIN RELOCATION 37+06-44+01 Sheet # PA LIFT STATION #46 FORCE MAIN RELOCATION 44+01.50+37 Sheet # P-10 UFT STATION #46 FORCE MAIN RELOCATION 50+37.52+43 S-10+00.4+38 Sheet # P-11 LIFT STATION 446 FORCE MAIN RELOCATION 6" FORCE MAIN M AND PLUG Sheet # P-12 82ND STREET AND WAUSAU AVENUE SEWER LINE RELOCATION Sheet # P43 LIFT STATION #46 FORCE MAIN RELOCATION DETAILS Sheet # P-14 LIFT STATION #46 FORCE MAIN RELOCATION DETAILS Sheet # P-15 UTILITY NOTE: THE EXISTING UNDERGROUND UTILITIES SHOWN HAVE BEEN LOCATED FROM FIELD SURVEY INFORMATION AND EXISTING DRAWINGS. THE ENIGINEER/SURVEYOR MAKES NO GUARANTEE THAT ANY UNDERGROUND UTILITIES SHOWN OR NOTED COMPRISE ALL SUCH UTILITIES IN THE AREA EITHER IN SERVICE, OR ABANDONED. THE ENGINEER/SURVEYOR HAS NOT PHYSICALLY LOCATED ANY UNDERGROUNDUTILITIES SHOWN. IT IS THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE PROPER NOTIFICATION OF CONSTRUCTION/GRADING/PAVING ACTIVITIES PRIOR TO BEGINNING PROJECT AND TO FOLLOW ALL APPLICABLE PROPER TEXAS EXCAVATION SAFETY SYSTEM RULES TO AVOID UTILITY DISRUPTION. REFER TO DIG-TESS NOTE. DIG-TESS NOTE: CONTRACTOR SHALL CONTACT DIG-TESS (1-800-DIG-TESS) FOR UTILITY LOCATES NO LATER THAN TWO FULL WORKING DAYS PRIOR TO COMMENCING GRADING/PAVING/CONSTRUCTION. DRAWING # 1-B-971 LEGEND 3.0. 216033 C.I.P. #91038.9242 DESIGNED BY: ZF DRAWN BY: CT CHECKED BY: IT DATE: 7/16 CONTRACT #12922 C't9 of Lubbock T STATION #46 FORCE'', MAIN RELOCATION INDEX AND GENERAL NOTES P-1 LIFT STATION #46 FORCE MAIN RELOCATION 0 25 50 SCALE 1"=50' 1 I i i L t . 0+00 � 0+31 5-,3 SEE SHEE.7 d+20 SLIf P-3 �s ' I 1 1 i i ! t 1 I I ro15 i t 1+79 1 0+89 I B.O.C. TR A 1 # 37 3 5N Kf: j 3] iit b If 32551$F srlNC ia^ j3, j sL¢wcn klt) J, 1 C7. (SS19uC� W1MpUPELt WATFJi .. i ' i ,.n or Izol41N fir st v.;t SLICK BORE—% EkISTtNC 38'CQ:.VLHT l f � � ( �4,�' -- � y QUINCY AVE a . I » ' TR C " 1 I f I r 329.C,W 1;'BAN 1 h, Y Y r r I i f S•2 SEWER LINE SUMMARY SITE NOTES: 0+00 - TIE TO PROP. S•3 1+83 • 10" 90° BEND 1. CONTRACTOR SHALL MAINTAIN A MINIMUM OF SEE SHEET P•3 42" COVE0. OVER PROPOSED FORCE MAIN. 0+20 2+12 - CROSSING EXISTING 8" 2. EXPOSE EXISTING UTILITIES PRIOR TO PROPOSED • BEGIN BORE PVC WATER FORCE MAIN INSTALLATION 0+31 6+83 3. MINIMUM SEPERATION OF 6" BETWEEN EXISTING - CROSSING EXISTING 12" • BEGIN BORE AND PROPOSED PIPES SHALL BE INSURED AC WATER • 10 22.5° BEND AT ALL CROSSINGS 0+79 7+11 - CROSSING EXISTING 12" - CROSSING EXISTING 12" PVC SEWER PVC SEWER 0+89 END BORE _ IN. — APNTI I I i it I i i i i i i 1 a 1 ; 1 f 6+83 r 7 4 BOC r _ 7+11 GENERAL NOTES: 1. PRIOR TO ANY CONSTRUCTION 4. FOLLOW BEST MANAGEMENT PRACTICES DIFFERENT FROM THIS PLAN, CALL TO COMPLY WITH EPAS STORM WATER JOSH FWD 0 S48-4152. POLLUTION PREVENTION PLAN REQUIREMENTS. TAPE SHALL BE 2. CONSTINSTALLED 2' A INSTALLED 2' ABOVE SEWER PIPES. 5. A CITY AND/OR TEXAS M NTOFLUBBOCK DEPARTMENT OF TRANSPORTATION 3. MANDATORY: CALL FOR LINE LOCATES PERMIT WILL BE REQUIRED BE 48 HOURS PR TO BEGINNING ON SITE DURING CONSTRUCTIrI ON. ANY CONSTRUCTION ACTIVITY1.800-DIG-TE55. 