Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2020-R0214 - McKee Utility Contractors, Inc. - Contract 15230
Resolution No. 2020-RO214 Item No. 7.2 July 14, 2020 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Public Works Contract No. 15230 for Northwest Lubbock Drainage Improvements Project, Phase 3, as per RFP 20-15230-TF, by and between the City of Lubbock and McKee Utility Contractors, Inc., of Prague, Oklahoma, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on ATTEST: Rebec Garza, City Secretat APPROVED AS TO CONTENT: Jesica McEachern, Assistant City anag APPROVED AS TO FORM: K ]li Leisure, Assistant City Attorney July 14, 2020 DANIEL M. POPE, MAYOR ccdocs/RES.Contract 15230 — Northwest Lubbock Drainage Improvements Project, Phase 3 May 19, 2020 REVISED PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: 5/8/20 PROJECT NUMBER: RFP 20-15230-TF Northwest Lubbock Drainage Improvements Project, Phase 3 Proposal of called Offeror) MCKEE UTILITY CONTRACTORS, INC. To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: (hereinafter The Offeror, in compliance with your Request for Proposals for the Northwest Lubbock Drainage Improvements Project, Phase 3 having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. ITEM DESCRIPTION QTY U/M UNIT COST EXTENDED +/- COST $150,000.00 $150,000.00 PROJECT MOBILIZATION 1 LS $25,000.00 $25,000.00 2 SWPPP I LS BARRICADES, SIGNS, $50,000.00 $50,000.00 3 AND TRAFFIC 1 LS HANDLING $235.00 $2,255,295.00 4 24" PIPE OPEN CUT 9597 LF $1,100.00 $1,071,400.00 5 24"PIPE OTHER THAN 974 LF OPEN CUT $310.00 $606,980.00 6 30" PIPE OPEN CUT 1958 LF RE VISED ITEM DESCRIPTION QTY U/M UNIT COST EXTENDED COST $1,200.00 $470,400.00 7 30" PIPE OTHER THAN 392 LF OPEN CUT STORM SEWER $11,000.00 $286,000.00 8 MANHOLES WITH 26 EA RINGS AND COVERS REMOVE AND $3.00 $2,622.00 9 SALVAGE EXISTING 874 SY ASPHALT PAVEMENT $2.00 $1,748.00 10 SUBGRADE 874 SY PREPARATION $13.00 $11,362.00 11 FLEXIBLE BASE (6" 874 SY CALICHE) $2.00 $1,748.00 12 PRIME COAT 874 SY $34.00 $29,716.00 13 2" TYPE D HMAC 874 SY $5.00 $18,565.00 14 SEAL COAT 3713 SY REFLECTIVE $5.00 $1,240.00 15 PAVEMENT MARKING: 248 LF 4" WHITE STRIPE REFLECTIVE $40.00 $2,640.00 16 PAVEMENT MARKING: 66 LF 24" WHITE STRIPE REFLECTIVE $5.00 $2,550.00 17 PAVEMENT MARKING: 510 LF 4" YELLOW STRIPE �_ Offeror's Initials REVISED ITEM DESCRIPTION QTY U/M UNIT COST EXTENDED +/- COST $10.00 $760.00 18 RPM TYP II -A -A 76 EA REFLECTIVE $500.00 $2,000.00 19 PAVEMENT MARKING: 4 EA ARROW $20,000.00 $80,000.00 20 COFFERDAM 4 EA $120,000.00 $360,000.00 21 TOWER INLET 3 EA STRUCTURE $3,500.00 $7,000.00 22 4-SIDED INLET 2 EA ARTICULATED $33.00 $88,308.00 23 CONCRETEBLOCK 2676 SF MATTRESS AND GEOTEXTILE FABRIC CROSSING SANITARY $7.00 $77.00 24 SEWER LINE, 6" 11 LF DIAMETER CROSSING SANITARY $23.00 $230.00 25 SEWER LINE, 10" 10 LF DIAMETER $30.00 $810.00 26 CROSSING WATERLINE, 27 LF 8" DIAMETER $1.00 $194.00 27 REMOVE CURB AND 194 LF GUTTER $45.00 $8,730.00 28 INSTALL CURB AND 194 LF GUTTER Offeror's Initials REVISED ITEM DESCRIPTION QTY U/M UNIT COST EXTENDED +/ COST $2.00 $8,156.00 29 REMOVE CONCRETE 4078 SY PILOT CHANNEL $85.00 $346,630.00 30 CONCRETE PILOT 4078 SY CHANNEL $2.00 $1,834.00 31 REMOVE CONCRETE 917 SY RIPRAP $75.00 $68,775.00 32 INSTALL CONCRETE 917 SY RIPRAP $75.00 $8,475.00 33 DRIVEWAY REPAIR 113 SY $10,000.00 $6,000.00 34 CLEARING AND 0.6 AC GRUBBING $10,000.00 $23,000.00 35 SEEDING 2.3 AC CONTECH UNIT (CDS) D 36 INCLUDING INSTALLATION Total (Items 1 through lalit"4"fy— $ 3 $5,998,245 Offeror's Initials REVISED ADDITIVE ALTERNATE 1 Provide unit prices related to the Higinbotham Park lateral. ITEM DESCRIPTION QTY U/M UNIT COST EXTENDED (+/-) COST $350.00 $1,333,500.00 Al -I 24" PIPE OPEN CUT 3810 LF $1,100.00 $114,400.00 AI-2 24" PIPE OTHER THAN 104 LF OPEN CUT STORM SEWER $11,000.00 $88,000.00 Al-3 MANHOLES WITH 8 EA RINGS AND COVERS $85,000.00 $85,000.00 AI-4 PLUNGE POOL DROP I EA MANHOLE REMOVEAND $3.00 $11,988.00 Al-5 SALVAGE EXISTING 3996 SY ASPHALT PAVEMENT $2.00 $7,992.00 Al-6 SUBGRADE 3996 SY PREPARATION $60.00 $12,120.00 Al-7 ASPHALT STABILIZED 202 SY BASE (9") $12.00 $47,952.00 Al-8 FLEXIBLE BASE (6" 3996 SY CALICHE) $2.00 $7,992.00 A 1-9 PRIME COAT 3996 SY $18.00 $3,636.00 A l -10 2" TYPE C HMAC 202 SY !E��Offeror's Initials REVISED ITEM DESCRIPTION QTY (+/-) U/M UNIT COST EXTENDED COST $18.00 $68,292.00 A I-11 2" TYPE D HMAC 3794 SY $2.00 $23,780.00 AI-12 SEAL COAT 11890 SY REFLECTIVE $1.00 $6,603.00 Al-13 PAVEMENT MARKING: 6603 LF 4" WHITE STRIPE BROKEN $3.00 $495.00 Al-14 RPM TYP II-C-R 165 EA REFLECTIVE $40.00 $2,560.00 Al-15 PAVEMENT MARKING: 64 LF 24" WHITE STRIPE REFLECTIVE $1.00 $6,603.00 AI-16 PAVEMENT MARKING: 6603 LF 4" YELLOW STRIPE REFLECTIVE $1.00 $6,603.00 Al-17 PAVEMENT MARKING: 6603 [IF 4" YELLOW STRIPE BROKEN $5.00 $825.00 Al-18 RPM TYP II -A -A 165 EA $30,000.00 $30,000.00 AI-19 COFFERDAM I EA $135,000.00 $135,000.00 Al-20 TOWER INLET I EA STRUCTURE ARTICULATED $47.00 $34,404.00 Al-21 CONCRETE BLOCK 732 SF MATTRESS AND GEOTEXTILE FABRIC Offeror's Initials REVISED ITEM DESCRIPTION QTY (+/-) U/M UNIT COST EXTENDED COST CROSSING SANITARY $20.00 $220.00 Al-22 SEWER LINE, 10" 11 LF DIAMETER CROSSING $25.00 $250.00 Al-23 WATERLINE, 4" 10 LF DIAMETER REMOVE AND $24.00 $5,040.00 Al-24 REPLACE 12" 210 LF WATERLINE IN QUAKER AVENUE $1.00 $198.00 Al-25 MOVE CURB AND 198 LF GUTTER $30.00 $5,940.00 Al-26 INSTALL CURB AND 198 LF GUTTER $2.00 $144.00 Al-27 REMOVE CONCRETE 72 SY VALLEY GUTTER $125.00 $9,000.00 Al-28 INSTALL CONCRETE 72 SY VALLEY GUTTER $2.00 $370.00 Al-29 MOVE CONCRETE 185 SY SIDEWALK $55.00 $10,175.00 Al-30 INSTALL CONCRETE 185 SY SIDEWALK $150.00 $150.00 Al-31 REMOVE WALKING I LS TRAIL $3,500.00 $3,500.00 Al-32 INSTALL WALKING I LS TRAIL tx�fferor's Initials REVISED ITEM DESCRIPTION QTY U/M UNIT COST EXTENDED (+/-) COST $20.00 $3,620.00 Al-33 SOD 181 SY $1,500.00 $1500.00 AI-34 TREE PROTECTION IN 1 LS HIGINBOTHAM PARK CONTECH UNIT (CDS) CDS5653-I O-C - 624005- i FA 20 INCLUDING INSTALLATION CONTECH BYPASS $35,888.88 VAULT SG0811 - 624005- 30 INCLUDING INSTALLATION Total (Items AM through A� 36) $2,282,852.86 $ $2,067,852 A 1-34 eror's Initials REVISED ADDITIVE ALTERNATE 2 Provide unit prices for additional items related to field conditions that would require special 'kandling of contaminated soil and groundwater. ITEM DESCRIPTION QT> U/M UNIT COST EXCE STED $15,800.00 $1 00.00 A2-1 SO VAPOR I EA EXT CTION WELLS $45,000.00 $90,000.00 A2-2 SOIL VAP 2 EA VACUUM BL WER SOIL VAPOR $18,000 0 $18,000.00 A2-3 EXTRACTION PIP G 1 EA AND EXHAUST STACK SOIL VAPOR 00.00 $60,000.00 A2 4 EXTRACTION 100 DAYS CONTINUOUS OPERATION SURFACE PIPING, $20,000.00 $20,000.00 A2-5 WELL(S) TO I EA TREATMENT UNITS $38,000.00 $38,000.00 A2-6 PETROLEUM -WATER EA SEPARATOR AIR STRIPPER 8,000.00 $38,000.00 A2-7 TREATMENT, 1 EA BLOWER INCLUSI $29,625. 0 $29,625.00 A2-8 CARBON T TMENT 1 EA PETROL M $450.00 $45,000.00 CONT INATED GW A2-9 THE MENT, 100 DAYS C TINUOUS & FECTIVE CONTROL $475.00 $47, 0.00 CONTAMINATED GW TREATMENT, 100 EA ,/,'PETROLEUM SAMPLING AND TESTING ,� Offeror's Initials REVISED ITEM DESCRIPTION QTY (+/-) U/M UNIT COST EXTENDED COST PETROLEUM HYDROCARBON - $ GEOLOGIC MATERIAL $449.925.00 $ PROPOSED CONSTRUCTION TIME: Overall Total: $8,066,097 1. Contractors proposed CONSTRUCTION TIME for completion: TOTAL CONSECUTIVE CALENDAR DAYS: 264 (to Substantial Completion) TOTAL CONSECUTIVE CALENDAR DAYS: 300 (to Final Completion) (not to exceed 365 consecutive calendar days to Substantial Completion / 455 consecutive calendar days to Final Completion). Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 365 Consecutive Calendar Days with final completion within 455 Consecutive Calendar Days as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $500 for each consecutive calendar day after substantial completion and liquidated damages in the sum of$250 for each consecutive calendar day after final completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of six 60 calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. 