6. CONTRACTOR IS RESPONSIBLE FOR FIELD VERIFYING ALL LOCATIONS AND DEPTHS OF TIE-INS AND LINE LOCATIONS PRIOR TO BEGINNING CONSTRUCTION. THE CITY OF LUBBOCK WILL NOT BE HELD RESPONSIBLE FOR ANY MINOR CHANGES NEEDED TO ADJUST THE PROPOSED LINES. DRAWING # 1-B-971 ;r -EXIST. WATER LINE - s•-EXIST. SEWERLINE —PROP. SEWER LINE A EXIST. GATE VALVE p PROP. MANHOLE p EXIST. MANHOLE (C9 EXIST. POWER POLE r: :• ..:.......................:. ZOLTAN FEKETE 95663 ? J.O.216033 C.I.P. #91038.9242.30000 DESIGNED BY: ZF DRAWN BY: CT CHECKED BY:JT SCALE: 1"=S0' DATE: 7/16 CONTRACT #12922 Vubbock City of T STATION #46 FORCE MAIN RELOCATION S-2 0+00 - 7+27 P-4 LIFT STATION #46 FORCE MAIN RELOCATION , ` I MATCH 4INE B ! _i 80 on.mcgpsun'<.„„ay. I t I 0 25 50 SCALE 1"=50' R' %`J I I I - 1 - as k �. I er e La za w A ' I ✓zj I z 0 � P� w �. i !"" �� ._ -_ rt �1p^ °�a>� ., -,'� _ _ _ _ _ v _ _ ._ .. _- _ _ _ _ _._J._.., _ _ _ _ ..,:✓I�. 24a... a,-.�'." ,�.,„,.u,.wzwr�.� w x"--�-r ✓7+11' ,wn,,, �...w..yt,�y,„•„;, '"�w—! �y� '�A:,,,,"a, a � �rww,a,,x*.m.�,,-,� w¢s°+* � ;_.-s s-•s'—a-_s—:; y�_.,. _. s__.;,_...s__y. .,y _'°---;-�� j��.�LL1..y�j._.. s-...:v--^s---. ..,--,_5.,..ti....,ti,..._ti--s--'--:;-...y,.,... � . .. S- s- r-`g"._"'.__y-.._E... �.,.�G.._b--S--'fi�_�...-5- �. ., - 6---S--S y ,....5-5�.. t r,^-- 327 . R f ��� LxlsrxNc iz°--r Iy 3z59.>� e QUINCY AVE I� 3zsa.c N s.a,sh• awsrsrvc s --✓ s� WG:7liwtiYt T ' i1�l+Ns.w PVC. sPw6:R � I S-2 PROP, 10 C-900 DR-18 26 FORCE MAIN r. a—s—s—s—e—a—s—s—e-p—s— _ 7+80 .4' B.O C877���•°°°• k,u fi " �_ i 1+698+' . 12+96 .I MSTING a°......,� ",.. O,riNu d^ PV YtATH2 i FYC SmR CVC. WATERI NC SEWER l S-2 SEWER LINE SUMMARY 7+11 -CROSSING EXISTING 12" 11+78 •CROSSING EXISTING B" SITE NOTES: GENERAL NOTES: PVC SEWER PVC SEWER 1. CONTRACTOR SHALL MAINTAIN A MINIMUM OF 1. PRIOR TO ANY CONSTRUCTION 42' COVER OVER PROPOSED FORCE MAIN. DIFFERENT FROM THIS PLAN, CALL 7+80 32+76 JOSH FLUD (B 5484152. - END BORE - 2" AIR RELEASE VALVE 2• PRIOR TO PROPOSED FAIN INST - 10 22.5° BEND SEE DETAIL 3 ON P-14 FORCE MAIN INSTALLATION FORCE INSTALLATION 2, CONSTRUCTION TAPE SHALL BE 8+77 12+% 3. 6" BETWEEN EXISTING INSTALLED 2' ABOVE SEWER PIPES. - CROSSING EXISTING 8' - BEGIN BORE AND AND PROPOSED PIPES SHALL BE INSURED PROPOSED PIPES H 3. MANDATORY; CALL FOR LINE LOCATES PVC WATER -10" 45° BEND AT ALL CROSSINGS 48 HOURS PRIOR TO BEGINNING ANY CONSTRUCTION ACTIVITY 8+87 - CROSSING EXISTING 12" 13+66 - END BORE 1.800•DIG-TESS, PVC SEWER • 10' 45° BEND 11+69 - CROSSING EXISTING 8" PVC WATER 1' �I I 4'S.O.C., k-+ 1' 13+66 —`:I 1, DRAWING # ?-B-???? LEGEND .__.tv-...EXIST. WATER LINE ._...EXIST, SEWER LINE ems --PROP. SEWER LINE o EXIST, GATE VALVE O PROP. MANHOLE C) EXIST. MANHOLE &I EXIST. POWER POLE ZOLTAN .FEKETE '•.A 95663 i t -At ip F. K BORE 3.0. 216033 ' C.I.P. #91038.9242.30000 DESIGNED BY: ZF J DRAWN BY: CT CHECKED BY: IT SCALE:1"=50' DATE: 7/16 i' CONTRACT #12922 4. FOLLOW BEST MANAGEMENT PRACTICES TO COMPLY WITH EPA'S STORM WATER POLLUTION PREVENTION PLAN REQUIREMENTS. S. A CITY OF LUBBOCK AND/OR TEXAS DEPARTMENT OF TRANSPORTATION PERMIT WILL BE REQUIRED TO BE ON SITE DURING CONSTRUCTION. 6. CONTRACTOR IS RESPONSIBLE FOR FIELD VERIFYING ALL LOCATIONS AND DEPTHS OF TIE-INS AND LINE LOCATIONS PRIOR TO BEGINNING CONSTRUCTION. THE CITY OF LUBBOCK WILL NOT BE HELD RESPONSIBLE FOR ANY MINOR CHANGES NEEDED TO ADJUST THE PROPOSED LINTS. � Cisy of Lubbock f STATION #46 FORCE MAIN RELOCATION S-2 7+27 - 15+66 P-5 LIFT STATION #46 FORCE MAIN RELOCATION 0 25 50 SCALE V=50' rn % a -d� r C 1 I i i I :X 1 swC 17+60 � 5­IPAOR.-30"- G900.DR-18F-0R6€ MAIN- y - — -- s s--e—S—S—s—s--5—s-5—S-9—Y—s 5--8-3—s-5-5-9yS�S-9—s—s—s-5—s—s—s—s—s—e—s-I-s--sus--•s�6 e�s�s�8�s�s—S—B—s—s—a—s-9—s-9-9—s—s—s-9--s-5—s—: Eu JLd PP T a PRIMROSE AVE E I I �11 I I i I L gd I d I s 1 11 a ! 4' B.O.C. •+ 1 11 I A I MATCH LINE B STA. 15+66 i I I 11 1 AiI DRAWING # 1-B-971 LEGEND --tN S1. WA 1 tK LINt s---EXIST. SEWER LINE --PROP. SEWER LINE u EXIST. GATE VALVE p PROP, MANHOLE Q EXIST. MANHOLE () EXIST. POWER POLE S�P• p 'rqs ��! ZOLTAN FEKETE 0 95663 : } * u uu w J.O.216033 - - - C.LP. #91038.9242.3000 % PVCWAILR DESIGNED BY: ZF DRAWN BY: CT CHECKED BY: IT SCALE: V=50' / DATE:7/16 l CONTRACT #12922 City of v. } S-2 SEWER LINE SUMMARY SITE NOTES: GENERAL NOTES: 4 LLUbb ock 17+36 - CROSSING EXISTING 8" PVC WATER 17+60 -10" 90° BEND 1. CONTRACTOR SHALL MAINTAIN A MINIMUM OF 42" COVER OVER PROPOSED FORCE MAIN. 2. EXPOSE EXISTING UTILITIES PRIOR TO PROPOSED FORCE MAIN INSTALLATION 3. MINIMUM SEPERATION OF 6" BETWEEN EXISTING AND PROPOSED PIPES SHALL BE INSURED AT ALL CROSSINGS 1. PRIOR TO ANY CONSTRUCTION DIFFERENT FROM THIS PLAN, CALL 3DSH FLUD ® 548-41S2. 2. CONSTRUCTION TAPE SHALL BE INSTALLED X ABOVE SEWER PIPES. 3. MANDATORY: CALL FOR LINE LOCATES 48 HOURS PRIOR TO BEGINNING ANY CONSTRUCTION ACTIVITY 1-BW-DIG-TESS, 4. FOLLOW BEST MANAGEMENT PRACTICES TO COMPLY WITH EPAS STORM WATER POLLUTION PREVENTION PLAN REQUIREMENTS. 5. A CITY OF LUBBOCK AND/OR TEXAS DEPARTMENT OF TRANSPORTATION PERMIT WILL BE REQUIRED TO BE ON SITE DURING CONSTRUCTION, 6. CONTRACTOR IS RESPONSIBLE FOR FIELD VERIFYING ALL LOCATIONS AND DEPTHS OF TIE-INS AND LINE LOCATIONS PRIOR TO BEGINNING CONSTRUCTION. THE CITY OF LUBBOCK WILL NOT BE HELD RESPONSIBLE FOR ANY MINOR CHANGES NEEDED TO ADJUST THE PROPOSED LINES. f STATION #46 FORCE MAIN RELOCATION S-2 15+66 - 23+91 P-6 LIFT STATION #46 FORCE MAIN RELOCATION 24+41PVC WA ER U_ T �,-RESTORE EXISnNG T_TO AS GOOD OR T THAN PRIOR D TjI27+31 ELO.C. w !0,, DRAWING # I-B-971 REVISIONS LEGEND 0 25 so -EXIST. WATER LINE SCALE 1'=50' --EXIST. SEWER LINE --4'ROP. SEWER LINE o EXIST GATE VALVE 0 PROP. MANHOLE 0 EXIST. MANHOLE & sasr POWER POLE vi 95663 !;!k 3.0.216033 C.I.P. #91038 9242.30DDO (r DESIGNED BY: ZF DRAWN BY: CT S-2 SEWER LINE SUMMARY GENERAL MOM. CHECKED BY: JT SCALE: 1'=S(Y 2"1 -CROSSING EXISTING 10' PVC WATER I. PRIOR TO ANY CONSTRUCTION DIFFERENT FROM THIS PLAN, CALL X)SH FUJO 0 548-415l DATE: 7/16 CONTRACT #12922 27+31 2. CONSTRUCTION TAPE SHALL BE 10'4P BEND INSTALLED 7 ABOVE SEWER PIPES. ---------------­- 3, MANDATORY: CALL FOR LINE LOCATES 48 HOURS PRIOR TO BEGINNING ANY ODN5nuxTION ACTIVITY city of i-BMIG-TESS. Lubbock q. FOLLOW BEST MANAGEMENT PRACTICES TO COMPLY WV SPAS STORM WATER SITE NOTES: POUAITION PREVENTION PLAN REQUIREMENTS. 1. CONTRACTOR SHALL MAINTAIN A MrNWUM OF qr COVER OVER PROPOSED FORCE MAIN. S. A CITY OF LLWOCK AND/OR TEXAS I EXPOSE EXISTING UTILITIES PRIOR TO PROPOSED DEPARTMENT OF TRANSPORTATION PERMIT WILL BE REQUIRED TO BE LIFT STATION #46 FORCE FORCE MAIN INSTALLATION ON SITE DURING CONSTRUCTION, MAIN RELOCATION 3. "~ SEPERATION OF 6' BETWEEN EXISTING 6. CDNntACTOR IS RESPONSIBLE FOR FWD S-2 23+91 - 29+82 AND PROPOSED PIPES SHALL SEE ZNRAM AT ALL CROSSINGS VERIFYING ALL LOCATIONS AND DEPTHS OF TIE-INS AND LINE LOCATIONS PRIOR TO BEGINNING CONSTRUCTION. THE CITY OF UJBBM WILL NOT BE HELD RESPONSIBLE FOR ANY MINOR CHANGES NEEDED TO ADAW P-7 THE PROPOSED LINES. ---------- . . ........ DRAWING # LIFT STATION #46 FORCE MAIN RELOCATION I-B-971 REVISIONS IN 0 25 50 w" LEGEND ...-.EXIST. WATER LINE SCALE 1"=50' EKIST. SEWER LINE -PROP. SEWER LINE 6'B.O.r- tj EXIST. GATE VALVE 0 PROP. MANHOLE C) EXIST. MANHOLE Exzsr. POWER POLE w CTJo* KWfEVD, D?P�IM..IE..K. E.T..E...... 95663 a 3.0.216033 C.I.P. #91038.9242.3000C DESIGNED BY: ZF DRAWN BY: CT CHECKED BY: IT 6. B.O.c. SCALE: I"=50' DATE: 7/16 F p CONTRACT #12922 Mp"�"g City of SITE NOTES: GENERAL NOTES: Lubbock 1. CONTRACTOR SHALL MAINTAIN A MINIMUM OF 1. PRIOR TO ANY CONSTRUCTION 4. FOLLOW BEST MANAGEMENT PRACTICES 42" COVER OVER PROPOSED FORCE MAIN. DIFFERENT FROM THIS PLAN, CALL TO COMPLY WITH EPAS STORM WATER JOSH FLUO @ S48-4IS2. POLLUTION PREVENTION PLAN 2. OPOSE EXISTING UTILITIES PRIOR TO PROPOSED REQUIREMENTS. FORCE MAIN INSTALLATION 2. CONSTRUCTION TAPE SHALL BE INSTALLED TABOVE SEWER PIPES, S. A CITY OF LUBBOCK AND/OR TEXAS 3. MINIMUM SEPERATION OF 6' BETWEEN EXISTING DEPARTMENT OF TRANSPORTATION LIFT STATION #46 FORCE AND PROPOSED PIPES SHALL BE INSURED 3. MANDATORY: CALL FOR LINE LOCATES PERMIT WILL BE REQUIRED TO BE AT ALL CROSSINGS 48 HOURS PRIOR TO BEGI NING ON SITE DURING CONSTRUCTION. MAIN RELOCATION ANY CONSTRUCTION ACTIVITY 1-800-DIG-TESS. 6. CONTRACTOR IS RESPONSIBLE FOR FIELD S-2 29+82 - 37+06 VERIFYING ALL LOCATIONS AND DEPTHS OF TIE-INS AND LINE LOCATIONS PRIOR TO BEGINNING CONSTRUCTION. THE CITY OF LUBBOCK WILL NOT BE 411) RESPONSIBLE P-8 FOR ANY MINOR CHANGES NEEDED TO ADJUST LIFT STATION #46 FORCE MAIN RELOCATION N 0 25 50 SCALE 1"=50' S-Z �� �C•g� FPJC WATER^ 38+7e we WniER i _ m, h FjQy'TI�f� 10^� S-Z PRp �OR r� 1,0T x q �ph, r s 5-2 SEWER LI$ SUMMARY 38+78 - CROSSING EXISTING r PVC WATER 39+93 - CROSSING EXISTING r PVC WATER 43+35 • X. AIR RELEASE VALVE LOCATE AIR RR FIF ENU.OSM IN PARKWAY SEE DETAIL 3 ON P-14 SITE NOTES: 1. CONTRACTOR SHALL MAINTAIN A MIND" OF 4r COVER OVER PROPOSED FORM MAIN. 2. EXPOSE EXISTING UTILITIES PRIM TO PROPOSED FORCE MAIN INSTALLATION 3. MINIMUM SEPERATION OF W BETWEEN EXISTING AND PROPOSED PIPES SHALL BE INSURED AT ALL CROSSINGS /--y43+15 5 Ea GeWBRAL NOTES: 1. PRIOR TO ANY CONSTRUCTION 4. FOLLOW BEST MAN4CEMENT PRACTICES DIFFERENT FROM THIS PLAN, CALL TO COMPLY WITH IPA'S STORM WATER JOSH FWD 0 5464152. POLLUTION PREVENTION PLAN 2. CONSTRUCTION TAPE SHALL BE INSTALLED 2' ABOVE SEWER PIPS. S. A CITY OF LUBBOCK AND/OR TEXAS DEPARTMENT OF TRANSPORTATION 3. MANDATORY: CALL FOR LINE LOCATES PERMIT WILL BE RE(IUIRFD TO BE 48 HOURS PRIOR TO BEGL 41NG ON SITE DURING CONSTRUCTION. ANY CONSTRUCTION ACTIVITY 1.800-DIG-TESS. 6. CONTRACTOR S RESPONSIBLE FOR FIELD VERIFYING ALL LOCATIONS AND DEPTHS OF TIE-INS AND LINE LOCATIONS PRIOR TO BEGINNING CONSTRUCTION. THE CITY OF LUBBOCK WILL NOT BE HELD RESPONSIBLE FOR ANY MINOR CHANGES NEEDED TO ADJUST THE PROPOSED LINES. DRAWING # 1-B-971 LEGEND -EXIST. WATER LINE EXIST. SEINER LINE -PROP. SEWER LINE . EXIST. GATE VALVE C PROP, MANHOLE 0 EXIST, MANHOLE Q EXIST. POWER POLE E OF T \ i ..i ZOLTAN FEKETE ,3.. 