42YL— Offeror's Initials REVISED Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for N/A Dollars ($ N/A ) or a Proposal Bond in the sum of FIVE PERCENT Dollars ($ 5% ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(g), a competitive 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 5/8120 �— 73A r 1444 Authorized Signature CON ,,`1,, SHANE MCKEE J��,:•GORPORgp••�j�i (Printed or Typed Name) (Seal if Offeror is a Cotporatiord W ; ' �? e Y: SEA � MCKEE UTILITY CONTRACTORS, INC. ATTEST: _ J . = Company /��_ , ��� '�;;AHOtP,,• r) 2319 W MAIN STREET L✓V1 ✓✓✓��I f��I Address Secret q '',,.�„`�r PRAGUE LINCOLN City, County Offeror acknowledges receipt of the following addenda: OKLAHOMA 74864 State Zip Code Addenda No. 1 Date 514/20 'Telephone: 405 _ Addenda No. 2 Date 5/6/20 567-3666 Addenda No. 3 Date 5/6/20 Fax: 844 245-8432 Addenda No. Date Email: shane@mckeeutility.com FEDERAL TAX ID or SOCIAL SECURITY No. 73-1443777 M/wBE Firm: 1 woman Black American I Native American Hispanic American Asian Pacific American I Other S eci BOND CHECK BEST RATING _________ LICENSED IN TEXAS DATE______ BY: _______ CONTRACT AWARD DATE: July 14, 2020 CITY OF LUBBOCK Lubbock, Texas CITY OF LUBBOCK SPECIFICATIONS FOR Northwest Lubbock Drainage Improvements Project, Phase 3 RFP 20-15230-TF CONTRACT: 15230 PROJECT NUMBER: 92174.9243.30000 Plans & Specifications may be obtained from Bidsync.com & The Reproduction Company www.thereproductioncompany.com. Phone: (806) 763-7700 Page Intentionally Left Blank ADDENDA Page Intentionally Left Blank 1 ADDENDUM 1 Engineer’s Addendum No. 1 RFP 20-15230-TF Northwest Lubbock Drainage Improvements Project, Phase 3 DATE ISSUED: May 4, 2020 CLOSE DATE: May 7, 2020 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. Please see Engineer’s Addendum No. 1, attached. All requests for additional information or clarification must be submitted in writing and directed to: Teofilo Flores, Assistant Director 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 Emailed to TKFlores@mylubbock.us Questions are preferred to be posted on BidS ync: www.bidsync.com THANK YOU, Teofilo Flores CITY OF LUBBOCK Teofilo Flores Assistant Director 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. Addendum 001 00 91 13 - 1 LUB18692 – Northwest Lubbock Drainage Improvements, Phase 3 CITY OF LUBBOCK NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS, PHASE 3 LUB18692 ADDENDUM NO. 1 MAY 1, 2020 00 91 13 ADDENDUM NUMBER 001 The following additions, deletions, modifications, or clarifications shall be made to the appropriate sections of the Contract Documents. Bidders shall acknowledge receipt of this Addendum in the space provided on the Bid Form. The Pre-Bid Questions Response Log documents all questions received by April 30, 2020 responses provided by Freese and Nichols, Inc. If a question warranted a change to the bid documents then those changes are reflected in the addenda and supporting documentation. If a question did not warrant a change to the bid documents, a response is provided as part of the response log, which has been included as an attachment to this Addendum. 05/01/2020 Addendum 001 00 91 13 - 2 LUB18692 – Northwest Lubbock Drainage Improvements, Phase 3 TECHNICAL SPECIFICATIONS: A1-4 Section 03 30 00 CAST-IN-PLACE CONCRETE A. Modification: Supplement 3.01 FORMWORK to read as follows: 3.01 B. Set forms to achieve required elevations and contours in finished surfaces. Please note that the volume and thickness of the textured Cast-in-Place sections should increase to provide the minimum required dimensions as shown on the Inlet Structural Details. B. Modification: Supplement 3.06 FINISHING FORMED SURFACES to read as follows: 3.06 D. Stamped Pattern Finish: Matcrete Random Stone Pattern or equal. Stone image dimension not to exceed 10 inches for a single stone outline. Please note that the volume and thickness of the textured Cast-in-Place sections should increase to provide the minimum required dimensions as shown on the Inlet Structural Details. 1. Matcrete Stamped Concrete Tools, www.matcrete.com 2. A plastic sheet or powder release agent shall be used such that the stamping tool may be released without damage to the stamped surface. The Contractor shall follow manufacturer’s recommendations so that potential damage to finished surfaces is avoided or minimized. 3. A plastic sheet or powder release agent shall be used such that the stamping tool may be released without damage to the stamped surface. The Contractor shall follow manufacturer’s recommendations so that potential damage to finished surfaces is avoided or minimized. A1-5 Section 03 30 00 CAST-IN-PLACE CONCRETE A. Modification: Add the paragraph to read as follows: 2.03 E. Pigment Admixture Inlet Concrete mix will contain pigment admixture at the manufacturers prescribed rate. Owner will select color from standard color chart. 1. L.M. Scofield Chromix or equal 2. Maximum dosage rate of color compound conditioned concrete shall be formulated specifically for use on color conditioned concrete. 3. Dosage rate shall be adjusted as necessary by the Contractor to achieve a uniform color appearance between pours, between concrete loads within the same pour, and within a single, continuous structure. A1-8 Section 33 31 13.13 FIBERGLASS GLASS-FIBER REINFORCED THERMOSETTING-RESIN GRAVITY SEWER PIPE A. Modification: Modify the paragraph to read as follows: 2.02. MANUFACTURED PRODUCTS A. Manufacture pipes to result in a dense, non-porous, corrosion resistant, consistent composite structure. The interior surface of the pipes exposed to sewer flow shall be manufactured using a resin that meet or exceed requirements of ASTM D3262 when tested in accordance with D638. The interior surface shall provide crack resistance and abrasion resistance. The exterior surface of the pipes shall provide UV protection to the exterior. Pipes shall be Type 1, Liner 1 or 2, Grade1 or 3 per ASTM D3262. A1-9 Section 33 31 13.13 FIBERGLASS GLASS-FIBER REINFORCED THERMOSETTING-RESIN GRAVITY SEWER PIPE A. Modification: Modify the paragraph to read as follows: 2.03. DIMENSIONS Addendum 001 00 91 13 - 3 LUB18692 – Northwest Lubbock Drainage Improvements, Phase 3 C. The minimum wall thickness shall be reviewed and approved by the Engineer for each material type and installation method proposed through the submittal process. B. Delete tables in sections 2.03. C. 1-3 C. Modification: Modify the paragraph to read as follows: 2.03 D. Pipe ends shall be square to the pipe axis in accordance with ASTMD3262. A1-12 Section 01 40 00 QUALITY MANAGEMENT A. Modification: Modify the table in Section 3.04 to clarify testing responsibilities. Contractor is responsible for all quality control testing. Engineer/Owner may provide independent verification testing. 3.04 OWNER’S PRELIMINARY QUALITY CONTROL PLAN Spec. Section Test / Frequency OPT or Contractor 03 30 00 Compressive strength. One set of three cylinders for each concrete placement with one additional set of cylinders for each 50 yards in a single placement. Contractor All Pipes Pressure and leakage test (entire pipeline) Contractor All Pipes Internal deflection testing of pipelines Contractor 31 23 33 Density and Moisture. One test per 12” lift for every 200 linear feet of trench. Contractor Factory witness testing Contractor COL Ch. 8 Density and Moisture. Subgrade and base – one test for every 300 linear feet of trench. Contractor COL Ch. 8 Density. HMAC – one test every 300 linear feet of trench. Contractor Addendum 001 00 91 13 - 4 LUB18692 – Northwest Lubbock Drainage Improvements, Phase 3 DRAWINGS: REPLACE THE FOLLOWING SHEETS Replace Sheet With Sheet S-01 S-01 D-03 D-03 END OF ADDENDUM NO. 1 PHASE 1 PRE-BID QUESTIONS RESPONSE LOG Project:FNI Project No:LUB18692 Last Updated:5/1/2020 NUM. 1 2 3 4 5 6 7 8 9 10 11 Sheet D-03 has a callout for CCFRPM which is vendor-specific, can this be changed to FRPM FNI will revise Sheet D-03 to generalize the reference. When time permits, could you please forward the Bidder's List with contact information so I can quote the piping materials? 