95663 : ;Q: J.O. 216033 C-I.P. #91038.9242.30000 DESIGNED BY: ZF DRAWN BY: CT CHECKED BY: JT SCALE: 1"=50' DATE: 7/16 CONTRACT #12922 „.city Lubbock �e>AS rSTATION #46 FORCE MAIN RELOCATION S-2 37+06 - 44+01 P•9 LIFT STATION #46 FORCE MAIN RELOCATION fxlC WATER ' eusm+� tu• WC SEWER I __._________________ ------------ ____ ExuTuvc IT :,ATEF ---- 47+94 43RD ST --- - --tt'- - - -- - - - �s I ( d QQb Apo �°r ' : T I IT: 6' B.O.r- ly PVC wATFn �y iT! Ii 117�81R 31E6.(XI N N O�zS 50 SCALE_ 1�=50' SITE NOTES: S-2 SEWER LINE SUMMARY 1, CONTRACTOR SHALL MAINTAIN A MINIMUM OF 47+14 42' COVER OVER PROPOSED FORCE MAIN. • CROSSING EJO.STING B" PVC WATER 2. EXPOSE EXISTING UTILITIES PRIOR TO PROPOSED FORCE MAIN INSTALLATION 47+83 - CROSSING TJOsTING 10" 3. MINIMUM SEPERATION OF 6' BETWEEN EIQSTING PVC SEWER AND PROPOSED PIPES SHALL BE INSURED AT ALL CROSSINGS 47+94 - CROSSING EXISTING 10" PVC WATER GENERAL NOTES: 1. PRIOR TO ANY CONSTRUCTION 4. FOLLOW BEST MANAGEMENT PRACTICES DIFFERENT FROM THIS PLAN, CALL TO COMPLY WITH EPAS STORM WATER 30SH FLUD ® 5484152. POLLUTION PREVENTION PLAN REQUIREMENTS, 2. CONSTRUCTION TAPE SMALL BE INSTALLED T ABOVE SEWER PIPES. 5. A CITY OF LUBBOCK AND/OR TEXAS DEPARTMENT OF TRANSPORTATION 3. MANDATORY: CALL FOR LINE LOCATES PERMIT WILL BE REQUIRED TO BE 48 HOURS PRIOR TO WONNING ON SITE DURING CONSTRUCTION. ANY CONSTRUCTION ACTIVITY 1•B00-DIG-TESS, 6. CONTRACTOR IS RESPONSIBLE FOR FIELD VERIFYING ALL LOCATIONS AND DEPTHS OF TIE-INS AND LINE LOCATIONS PRIOR TO BEGINNING CONSTRUCTION. THE CITY OF LUBBOCK WILL NOT BE HELD RESPONSIBLE FOR ANY MINOR CHANGES NEEDED TO ADJUST THE PROPOSED LINES. DRAWING # 1-B-971 —ir-E%ISf. WATER LIME ,—EXIST, SEWER LINE ems --PROP. SEWER LINE o EXIST. GATE VALVE 0 PROP. MANHOLE O EXIST, MANHOLE DasT. POWER POLE t� ZOLTAN FEKETE o 95663 c J.0.216033 C.I.P. #91038.9242.30000 DESIGNED BY: ZF DRAWN BY: CT CHECKED BY: JT SCALE: 1"=50' DATE:7116 CONTRACT #12922 Lubbock T STATION #46 FORCE MAIN RELOCATION S-2 44+01 - 50+37 P-10 52+19 - R+O9 � N I i r- LIFT STATION #46 FORCE MAIN RELOCATION DRAWING # 1-B-971 —�� LEGEND 0 25 50 ri —EXIST. WATER LINE b wJ SCALE 1"=50� - � MILWAUKEE AVE � ~--u-Ea15f. SEWER Off —a--PROP. SEWER LINE VCWAfR EXIST. GATE VALVE 4.0— ; ----.----- ----- ----- ---.,._ti-- �. MANHOLE ►sss=si---=—-e--a—as—s—�-ess—o--sss-e=s—s—a—a—a--a—T 0 PR r'NaA 12^I4A:Q4% v __- -- ---------------.------^ ------ _---' -_ _ - 4- ��� y,�„ V 1M1-i11. O EXIST. MANHOLE T r o+DD -I 534+38 ' �.10' lU E 3265.18 I N (FMT 3270m N 3265. ®EXIST. POWER POLE 1 ' S3267.D3 m OF Tfk�s`I mA 1 '�Ji" ZOLTAN FEKETE 94 ' S1 SEWER LINE SUMMARY S2 SEWER LIE SUMMARY SITE NOTES. 2a '� 0+00 52+09 1. CONTRACTOR SHALL MAINTAIN A MINIMUM OF • 48' MH-#I - 10, 9o• BEND 42" COVER OVER PROPOSED FORCE MAIN. N $� ��- tJ(fsT1NG:1M SEE DETAIL n N PYc wATFJR SHEET P-14 52+19 2. EXPOSE EXISTING UTILITIES PRIOR TO PROPOSED J� 1 4+38 - CROSSING EXISTING 10" FORCE MAIN INSTALLATION J.O. 216033 - 48" MH-A2 PVC WATER 3. MINIMUM SEPERATION OF 6" BETWEEN EXISTING C.I.P. #91038.9242.30000 SEE DETAIL 2 52+43 AND PROPOSED PIPES SHALL BE INSURED I 'c SHEET P-14 - MH42 END FORCE MAIN AT ALL CROSSR40 DESIGNED BY: ZF A : N-�uiai LINE G sra so+37 srf s14+3s 4. � � � DIRGE � � �� DRAWN BY: CT 1 N THROUGH A W DOWNSPOUT CONNECTION GENERAL ems: CHECKED BY: JT I . .. S. MANHOLE 02 0 STIN SS" SHALL INCLUDE A SCALE: 1"=50' 1. PRIOR TO ANY CONSTRUCTION PROTECTIVE COATING SYSTEM OR USE DIFFERENT FROM THIS PLAN, CALL DATE: 7116 FIBERGLASS MANHOLE JOSH FLUD 0 5484152. CONTRACT # 12922 2. CONSTRUCTION TAPE SHALL BE _,.