2.02 A. 4th sentence "The exterior surface of the pipes shall be comprised of a sand resin layer which provides UV protection to the exterior." The exterior surface formula with sand is specific to one vendor. Cordially request that the very next specification statement allowing for Grade 1, 1, 1 per ASTM D3262 take precedent. FNI will revise Spec Section to 33 13 13.13 to remove the vendor-specific exterior surface formula reference. Cordially request a modification to Section 33 31 13.13 Part 2.03 C. Wall thicknesses may vary per vendor and manufacturing method. Rather request that the pressure and stiffness requirements of the project dictate wall thickness design FNI will revise Spec Section to 33 13 13.13 to allow wall thickness to be reviewed through the submittal process based on pipe material selected. Answered by City Answered by City Refer to Addendum 1 A1-8. Refer to Addendum 1 A1-9. Refer to Addendum 1 A1-10 and revised Sheet D-03. I just wanted to inquire with you about the pre-proposal meeting for the above referenced project. It looks like the meeting has been deleted according to the bid documents and I suspect it is a result of the COVID-19 situation. Can you just please confirm that there is in-fact no mandatory pre- bid meeting for the above refenced project? RESPONSEQUESTION Will it be considered to submit proposals online/digitally? PRE-BID QUESTIONS RESPONSE LOG Northwest Lubbock Drainage Improvements, Phase 3 QUESTIONS SUBMITTED BY: APRIL 30, 2020 ACTION Innovative approaches Practical results Outstanding service No Action Section also states other lengths may be supplied upon approval of the Engineer. Are any of the inlet structures to be installed with a form liner with a textured rock face? If so, please provide details or specification reference for this application. Yes. FNI will add textured rock face form liner notes and reissue Sheet S-01 with Addendum 1. Answered by City Refer to Addendum 1 A1-5, Updated Sheet S-01. Answered by City Refer to Addendum 1 A1-4, Updated Sheet S-01. No Action Please confirm that the steel casing pipe utilized for the boring or tunneling it is to be bare steel and not coated or lined. Correct Are any of the inlet structures to be poured with colored concrete? If so, please provide the requirements and color type for this application. Yes. FNI will add colored concrete notes and reissue Sheet S-01 with Addendum 1. Will the bids be submitted electronically online or in-person hard copy proposals? Has this been determined yet? Cordially request approval for supply of 9 ft and 19 ft pipe lengths applicable to Spec Section 33 31 13.13 FIBERGLASS GLASS-FIBER-REINFORCED THERMOSETTING-RESIN GRAVITY SEWER PIPE. Thank you. Page 1 UPDATED TECHNICAL SPECIFICATIONS UPDATED DRAWINGS ENDSIDETOP PLAN 1 2 CABLE CABLE MIN.2 UNIT APPROVED SUBGRADE AS REQUIRED(NOMINAL DIMENSION) 8' REVETMENT WASHER REVETMENT CABLE SLEEVE REVETMENT CABLE 1'-1"11 1/2"6"6"SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PP-DET04.dgnIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:May. 02, 2020 - 09:25:54 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\5. Drainage\CV-TRT-PP-DET04.dgn4.000 ' / in.Plot Scale:MicroStation V8 User:Date: May. 02, 2020 - 09:25:54 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\5. Drainage\CV-TRT-PP-DET04.dgnProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE1/29/2020ELEVATION A STORM SEWER PROPOSED 24" ID ELEVATION B CIVILAS SPECIFIED GEOTEXTILE SMOOTH SURFACE 37 INLET STRUCTURE DETAILSS-01 (1 OF 2)ELEVATION C ELEVATION D (TYP) 4" WEIR (TURN ENDS UP) GEOTEXTILE AS SPECIFIED GROUT 4,000 PSI CONCRET (OR APPROVED EQUAL) CONCRETE MATRESS ARMORFLEX SHEETS SHOWN ON INLET GRADING AS SPECIFIED TO LIMITS CONCRETE MATTRESS ARMORFLEX CLASS S-5 COVER NEEDS WATERTIGHT MH IDENTIFICATION OF SEE PP SHEETS FOR MANHOLE COVER STORM SEWER 60" CITY OF LUBBOCK UNDISTURBED SOIL 1 S-01 NOT TO SCALE INLET STRUCTURE PLAN 100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTERNOT TO SCALE 3 S-01 INLET STRUCTURE ELEVATION 2 S-01 NOT TO SCALE ARMORFLEX CONCRETE MATTRESS LOCATIONINLET NAMELOCATION BORINGNEAREST AELEVATION ELEVATION B CELEVATION DELEVATION 045LAKE HIGGINBOTHAM B17 3233.53 3234.11 3239.25 3240.00 046LAKE RUSH B15 3218.52 3219.10 3225.34 3227.34 047LAKE SLIDENORTH B7 3228.56 3229.14 3239.60 3241.60 071LAKE WALMART B1 3247.92 3248.50 3253.50 3255.50 MIRAFI 1160N MIRAFI 1160N FILTERWEAVE 400 GEOTEXTILE FILTERWEAVE 400 3. 2. 1. (SEE SPECIFICATION SECTION 3 30 00 CAST-IN-PLACE CONCRETE) COLORED CONCRETE: ALL WALLS AND COVER. GRADE USING FITZGERALD FORMLINER PATTERN AS SPECIFIED. TEXTURED CONCRETE: EXPOSED VERTICAL WALLS TO 2FT BELOW (SEE SPECIFICATION SECTION 03 30 00 CAST-IN-PLACE CONCRETE) MATCRETE PATTERN AS SPECIFIED. STAMPED CONCRETE: HORIZONTAL SURFACES, EXPOSED USING NOTES:5/01/2020HRK1ADDENDUM NO. 11"213'-6"213'-612'-1"5'-0"2'-10""2 14'-2'-10"1'-2"1'-2" "2 13'-65'-0""2 13'-6 3'-0"8"8"8"6"4"4"4"05/01/2020 CARRIER AND CASING PIPE DIMENSION SCHEDULE PIPE ID CARRIER NOMINAL CARRIER OD FRPM ID CASING STEEL RCP OD ID CASING STEEL HDDP OD SANITITE ADS ID CASING STEEL 24''25.8''42''30''48''28.2''42'' 30''32''48''37''54''35.6''48'' SIDE VIEW SIDE VIEW SIDE VIEW MINIMUM STEEL CASING PIPE THICKNESS CASING DIAMETER WALL THICKNESS 4''-24''0.25'' 25''-42''0.375'' 43''-60''0.5'' PERIMETER OF BORE TABLE FOR SIZES) STEEL CASING (SEE STEEL CASING. PRESSURE GROUT AROUND FOR SIZES) (SEE TABLE CARRIER PIPE SPECIFICATIONS PER MANUFACTURER LININGS & PLASTIC RUNNERS STEEL BANDS W/ PLASTIC PIPE REINFORCED CONCRETE TO 1/4"x6" ROLLED STEEL WELDED TO 2" PIPE AND 1/4"x4"x4" STEEL PLATE NUT WELDED TO PIPE TO 1-1/2" Ø BOLT DOUBLE NUT WELDED TO NUT 1/4"x4"x4" STEEL PLATE 1-1/2"Ø BOLT 2" PIPE STEEL PLATE 1/4"x6" ROLLED CASING 6"6"OF PIPEVERTICAL kCONTRACTOR & PIPE SUPPLIER NUMBER & SPACING OF INSULATING SPACERS TO BE DETERMINED BY PIPE WEEP HOLE AT LOW END OF CASING 1 2 JOINT MATERIAL " EXPANSION SEAL ENDS OF CASING WITH MORTARED BRICK NOMINAL CASING PIPE I.D. CARRIER PIPE CONTRACTOR & PIPE SUPPLIER NUMBER & SPACING OF INSULATING SPACERS TO BE DETERMINED BY PIPE WEEP HOLE AT LOW END OF CASING 1 2 JOINT MATERIAL " EXPANSION SEAL ENDS OF CASING WITH MORTARED BRICK NOMINAL CASING PIPE I.D. CARRIER PIPE CONTRACTOR & PIPE SUPPLIER NUMBER & SPACING OF INSULATING SPACERS TO BE DETERMINED BY PIPE WEEP HOLE AT LOW END OF CASING 1 2 JOINT MATERIAL " EXPANSION SEAL ENDS OF CASING WITH MORTARED BRICK NOMINAL CASING PIPE I.D. CARRIER PIPE (PUSH STUB) JOINT PROTECTION TABLE FOR SIZES) CASING PIPE (SEE MAX. 1-1/2" GAP BETWEEN SPACER AND CASING PIPE OR TUNNEL LINER PLATE. TABLE FOR SIZES) CARRIER PIPE (SEE FOR 4,500 LBS/FOOT OF PIPE & MINIMUM LOAD CAPACITY RATED STAINLESS STEEL BANDS SPACING INSULATING PIPELINE SPACER W/304 FILL SPACE BETWEEN CASING PIPE OR TUNNEL LINER AND CARRIER PIPE WITH CELLULAR GROUT INSTALLATION OR TUNNEL LINER AFTER OUTSIDE OF CASING PIPE PRESSURE GROUT SPACE PERIMETER OF BORE TABLE FOR SIZES) STEEL CASING (SEE STEEL CASING. PRESSURE GROUT AROUND FOR SIZES) (SEE TABLE CARRIER PIPE SPECIFICATIONS PER MANUFACTURER LININGS & PLASTIC RUNNERS STEEL BANDS W/ PLASTIC 1 NOT TO SCALED-03 TYPICAL INSTALLATION IN CASING PIPE FOR REINFORCED CONCRETE PIPE 4 NOT TO SCALED-03 TYPICAL INSTALLATION IN CASING PIPE 6 NOT TO SCALED-03 TYPICAL INSTALLATION IN CASING PIPE FOR FIBERGLASS REINFORCED PIPE FOR HDPE PIPE 2 NOT TO SCALED-03 END VIEW - RCP 4. JOINTS IN TUNNEL SHALL BE MECHANICALLY RESTRAINED. PIPE FROM FLOATING DURING GROUTING OF ANNULAR SPACE. 3. CONTRACTOR SHALL BE RESPONSIBLE FOR PREVENTING END OF TUNNEL 2. FURNISH AND INSTALL INSULATING END SEAL AT EACH IN LIEU OF PREFABRICATED CASING SPACERS. SUBMIT OTHER CARRIER PIPE SUPPORTS FOR APPROVAL 1. CONTRACTOR MAY USE MORTAR OVER COAT OR MAY NOTES: 3 NOT TO SCALED-03 HOLD DOWN JACK DETAIL 3. JOINTS IN TUNNEL SHALL BE MECHANICALLY RESTRAINED. PIPE FROM FLOATING DURING GROUTING OF ANNULAR SPACE. 