________ INSTALLED V ABOVE SEWER PIPES. 32+75 _ — _L' 32+75 3, FOR CALL R LINE LOCATES ^ ('``�'• 48 HOURS PRIOR TO BEGINNING Vubb'6c'k 1-80"Ilims. O" �"' --'—' ANY CONSTRUCTION 32+70 32+70 4. �Ly BEST MANAGEMENT Pym� i C1aS '— "'�" -- TO COMPLY WITH EPAS STORM WATER POLLUTION PREVENTION PLAN _ REQUIREMENTS. 32+65 32+65 S. A CITY OF LUBBOCK AND/OR TEXAS DEPAINTTENTOF TRANSPORTATION LIFT STATION #46 FORCE PERMITWILL REQUIRED TO T MAIN RELOCATION CBE 3+60 3+20 2+80 2+40 2+00 1+60 1+20 0+80 0+40 ONSTRUCTION. MH42 MH-t1 S2 52+43 0+00 6. CONTRACTOR IS RESPONSIBLE FOR FIELD S-2 50+37 - 52+43 5.14+38 VERIFYING ALL LOCATIONS AND DEPTHS OF S-1 0+00 - 4+38 TIE-INS AND LINE LOCATIONS PRIOR TO N (K 3270t N 332265.20 BEGINNING ONSTRUCTION. THE CITY 5 3267.03 OF LUBBOCK WILL NOT BE HELD RESPONSIBLE FOR ANY MINOR CHANGES N1930ED TO ADJUST P-11 �1 THE PROPOSED LINES. LIFT STATION #46 FORCE MAIN RELOCATION I jl�-OJr AND PLUG LOCATION #2 THS P/GE I i I I t a � ; I I--.7 2B 1ST r N 0 SCALE 1"=50' ET'ISTING B' /- EXISTING N- �/ \ PVCS %DER / W'C WATER CUT AND PLUG 6' FORCE INM ---. I LOCATION TO BE YDRIF[EO ��. Mom______ s RP TORCE 1 (TD AwooNaa MN4IN MA¢ 6' FORCE MAINS' MAIN CVTND� SCALE: 1'-50' GENERAL. NOTES: 1. PRIOR TO ANY CONSTRUCTION S. A CITY OF LUBBOCK AND/OR TEXAS DIFFERENT FROM THIS PLAN. CALL DEPARTMENT OF TRANSPORTATION JOSH FLUID @ 54841S2. PERMIT WILL BE REQIBRED TO BE ON SITE DURING CONSTRUCTION. 2. CONSTRUCTION TAPE SHALL BE INSTALLED Y ABOVE SEWER PIPES. 6. CONTRACTOR IS RESPONSIBLE FOR FIELD VERIFYING ALL LOCATIONS AND DEPTHS OF B. MANDATORY: CALL FOR LINE LOCATES TTE-INS AND LINE LOCATIONS PRIOR TO 48 HOURS PRIOR TO BEGINNING BEGINNING CONSTRUCTION. THE CITY ANY CONSTRUCTION ACTIVITY OF LUBBOCK WILL NOT BE HELD RESPONSIBLE 1-80G-DIG-TESS. FOR ANY MINOR CHANCES NEEDED TO ADJUST THE PROPOSED LINES. 4, FOLLOW BEST MANAGEMENT PRACTICES TO COMPLY WITH EPA'S STORM WATER POLU.MON PREVENTION PUN REQUIREMENTS. DRAWING # 1-B-971 REVISIONS LEGEND PROP. ABANDON® � ��PtE OF T F�gf1III •: :* •ZOLTAN fEKETE• . °e'• 95663! J.O. 216033 C.I.P. 991038.9242.30000 DESIGNED BY: ZF DRAWN BY: CT CHECKED BY:JT SCALE: 1"=50' DATE:7/16 CONTRACT #12922 v CHY of ubbock TEW r STATION #46 F01 MAIN RELOCATION 6" FORCE MAIN CUT AND PLUG P-12 11 11 LIFT STATION #46 FORCE MAIN RELOCATION DGsimG H PNC WATER 31+993 3�5 R .4 .t MH-N2 3789.60 1+56.6 IX[.:17NG 12" i 3�.0IN �a--�—- 1 3289.40S .. -------- PVC WATER CUT & PLUG 82N0 ST FISTING Ir 1r SDR 26 PVC SEWER TO @25%WIIH BE ABANDONED I 20' STEEL W PLACE d BKASB4B(T CUT S PLUG �,-..-.r. -------------- 0+4 .5 i - - - - - - -.'1- t '.3301.95 R MH41 x 32333 D�snNG 1a' ✓ PVC WATER �j 0+19 j 330L1R j 3289.03 N ! 328&93 W fr EXJSTOWG 12". a"c scwwlx I �It� 1■�Tnny;�iLii3..�'.��,7..�t?="3*ii� 1�1� -- -�- - 3289.40 S 3288.93 S PROPOSED Ip.9 IINE PROFILE �A :L�;1 � M;1" 12.V MAXIMUM BETWEEN SPACERS CARRIER PIPE I Iff f—I,0' MAX I PIPE m CASING SPACERS SHALL BE N. SP ADDITIONAL SPACERS, FOOT FROM EACH SIDE OF 30INT PER PIPE JOINT AS REQUIRED TYP. EACH END TO MEET MAXIMUM SPACING OF CASING PIPE STEEL SPACER BODY STEEL CASING PIPE 45 CADMIUM PLATED L D, WITH L MAX . 16' - STUDS, NUTS, AND PIPELINE WASHERS, TYP• FILL SPACE BETWEEN ..TIT 4 IXCAVATED BORE AND.. ' .. CASM PIPE WITH CEMENT GROUT L L NOTES: 1. CASING TO BE 2 NOMINAL PIPE SIZE 5 LARGER THAN PROPOSED MAW. 3. BEVEL END OF GISING PIPE TO REMOVE ALL SHARP I CASING PIPE SHALL BE CAPPED ON EDGES TO PREVENT DAMAGE TO THE LINES MATERIAL. BOTH ENDS BEFORE MOCK LWG 4. THE END -SEAL SHALL BE ATTACHED TO THE PIPE AND CASING SO AS TO PROVIDE A TIGHT END SEAL S.FOR CASINGS OVER 12 INCHES IN DIAMETER, PROVIDE TWO CLAMPS OR BANDS ON EACH END OF EACH SEAL 1 PIPELINE &4CASMNT DETAIL SEWER LINE SUMMARY 0+00 - TIE TO EXISTING MM 0+42.6 MH-01 0+51.7 BEGIN BORE AND 20" STEEL ENCASEMENT WITH Ir SDR 35 1+51.7 . ZND BORE AND 20" STEEL ENCASEMENT WITH 1r SDR 3s 1+80.2 . MH-i2 1+992 - TIE TO EXISTING MH SITE NOTES: 1. PROPOSED MH RIM ELEVATION TO MATCH EXISTING GRADE OF PAVING N 0 so 100 SCALE 1"=100' 1. PRIOR TO ANY CONSTRUC U)N S. A CITY OF UlBBOOC AND/OR TEEMS DIFFERENT FROM THIS PLAN, CALL DEPARTMENT OF TRANSPORTATION JOSH FLUD 0 W 4151 PERMIT WILL BE REQUIRED TO BE ON SITE DURING CONS'TWICTTON. 2. CONSTRUCTION TAPE SHALL BE INSTALLED ED 2' ABOVE SEWER PLIES. 6. CONTRACTOR 15 RESPONSIBLE FOR FIELD VERIFYING ALL LOCATIONS AND DEPTHS OF 3. MANDATORY: CALL FOR LINE LOCATES TIE -IRS AND LINE LOCATIONS PRIOR TO 48 HOURS PRIOR TO BEGINNING BEGINNING CONSTRUCTION. THE CITY ANY CONSTRUCTION ACTIVITY OF LUBBOCK WILL NOT BE HELD RESPONSIBLE 1.800-DIG-TESS. FOR ANY MINOR CHANGES NEEDED TO ADAUST THE PROPOSED LINES. 4. FOLLOW BEST MANAGEMENT PRACTICES TO COMPLY WITH ERAS STORM WATER POLLLM014 PREVENTION PLAN REQUIREMENTS. DRAWING # 1-B-971 LEGEND --s-EGSf. SEWER LINE - -- PROP. ABANDONED -a--PROP. SEWER LINE O PROP. MANiDLE 0 EXIST. MANHOLE I PROP. PLUG Of I j............................ ,NOSH KRISTINEK 123228 ItlF,p'' �CE N SE�' Geri 3.0. 216033 C.I.P. #91038.9242.30000 DESIGNED BY: 3K DRAWN BY: CT CHECKED BY: 3T SCALE: 1"=100' DATE: 7/16 CONTRACT #12922 City of Lubbock IIIAS ST. & WAUSAU t LINE RELOCA P-13 LIFT STATION #46 FORCE MAIN RELOCATION 6" TO I8" ADJUSTMENT MANHOLE FRAME AND COVER (30" MIN) NOWSHRINK GROUT GRADE RINGS FOR GRADE ADJUSTMENT (MAX 18") ECCENTRIC CONE SECTION T SEAL ALL JOINTS PER MANUFACTURER REQUIREMENTS D /- RISER SECTION H ! / (TONGUE & GROOVE) BOTTOM RISER SECTION & GROOVE) ASTM 478 (BUTT ff 6" MIN -may,, i" TO 2" GROUT SPACE LT� CONCRETE BASE I FORMED SURFACES 6" OR 1/4 PIPE DIA. (P) 94 BARS-6' O.C. EA. WAY' -I' i WHICHEVER IS LARGER 2" BELOW BOTTOM OF PIPE 5 STANDARD SANITARY SEWER MANHOLE H P D 7 O 3N0 of eu �rtcw CONCRETE COLLAR (NOT REQUIRED 1N CONCRETE PAVEMENT) EACH.4 BARS WAY V TO 16 6' TO 15" MIN. 48" MIN. 4" 8" & OVER MIN. GD" MIN. 5" 16'&DEEPER ALL SAES MIN, 60" MIN. 5" PRECAST REINFORCED CONCRETE MANHOLE I ., rp AIR RELIEF ENCLOSURE CURB & GUTTER--". AIR RELEASE VALVE - BALL VALVE. — BRICK OR PIPE EXTENS, IF REQUIRED SLOPE TO DRAIN 2" CORPORATION' 2" TUBING `— SEWER FORCE MAIN 3 2" AIR RELEASE VALVE INSTALLATION TYPICAL MANHOLE FRAME &COVER INCOMING FORCE MAIN JD NOTE: 1. FORCE MAIN SHALL DISCHARGE IN TO THE MANHOOLE THROUGH A 90" DOWNSPOUT CONNECTION, 2. MANHOLE #2 @ STA. 5-1 4r38 SHALL INCLUDE A PROTECTIVE COATING SYSTEM OR USE FIBERGLASS MANHOLE. 