2. CONTRACTOR SHALL BE RESPONSIBLE FOR PREVENTING END OF TUNNEL 1. FURNISH AND INSTALL INSULATING END SEAL AT EACH NOTES: 5 NOT TO SCALED-03 END VIEW - FRP 3. JOINTS IN TUNNEL SHALL BE MECHANICALLY RESTRAINED. PIPE FROM FLOATING DURING GROUTING OF ANNULAR SPACE. 2. CONTRACTOR SHALL BE RESPONSIBLE FOR PREVENTING END OF TUNNEL 1. FURNISH AND INSTALL INSULATING END SEAL AT EACH NOTES: 7 NOT TO SCALED-03 END VIEW - HDPE SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PP-DET02.shtIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:May. 02, 2020 - 09:24:00 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\5. Drainage\CV-TRT-PP-DET02.sht2.550 ' / in.Plot Scale:MicroStation V8 User:Date: May. 02, 2020 - 09:24:00 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\5. Drainage\CV-TRT-PP-DET02.shtProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020CIVIL41 D-03 OTHER THAN OPEN CUT DETAILS5/01/2020HRK1ADDENDUM NO. 11 DETERMINED BY PIPE CONTRACTOR AND PIPE SUPPLIER. NUMBER AND SPACING OF INSULATING SPACERS TO BE MAX. 2'-0" 8" 8" MAX. 2'-0" 8"05/01/2020 ADDENDUM 2 Electronic Submission RFP 20-15230-TF Northwest Lubbock Drainage Improvements Project, Phase 3 DATE ISSUED: May 6, 2020 CLOSE DATE: May 7, 2020 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. INSTRUCTIONS TO BIDDERS FOR ELECTRONIC SUBMISSON CHANGE TO SEALED BID SUBMISSION PROCESS The C ity of Lubbock is not accepting hard copy offers responses at this time. Submission: Proposer must submit the entire items listed on the checklist attached no later than 2:00 P.M. (Central Time) on May 7, 2020, through Bidsync.com. **** Allow time to upload*** Or Email Submission to: TkFlores@mylubbock.us before the deadline. Any proposal received after the date and hour specified will be rejected. Submission of offers through Fax will not be accepted. Original documents require submission by Monday, May 11, 2020 @ 5:00 p.m. to: Teofilo Flores, Assistant Director City of Lubbock Purchasing and Contract Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 CHANGE TO PUBLIC BID OPENING Topic: Public Opening - RFP 20-15230-TF Northwest Lubbock Drainage Improvements Project, Phase 3 Time: May 7, 2020 02:00 PM Central Time (US and Canada) Join Zoom Meeting https://zoom.us/j/96795723670 Meeting ID: 967 9572 3670 One tap mobile +13462487799,,96795723670# US (Houston) +12532158782,,96795723670# US (Tacoma) Dial by your location +1 346 248 7799 US (Houston) +1 253 215 8782 US (Tacoma) +1 669 900 9128 US (San Jose) +1 646 558 8656 US (New York) +1 301 715 8592 US (Germantown) +1 312 626 6799 US (Chicago) Meeting ID: 967 9572 3670 Find your local number: https://zoom.us/u/aoZvcF5vk All requests for additional information or clarification must be submitted in writing and directed to: Teofilo Flores, Assistant Director 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 JMontes@mylubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com THANK YOU, Teofilo Flores CITY OF LUBBOCK Teofilo Flores Assistant Director 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. City of Lubbock, TX Purchasing and Contract Management Contractor Checklist for RFP 20-15230-TF Northwest Lubbock Drainage Improvements Project, Phase 3 1. Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL FORM. Signatures must be in blue or black ink, and by hand. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. The bidder MUST submit his bid on forms furnished by the City, and all blank spaces in the form shall be correctly 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 discr epancy between the unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid price. Include corporate seal and Secretary’s signature. Identify addenda received (if any). Include firm’s FEDERAL TAX ID number or Owner’s SOCIAL SECURITY number. 2. ____ Include a copy of BID BOND or CASHIER’S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. 3. ____ Complete CITY OF LUBBOCK REFERENCE FORM. 4. ____ Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. Contractor’s signature must be original. 5. ____ Complete CONTRACTOR’S STATEMENT OF QUALIFICATIONS 6. _____ Clearly mark the bid number, title, due date and time and your company name and address on the outside of the envelope or container. DELETED 7. ____ 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. 8. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All “YES” responses must be explained in detail and submitted with Bid. 9. Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm’s FEDERAL TAX ID number or Owner’s SOCIAL SECURITY number. 10. ____ Complete and submit the CONFLICT OF INTEREST QUESTIONNAIRE. 11. ____ Chapter 2270 Prohibition on Contracts with Companies Boycotting Israel 12. ____ Complete and submit the LIST OF SUB-CONTRACTORS. DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 13. ____ Complete and submit the FINAL LIST OF SUB-CONTRACTORS. DOCUMENTS REQUIRED BEFORE CONTRACT IS FINALIZED: 14. ____ Please acknowledge and submit the ONLINE DISCLOSURE OF INTERESTED PARTIES FORM 1295 within the specified time according to Texas Government Code 2252.908 using the Texas Ethics Commission website. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED NON- RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. ___________________________________________________ (Type or Print Company Name) ADDENDUM 3 Due Date Extension & Revised Proposal Submittal Form RFP 20-15230-TF Northwest Lubbock Drainage Improvements Project, Phase 3 DATE ISSUED: May 6, 2020 NEW CLOSE DATE: May 8, 2020 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 Revised Proposal Submittal Form. Due Date Extension 1. The proposal due date has been extended to May 8, 2020, at 2:00PM CST. 2. Teleconference information will be updated accordingly. Revised Proposal Submittal Form 1. The proposal submittal form has been revised and must be submitted with the response. The revised proposal submittal form is attached to this addendum. Please acknowledge reception of this addendum on the signature page of the Revised Proposal Submittal Form. All requests for additional information or clarification must be submitted in writing and directed to: Teofilo Flores, Assistant Director 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 Emailed to TKFlores@mylubbock.us Questions are preferred to be posted on BidS ync: www.bidsync.com THANK YOU, Teofilo Flores CITY OF LUBBOCK Teofilo Flores Assistant Director 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 s ingle 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. REVISED PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: _______________________________________ PROJECT NUMBER: RFP 20-15230-TF Northwest Lubbock Drainage Improvements Project, Phase 3 Proposal of _________________________________________________________________ (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the Northwest Lubbock Drainage Improvements Project, Phase 3 having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. ITEM DESCRIPTION QTY (+/-) U/M UNIT COST EXTENDED COST 1 PROJECT MOBILIZATION 1 LS 2 SWPPP 1 LS 3 BARRICADES, SIGNS, AND TRAFFIC HANDLING 1 LS 4 24" PIPE OPEN CUT 9597 LF 5 24" PIPE OTHER THAN OPEN CUT 974 LF 6 30" PIPE OPEN CUT 1958 LF REVISED ITEM DESCRIPTION QTY (+/-) U/M UNIT COST EXTENDED COST 7 30" PIPE OTHER THAN OPEN CUT 392 LF 8 STORM SEWER MANHOLES WITH RINGS AND COVERS 26 EA 9 REMOVE AND SALVAGE EXISTING ASPHALT PAVEMENT 874 SY 10 SUBGRADE PREPARATION 874 SY 11 FLEXIBLE BASE (6" CALICHE) 874 SY 12 PRIME COAT 874 SY 13 2" TYPE D HMAC 874 SY 14 SEAL COAT 3713 SY 15 REFLECTIVE PAVEMENT MARKING: 4" WHITE STRIPE 248 LF 16 REFLECTIVE PAVEMENT MARKING: 24" WHITE STRIPE 66 LF 17 REFLECTIVE PAVEMENT MARKING: 4" YELLOW STRIPE 510 LF __________ Offeror’s Initials REVISED ITEM DESCRIPTION QTY (+/-) U/M UNIT COST EXTENDED COST 18 RPM TYP II-A-A 76 EA 19 REFLECTIVE PAVEMENT MARKING: ARROW 4 EA 20 COFFERDAM 4 EA 21 TOWER INLET STRUCTURE 3 EA 22 4-SIDED INLET 2 EA 23 ARTICULATED CONCRETE BLOCK MATTRESS AND GEOTEXTILE FABRIC 2676 SF 24 CROSSING SANITARY SEWER LINE, 6" DIAMETER 11 LF 25 CROSSING SANITARY SEWER LINE, 10" DIAMETER 10 LF 26 CROSSING WATERLINE, 8" DIAMETER 27 LF 27 REMOVE CURB AND GUTTER 194 LF 28 INSTALL CURB AND GUTTER 194 LF __________ Offeror’s Initials REVISED ITEM DESCRIPTION QTY (+/-) U/M UNIT COST EXTENDED COST 29 REMOVE CONCRETE PILOT CHANNEL 4078 SY 30 CONCRETE PILOT CHANNEL 4078 SY 31 REMOVE CONCRETE RIPRAP 917 SY 32 INSTALL CONCRETE RIPRAP 917 SY 33 DRIVEWAY REPAIR 113 SY 34 CLEARING AND GRUBBING 0.6 AC 35 SEEDING 2.3 AC 36 CONTECH UNIT (CDS) CDS5653-10-C - 624005-10 INCLUDING INSTALLATION 1 EA Total (Items 1 through 36) $ __________ Offeror’s Initials REVISED ADDITIVE ALTERNATE 1 Provide unit prices related to the Higinbotham Park lateral. ITEM DESCRIPTION QTY (+/-) U/M UNIT COST EXTENDED COST A1-1 24" PIPE OPEN CUT 3810 LF A1-2 24" PIPE OTHER THAN OPEN CUT 104 LF A1-3 STORM SEWER MANHOLES WITH RINGS AND COVERS 8 EA A1-4 PLUNGE POOL DROP MANHOLE 1 EA A1-5 REMOVE AND SALVAGE EXISTING ASPHALT PAVEMENT 3996 SY A1-6 SUBGRADE PREPARATION 3996 SY A1-7 ASPHALT STABILIZED BASE (9”) 202 SY A1-8 FLEXIBLE BASE (6" CALICHE) 3996 SY A1-9 PRIME COAT 3996 SY A1-10 2” TYPE C HMAC 202 SY __________ Offeror’s Initials REVISED ITEM DESCRIPTION QTY (+/-) U/M UNIT COST EXTENDED COST A1-11 2” TYPE D HMAC 3794 SY A1-12 SEAL COAT 11890 SY A1-13 REFLECTIVE PAVEMENT MARKING: 4” WHITE STRIPE BROKEN 6603 LF A1-14 RPM TYP II-C-R 165 EA A1-15 REFLECTIVE PAVEMENT MARKING: 24" WHITE STRIPE 64 LF A1-16 REFLECTIVE PAVEMENT MARKING: 4" YELLOW STRIPE 6603 LF A1-17 REFLECTIVE PAVEMENT MARKING: 4" YELLOW STRIPE BROKEN 6603 LF A1-18 RPM TYP II-A-A 165 EA A1-19 COFFERDAM 1 EA A1-20 TOWER INLET STRUCTURE 1 EA A1-21 ARTICULATED CONCRETE BLOCK MATTRESS AND GEOTEXTILE FABRIC 732 SF __________ Offeror’s Initials REVISED ITEM DESCRIPTION QTY (+/-) U/M UNIT COST EXTENDED COST A1-22 CROSSING SANITARY SEWER LINE, 10" DIAMETER 11 LF A1-23 CROSSING WATERLINE, 4" DIAMETER 10 LF A1-24 REMOVE AND REPLACE 12” WATERLINE IN QUAKER AVENUE 210 LF A1-25 REMOVE CURB AND GUTTER 198 LF A1-26 INSTALL CURB AND GUTTER 198 LF A1-27 REMOVE CONCRETE VALLEY GUTTER 72 SY A1-28 INSTALL CONCRETE VALLEY GUTTER 72 SY A1-29 REMOVE CONCRETE SIDEWALK 185 SY A1-30 INSTALL CONCRETE SIDEWALK 185 SY A1-31 REMOVE WALKING TRAIL 1 LS A1-32 INSTALL WALKING TRAIL 1 LS __________ Offeror’s Initials REVISED ITEM DESCRIPTION QTY (+/-) U/M UNIT COST EXTENDED COST A1-33 SOD 181 SY A1-34 TREE PROTECTION IN HIGINBOTHAM PARK 1 LS A1-35 CONTECH UNIT (CDS) CDS5653-10-C - 624005- 20 INCLUDING INSTALLATION 1 EA A1-36 CONTECH BYPASS VAULT SG0811 - 624005- 30 INCLUDING INSTALLATION 1 EA Total (Items A1-1 through A1-36) $ __________ Offeror’s Initials REVISED ADDITIVE ALTERNATE 2 Provide unit prices for additional items related to field conditions that would require special handling of contaminated soil and groundwater. ITEM DESCRIPTION QTY (+/-) U/M UNIT COST EXTENDED COST A2-1 SOIL VAPOR EXTRACTION WELLS 1 EA A2-2 SOIL VAPOR VACUUM BLOWER 2 EA A2-3 SOIL VAPOR EXTRACTION PIPING AND EXHAUST STACK 1 EA A2-4 SOIL VAPOR EXTRACTION CONTINUOUS OPERATION 100 DAYS A2-5 SURFACE PIPING, WELL(S) TO TREATMENT UNITS 1 EA A2-6 PETROLEUM-WATER SEPARATOR 1 EA A2-7 AIR STRIPPER TREATMENT, BLOWER INCLUSIVE 1 EA A2-8 CARBON TREATMENT 1 EA A2-9 PETROLEUM CONTAMINATED GW TREATMENT, CONTINUOUS & EFFECTIVE CONTROL 100 DAYS A2-10 PETROLEUM CONTAMINATED GW TREATMENT, SAMPLING AND TESTING 100 EA __________ Offeror’s Initials REVISED ITEM DESCRIPTION QTY (+/-) U/M UNIT COST EXTENDED COST A2-11 PETROLEUM HYDROCARBON- CONTAMINATED GEOLOGIC MATERIAL 100 CY Total (Items A2-1 through A2-11) $ PROPOSED CONSTRUCTION TIME: 1. Contractors proposed CONSTRUCTION TIME for completion: TOTAL CONSECUTIVE CALENDAR DAYS: (to Substantial Completion) TOTAL CONSECUTIVE CALENDAR DAYS: (to Final Completion) (not to exceed 365 consecutive calendar days to Substantial Completion / 455 consecutive calendar days to Final Completion). Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 365 Consecutive Calendar Days with final completion within 455 Consecutive Calendar Days as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $500 for each consecutive calendar day after substantial completion and liquidated damages in the sum of $250 for each consecutive calendar day after final completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of sixty (60) calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. __________ Offeror’s Initials REVISED Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for ______________________________ Dollars ($___________) or a Proposal Bond in the sum of ______________________________ Dollars ($___________), which it is agreed shall be collected and retained by the Own er 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. (Seal if Offeror is a Corporation) ATTEST: _________________________________________ Secretary Offeror acknowledges receipt of the following addenda: Addenda No. _______ Date_________ Addenda No. _______ Date_________ Addenda No. _______ Date_________ Addenda No. _______ Date_________ M/WBE Firm: Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) 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. Date: Authorized Signature ______________________________________ (Printed or Typed Name) ______________________________________ Company ______________________________________ Address _____________________, ________________ City, County _____________________, ________________ State Zip Code Telephone: ______ - _____________________ Fax: - Email: _____________________________ FEDERAL TAX ID or SOCIAL SECURITY No. _________________________________________ ___ City of Lubbock, TX Purchasing and Contract Management Contractor Checklist for RFP 20-15230-TF Northwest Lubbock Drainage Improvements Project, Phase 3 1. S u'l Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL FORM. Signatures must be in blue or black ink, and by hand. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. The bidder MUST submit his bid on forms furnished by the City, and all blank spaces in the form shall be correctly 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. 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. fyK Include a copy of BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. 3. dwl. Complete CITY OF LUBBOCK REFERENCE FORM. 4. _pL�Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. Contractor's signature must be original. 5. fv4A- Complete CONTRACTOR'S STATEMENT OF QUALIFICATIONS 6. Gleady mark the bid numbeF, title, due date and time and your eampa" name and addi:ess on the outside of the envelope or eontainer•. DELETED 7. 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. 8. ,� Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. 9. Eu Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firnz's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 10. .,� Complete and submit the CONFLICT OF INTEREST QUESTIONNAIRE. 11. : vtx Chapter 2270 Prohibition on Contracts with Companies Boycotting Israel 12. S0**—Complete and submit the LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 13. Complete and submit the FINAL LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED BEFORE CONTRACT IS FINALIZED: 14. Please acknowledge and submit the ONLINE DISCLOSURE OF INTERESTED PARTIES FORM 1295 within the specified time according to Texas Government Code 2252.908 using the Texas Eth;SACvowiviss ion website. Ilk CON7-R fool, Icl FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEoLq j%��� RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE TIb.9 POMP TB�i7 PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. _ L Q ems° •.