2 FORCE MAIN MANHOLE N.T.S. DRAWING # 1-B-971 REVISIONS LEGEND 3.0.216033 C.I.P. #91038.9242 DESIGNED BY: ZF DRAWN BY: CT CHECKED BY: JT DATE:7/16 CONTRACT #12922 City of Lubbock LIFT STATION #46 FOF MAIN RELOCATION DETAILS P-14 LIFT STATION #46 FORCE MAIN RELOCATION COMPACTED BACKFILL EXISTING WATER MAIN 1' CEMENT (11/2 SACK) STABILIZED FLOWABLE FILL 6" MIN. SDR 26 SEWER PIPE FULL JOINT TO BE CENTERED UNDER EXISTING WATER LINE F— WIDTH —I 1. AN ABSOLUTE MIN. DISTANCE OF 6" BETWEEN OUTSIDE DIAMETERS SHALL BE MAINTAINED. 2. THE SEWER SHALL BE LOCATED BELOW THE WATER LINE AND ONE LENGTH OF THE SEWER PIPE MUST BE CENTERED ON THE WATER LINE. 3. THE SANITARY SEWER MAN SHALL BE EMBEDDED IN FLOWABLE FILL FROM ONE QUARTER OF THE DIAMETER OF THE SANITARY SEWER MAIN BELOW THE CENTERLINE OF THE PIPE UP TO 12" ABOVE TOP OF PIPE FOR THE TOTAL LENGTH OF ONE PIPE SEGMENT, MINIMUM 9' IN EACH DIRECTION FROM WATER LINE, PLUS 12" BEYOND THE JOINT ON EACH END. SEWER CROSSING UNDER EXISTING WATER MAIN 4 N.T. . DRAWING # 1-B-971 LEGEND SURFACE COURSE HMAC SAW CUT EX TRENCHING MATCH EXISTING CONCRETE VARIES OR BRICK PAVERS EXISTING ASPHALT, PRIME COAT CONCRETE PAVEMENT (FOR ASPHALT ONLY) "MIN 12" MAX OR BRICK PAVERS EXISTING BASE MATERIAL n 3.0. 216033 A _ _ MIN 12" FUD ASE OR CEMENT REFER TO CITY OF LUBBOCK ENGINEERING C.I.P. #91038.9242. V MIN STABILIZED BACKFILL UNDER DESIGN STANDARDS AND SPECIFICATIONS DESIGNED BY: ZF PAVING, COMPACT TO MIN 95% ASTM D698 8.9 FOR APROVED HMAC 6" 2" MIN. 4" TYPE "D" HMAC DRAWN BY: CT 12" i1 CEMENT (I 1/2SACK)STABILIZm CHECKED BY: JT $'X TO MIN. S%ASTM D698 IN COMPACT A — — DATE: 7/16 6" EMBEDMENT MATERIAL ASPHALT CONTRACT #12922 ALLJOINTS ASPHALT TACK COAT WATER PIPELINE TO BE SAWCUT EXCAVATION LINE MAY BE CURVED TO SHAPE OF TRENCHER, MAINTAIN MIN. OF 6" THICK BEDDING LAYER (MAX) OUTSIDE DIAMETER OF PIPE (O.D.) TRENCH BACKFILL: APPROVED CONCRETE THE BACKFILL AROUND THE PIPE AND TO A POINT 12" ABOVE THE CLASS k4 BARS 12" O.C. MAX SPACING TOP OF THE PIPE SHALL BE CAREFULLY PLACED BY HAND. THE MATERAILIAL SHALL BE LOOSE GRADED GRAVEL AS SHOWN IN THE ABOVE THE CONTRACTOR SHALL EMPLOY AN EXCAVATOR -MOUNTED TRENCH ROLLER IN BOTH DIRECTIONS. HAND TAMPS TO MIDPOINT LIGOF THE PIPE,NNO BACKFILLLMMAATTERIANICAL LR PROVIDE BACKFILL DENSftiES A ENT TO LEAST ALL CONCRETE JOINTS TO BE SAWCUT SHALL BE DROPPED DIRECTLY ONTO THE EXPOSED PIPE. E( IVALENT TO THE SURROUNDING UNDISTURBED MATERIAL OR 95% DRILL AND EPDXY 12" DEFORMm !f5 DOWEL BARS 6" INTO EXISTING THE REMAINDER OF THE BACIffILL THAT 6 ABOVE 12" HIGHER THAN STANDARD PROCTOR DENSITY (WHICH SLOB ON 3' SPACING. CROSSSSaI STMFIALL BEATBAOLLFtt1FD WITH �LOOOSSE EXCAVATED MATERIAL IN 6" MAXIMUMLIFTS. O0 ATER 3�LlT'7T�% IS NOT ALLLOOWOEDD AS ACOMPACTION METHOD. EXISTING DENSITY TESTS SHALL BE PERFORMED ONCE EVERY200 FEET FOR EACH LIFT AND CONCRETE PAVING A SUBMITTED TO THE CITY OF LUBBOCK WATER UTILITIES ENGINEERING DEPARTMENT FOR RECORD. CONCRETE ASPHALT/CONCRETE BRICK PAVERS ROAD TRENCH AND REPAIR DETAIL (CITY OWNED STREET) S N.T.S. City of Lubbock LIFT STATION #46 FOF MAIN RELOCATION DETAILS P-15