�>. ��.er /� ' ,�,�,✓�i?s�tws ��1uG' �;0�/�'•�1tLAH���°• (Type or &int Company Name) y Page Intentionally Left Blank INDEX 1. NOTICE TO OFFERORS 2. GENERAL INSTRUCTIONS TO OFFERORS 3. TEXAS GOVERNMENT CODE § 2269 4. PROPOSAL SUBMITTAL FORM – (must be submitted by published due date & time) 4-1. UNIT PRICE PROPOSAL SUBMITTAL FORM 4-2. CITY OF LUBBOCK REFERENCE FORM 4-3. CONTRACTOR’S STATEMENT OF QUALIFICATIONS 4-4. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 4-5. SAFETY RECORD QUESTIONNAIRE 4-6. SUSPENSION AND DEBARMENT CERTIFICATION 4-7. PROHIBITION ON CONTRACTS WITH COMPANIES BOYCOTTING ISRAEL VERIFICATION 4-8. PROPOSED LIST OF SUB-CONTRACTORS 5. POST-CLOSING DOCUMENT REQUIREMENTS – (to be submitted no later than seven business days after the close date when proposals are due) 5-1. FINAL LIST OF SUB-CONTRACTORS 6. PAYMENT BOND 7. PERFORMANCE BOND 8. CERTIFICATE OF INSURANCE 9. CONTRACT 10. CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 11. CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES 12. GENERAL CONDITIONS OF THE AGREEMENT 13. DAVIS BACON WAGE DETERMINATIONS 14. SPECIAL CONDITIONS (IF APPLICABLE) 15. SPECIFICATIONS Page Intentionally Left Blank NOTICE TO OFFERORS Page Intentionally Left Blank Notice to Offerors RFP 20-15230-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 May 7, 2020, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: Northwest Lubbock Drainage Improvements Project, Phase 3 After the expiration of the time and date above first written, said sealed proposals will be opened in the office of the Director of Purchasing and Contract Management and publicly read aloud. It is the sole responsibility of the proposer to ensure that his proposal is actually in the office of the Director of Purchasing and Contract Management for the City of Lubbock, before the expiration of the date above first written. The Contractor is only required to submit one original copy of every item listed on the Contractor Checklist in the proposal submittal. Proposals are due at 2:00 PM on May 7, 2020, and the City of Lubbock City Council will consider the proposals on June 9, 2020, 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 Cit y 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 Offeror. 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. Bidders may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405 or at www.thereproductioncompany.com. ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY’S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770. Deposit Checks shall be made PAYABLE TO THE CITY OF LUBBOCK, and will be refunded if documents are returned in good condition within Sixty (60) Days after the opening of bids. Additional sets of plans and specifications may be obtained at the bidder’s expense. It shall be each proposer’s sole responsibility to inspect the site of the work and to inform Offeror 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. 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 attentio n is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre-proposal meetings and proposal openings are available to all persons regardless of disability. If you require special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2572 write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK, Marta Alvarez Marta Alvarez DIRECTOR OF PURCHASING & CONTRACT MANAGEMENT GENERAL INSTRUCTIONS TO OFFERORS Page Intentionally Left Blank 1 GENERAL INSTRUCTIONS TO OFFERORS 1 PROPOSAL DELIVERY, TIME & DATE The City of Lubbock is seeking written and sealed competitive proposals to furnish Northwest Lubbock Drainage Improvements Project, Phase 3 per the attached specifications and contract documents. Sealed proposals will be received no later than 2:00PM, May 7, 2020, 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 20-15230-TF - Northwest Lubbock Drainage Improvements Project, Phase 3” and the proposal opening date and time. Offerors must also include their company name and address on the outside of the envelope or container. Proposals must be addressed to: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.1 Offerors are responsible for making certain proposals are delivered to the Purchasing and Contract Management Office. Mailing of a proposal does not ensure that it will be delivered on time or delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use some sort of delivery service that provides a receipt. 1.2 Proposals may be delivered in person, by United States Mail, by United Parcel Service, or by private courier service. Only written proposals submitted in conformance with the Instruction to Offerors will be considered responsive and evaluated for 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 - DELETED 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 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. 2 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any explanation or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing and Contract Management Office in writing or in this RFP should be used in preparing proposal responses. All contacts that a proposer may have had before or after receipt of this RFP with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this proposal should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each proposer shall carefully examine all RFP documents and thoroughly familiarize itself with all requirements before submitting a proposal to ensure that their proposal meets the intent of these specifications. 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. 5 PROPOSAL PREPARATION COSTS 5.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a proposal. 5.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a proposal shall be paid by the proposer. 6 TRADE SECRETS, CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 3 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 Public Information Act. 6.4 Pursuant to Section 552.234(c) of the Texas Government Code, the City of Lubbock has designated the following email address for which public information requests may be made by an emailed request: orr@mylubbock.us. Please send this request to this email address for it to be processed. 6.5 For more information, please see the City of Lubbock Public Information Act website at: https://ci.lubbock.tx.us/pages/public-information-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 proposals. It shall be the offerors responsibility to advise the Director of Purchasing and Contract 4 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, Assistant Director 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 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within 365 Consecutive Calendar Days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful proposer. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 13.3 Upon receipt of notice to proceed, and upon commencement of the work, the Contractor shall ensure daily prosecution of the work is conducted every business day until the work is completed, regardless if the work will be substantially or finally complete ahead of specified deadlines in the agreement, unless the City determines time off from said prosecution is necessary or reasonable and Contractor received said determination in writing from the City. Additionally, inclement weather shall be the only other reason consistent, daily prosecution of the work may not take place on those inclement weather days. 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the 5 improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 16 MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be 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 five sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 6 19 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the proposals have been opened and before the contract has been awarded, to require of a proposer the following information: (a) The experience record of the proposer showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage 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. 7 24 CONTRACTOR'S REPRESENTATIVE The successful proposer shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful proposer shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 26 LABOR AND WORKING HOURS 26.1 Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The proposer' attention is further directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates, providing for the payment of the wage schedules above mentioned and the proposer's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on Sundays or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on Sundays or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on Sundays or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall 8 immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and agents of the City. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28 PROVISIONS CONCERNING ESCALATION CLAUSES Proposals submitted containing any conditions which provide for changes in the stated proposal price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the proposer without being considered. 29 PREPARATION FOR PROPOSAL 29.1 The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit pri ce and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid price. 29.2 If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. 29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Offerors, and endorsed on the outside of the envelope in the following manner: 29.3.1 Proposer's name ______________________________________________________ 29.3.2 Proposal “RFP 20-15230-TF - Northwest Lubbock Drainage Improvements Project, Phase 3" 9 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. 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). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub-Contractors. (j) All other documents made available to proposer for his inspection in accordance with the Notice to Offerors. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. 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. 10 (c) The character, integrity, reputation, judgment, experience, and efficiency of the proposer. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub-Contractors (f) The experience and qualifications of key project personnel (g) Past experience with the Owner Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non-municipal current and completed projects for the past five (5) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 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 points for Price, 30 points for Contractor Qualifications, 5 points for Safety Record Questionnaire, and 5 points for Construction Time. The selection criteria used to evaluate each proposal includes the following: 32.1 60 POINTS - 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 of the price factor for the price score. For Example: (Lowest Price/Current Proposal Price) x Maximum Point Value = Price Score. 32.2 30 POINTS - 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 = Score). Each evaluator assigns points based upon the responses the contractor provides in the “Contractor’s Statement of Qualifications” And any past experience with the contractor. The “Contractor’s Statement of Qualifications” is a minimum, and you may provide additional pertinent information relevant to the project for which you are submitting this proposal. 32.3 5 POINTS - SAFETY RECORD QUESTIONNAIRE: This criterion is also more subjectively evaluated and the formula is as follows: (Points = Score). 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, b e it related or caused by environmental, mechanical, operational, supervision or any other cause or 11 factor under the contractor’s control. Evaluators base their rating primarily upon how well you document previous offenses with the date of the offense, location where the offense occurred, type of offense, final disposition of the offense, and any penalty assessed as well as the EMR. 32.4 5 POINTS - CONSTRUCTION TIME: This criterion is, as with price, objective and evaluators use the following formula when determining construction time as a factor for construction contract proposals. The lowest construction time proposal of all the proposals becomes the standard by which all the construction time proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest construction time and dividing it by the construction time of the proposal being evaluated. That fraction is then multiplied by the maximum point value of the construction time factor for the construction time score. For example: (Lowest construction time/Current Proposal construction time) x Maximum Point Value = Construction Time Score) 32.5 EVALUATION PROCESS: Evaluators independently review and score each proposal. The Committee meets, during which time the Committee Chairperson totals the individual scores. If the individual scores are similar, the Chairperson averages the scores then ranks offerors accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates discussion to determine the reasons for the differences and ensures that all evaluators are fully knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee based on committee discussion. Please note that offerors with higher qualifications scores cou ld be ranked higher than offerors with slightly better price scores. 32.6 The estimated budget for the construction phase of this project is $7,500,000 32.7 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. 12 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 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 fo r all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. 35 PROTEST 35.1 All protests regarding the RFP process must be submitted in writing to the City Director of Purchasing and Contract Management within 5 working days after the protesting party knows of the occurrence of the action which is protested relating to advertising of notices deadlines, proposal opening and all other related procedures under the Local Government Code, as well as any protest relating to alleged improprieties with the RFP process. This limitation does not include protests relating to staff recommendations as to award of contract. Protests relating to staff recommendations may be directed to the City Manager. All staff recommendations will be made available for public review prior to consideration by the City Council as allowed by law. FAILURE TO PROTEST WITHIN THE TIME ALLOTTED SHALL CONSTITUTE A WAIVER OF ANY PROTEST. 36 PREVAILING WAGE RATES 36.1 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 13 in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. 35.3 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. Page Intentionally Left Blank TEXAS GOVERNMENT CODE § 2269 SUBCHAPTER D. SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS Sec. 2269.151. CONTRACTS FOR FACILITIES: COMPETITIVE SEALED PROPOSALS. (a) In this chapter, "competitive sealed proposals" is a procurement method by which a governmental entity requests proposals, ranks the offerors, negotiates as prescribed, and then contracts with a general contractor for the construction, rehabilitation, alteration, or repair of a facility. (b) In selecting a contractor through competitive sealed proposals, a governmental entity shall follow the procedures provided by this subchapter. Sec. 2269.152. USE OF ARCHITECT OR ENGINEER. The governmental entity shall select or designate an architect or engineer to prepare construction documents for the project. The selected or designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code. Sec. 2269.153. PREPARATION OF REQUEST. The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria and the weighted value for each criterion, estimated budget, project scope, estimated project completion date, and other information that a contractor may require to respond to the request. The governmental entity shall state in the request for proposals the selection criteria that will be used in selecting the successful offeror. Sec. 2269.154. EVALUATION OF OFFERORS. (a) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and any monetary proposals made by the offerors. (b) Not later 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 Page Intentionally Left Blank REVISED PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: 518120 PROJECT NUMBER: RFP 20-15230-TF Northwest 1,111)hock 1rainage Improvements Project, Phase 3 Proposal of called Offeror) MCKEE UTILITY CONTRACTORS, INC. To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: (hereinafter The Offeror, in compliance with your Request for Proposals for the Northwest Lubbock Drainage Improvements Project, Phase 3 having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. ITEM DESCRIPTION QTY U/M UNIT COST EXTENDED +1- COST $150,000.00 $150,000.00 1 PROJECT 1 LS MOBILIZATION $25,000.00 $25,000.00 2 SWPPP 1 LS BARRICADES, SIGNS, $50,000.00 $50,000.00 3 AND TRAFFIC I LS HANDLING $235.00 $2,255,295.00 4 24" PIPE OPEN CUT 9597 LF $1,100,00 $1,071,400.00 5 24" PIPE OTHER THAN 974 LF OPEN CUT $310.00 $606,980.00 6 30" PIPE OPEN CUT 1958 I.,F REVISED ITEM DESCRIPTION QTY UIM UNIT COST EXTENDED +1- COST $1,200.00 $470,400.00 7 30" PIPE OTHER THAN 392 LI OPEN CUT STORM SEWER $11,000.00 $286,000.00 8 MANHOLES WITH 26 EA RINGS AND COVERS REMOVEAND $3.00 $2,622,00 9 SALVAGE EXISTING 874 SY ASPHALT PAVEMENT $2.00 $1,748.00 IO SUBGRADE 874 SY PREPARATION $13.00 $11,362.00 11 FLEXIBLE BASE (6" 874 SY CALICHE) $2.00 $1,748.00 12 PRIME COAT 874 SY $34.00 $29,716.00 13 2" TYPE D HMAC 874 SY $18, 565.00 $5.00 14 SEAL COAT 3713 SY REFLECTIVE $5.00 $1,240.00 15 PAVEMENT MARKING: 248 LF 4" WHITE STRIPE REFLECTIVE $40.00 $2,640.00 16 PAVEMENT MARKING: 66 LF 24" WHITE STRIPE REFLECTIVE $5.00 $2,550.00 17 PAVEMENT MARKING: 510 LF 4" YELLOW STRIPE -— Offeror's Initials REVISED ITEM DESCRIPTION QTY UIM UNIT COST EXTENDED +1- COST $10.00 $760.00 18 RPM TYP II -A -A 76 EA REFLECTIVE $500.00 $2,000.00 19 PAVEMENT MARKING: 4 EA ARROW $20,000.00 $80,000.00 20 COFFERDAM 4 En $120,000.00 $360,000.00 2I TOWER INLET 3 EA STRUCTURE $3,500,00 — $7,000.00 22 4-SIDED INLET 2 I. -"A ARTICULATED $33-00 $88,308.00 23 CONCRETE BLOCK 2676 s 1 MATTRESS AND GEOTEXTILE FABRIC CROSSING SANITARY $7.00 $77.00 24 SEWER LINE, 6" 11 LF DIAMETER CROSSING SANITARY $23.00 $230.00 25 SEWER LINE, 10" 10 LF DIAMETER $30.00 $810.00 26 CROSSING WATERLINE, 27 LF 8" DIAMETER $194.00 $1.00 27 REMOVE CURB AND 194 LF GUTTER $45.00 $8,730.00 28 INSTALL CURB AND 194 LF GUTTER C. fferor's Initials REVISED ADDITIVE ALTERNATE I Provide unit prices related to the Higinhotham Park lateral. ITEM DESCRIPTION QTY U/M UNIT COST EXTENDED (+1-) COST $350.00 $1,333,500.00 Ai -I 24" PIPE OPEN CUT 3810 LF $1,100,00 $1141400.00 A 1-2 24" PIPE OTHER THAN 104 LP OPEN CUT STORM SEWER $11,000.00 $88,000.00 Al-3 MANHOLES WITH 8 EA RINGS AND COVERS $85,000.00 $85,000.00 AI-4 PLUNGE POOL DROP 1 EA MANHOLE REMOVE AND $3.00 $11,988.00 AI-5 SALVAGE EXISTING 3996 SY ASPHALT PAVEMENT $2.00 $7, 992.00 A1-6 SUBGRADE 3996 SY PREPARATION $60.00 $12,120.00 Al-7 ASPHALT STABILIZED 202 SY BASE (9") $12.00 $47,952.00 Al-8 FLEXIBLE BASE (6" 3996 SY CALICHE) $2.00 $7,992.00 Al-9 PRIME COAT 3996 SY $18.00 $3,636.00 Al-10 2" TYPE C HMAC 202 SY fferor's Initials REVISED ITEM DESCRIPTION QTY UIM UNIT COST EXTENDED {+1-} COST $18.00 $68,292.00 A 1-11 2" TYPE D HMAC 3794 SY $2.00 $23,780.00 Al-I2 SEAL COAT 11890 SY REFLECTIVE $1.00 $6,603.00 A 1-13 PAVEMENT MARKING: 6603 LF 4" WHITE STRIPE BROKEN $3.00 $495.00 A I -14 RPM TYP II-C-R 165 EA REFLECTIVE $40.00 $2,560.00 Al-15 PAVEMENT MARKING: 64 LF 24" WHITE STRIPE REFLECTIVE $1.00 $6,603.00 Al-16 PAVEMENT MARKING: 6603 LF 4" YELLOW STRIPE REFLECTIVE $1.00 $6,603.00 Al-17 PAVEMENT MARKING: 6603 LF 4" YELLOW STRIPE BROKEN $5.00 $825.00 A 1-18 RPM TYP II -A -A 165 EA $30,000.00 $30,000.00 Al-19 COFFERDAM I $135,000.00 $135,000.00 Al-20 TOWER INLET I I�"A STRUCTURE ARTICULATED $47.00 $34,404.00 Al-21 CONCRETE BLOCK 732 SF MATTRESS AND GEOTEXTILE FABRIC Offernr's Initials REVISED ITEM DESCRIPTION QTY U/M UNIT COST EXTENDED {+1-} COST CROSSING SANITARY $20.00 $220.00 Al-22 SEWER LINE, 10" l 1 LF DIAMETER CROSSING $25.00 $250.00 A 1-23 WATERLINE, 4" to LF DIAMETER — — $5,040.00 - REMOVE AND $24.00 A l -24 REPLACE 12" 210 LF WATERLINE IN QUAKER AVENUE $1.00 $198.00 Al-25 MOVE CURB AND 198 LF GUTTER $30.00 $5,940.00 A 1-26 INSTALL CURB AND 198 LI GUTTER $2.00 $144.00 A 1-27 REMOVE CONCRETE 72 Sy VALLEY GUTTER $125.00 $9,000.00 A 1-28 INSTALL CONCRETE 72 Sy VALLEY GUTTER $2.00 $370.00 AI-29 REMOVE CONCRETE 185 Sy SIDEWALK $55.00 $10,175.00 Al-30 INSTALL CONCRETE 185 Sy SIDEWALK $150.00 $150.00 A 1-31 REMOVE WALKING 1 LS TRAIL $3,500.00 $3,500.00 Al-32 INSTALL WALKING 1 LS TRAIL t fferor's initials $2,067,852A1-34 REVISED XaADvide DITIVE ALTERNATE 2 unit prices for additional items related to field conditions that would require special dling of contaminated soil and groundwater. ITEM DESCRIPTION QT) UIM UNIT COST EXC STED $1 5,800.00 $1 , 00.00 A2-1 SO VAPOR I EA EXT CTION WELLS $45,000.00 $90 000.00 A2-2 SOIL VAP 2 EA VACUUM SL WER SOIL VAPOR $18,000 0 $18,000.00 A2-3 EXTRACTION PIP G l EA AND EXHAUST STACK SOIL VAPOR 00.00 $60,000.00 A24 EXTRACTION 100 DAYS CONTINUOUS OPERATION SURFACE PIPING, $20,000.00 $20,000.00 A2-5 WELL(S) TO 1 EA TREATMENT UNITS $38,000,00 $38,000,00 A2-6 PETROLEUM -WATER 1 A SEPARATOR AIR STRIPPER 8,000.00 $38,000.00 A2-7 TREATMENT, 1 EA SLOWER INCLUSI $29,625, 0 $29,625,00 A2-8 CARBON T TMENT 1 EA PETROL M $450,00 $45,000,00 CONTvIrNATED GW A2-9 THE MENT, 100 DAYS C TINUOUS & rFECTIVE CONTROL ETROLEUM $475.00 $47, 0.00 GW VCONTAMINATED AO TREATMENT, 100 EA SAMPLING AND TESTING � �Offeror's Initials Overall Total: $8,066,097 REVISED Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for NIA Dollars {$ NIA } or a Proposal Bond in the sum of FIVE PERCENT Dollars ($ 5°I° }, 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 small 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 proposaI price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL r. GQ111.. r►s {Seal if Offeror is a Corporatiore W ATTEST: ' SEAL.CO 0. �- n .: 1 Secretfky rr�r�+�Plfilfi���t' Offeror acknowledges receipt of the following addenda Addenda No. t Date 514120 Addenda No. 2 Date 516l20 Addenda No. 3 Date 5/6120 Addenda No. Date Date; 518/20 Authorized Signature SHANE MCKEE (Printed or Typed Name) MCKEE UTILITY CONTRACTORS, INC. Company 2319 W MAIN STREET Address P,RAGUE City, OKLAHOMA State Telephone: 405 567-3666 LINCOLN County 74864 Zip Code Fax; 844 - 245-8432 Email: shane@mckeeutili com FEDERAL TAX ID or SOCIAL SECURITY No. 73-1443777 MIWBE Firm: Woman Black American Native American His aiiic American I I Asian Pacific American Other(Specify) (D Swiss Re Corporate Solutions Bid Bond North American Specialty Insurance Company Washington International Insurance Company Westport Insurance Corporation 1450 American Lane, Suite 1100 Schaumburg, IL 60173 KNOW ALL MEN BY THESE PRESENTS, that we McKee Utility Contractors, Inc., 2319 W. Main Street, Prague, OK 74864 as Principal, hereinafter called the Principal, and (full name and address or legal title of Principal) North American Specialty Insurance Company (select Surety) a corporation duly organized under the laws of the state of New Hampshire as Surety, hereafter called the Surety, are (select state) held and firmly bound unto City of Lubbock, Texas, 1625 13th Street, Lubbock, TX 79401 (full name and address or legal title of Obligee) as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Bid Amount Dollars ($ 5 of Bid Amount ) for the payment of which the Principal and the Surety bind ourselves, our successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted to the Obligee a bid for Northwest Lubbock Drainage Improvements Project , Phase 3 (full name, address and description of project) NOW, THEREFORE, the condition of this obligation is such that if the Obligee shall accept the bid of the Principal, and the Principal either 1) shall enter into a contract with the Obligee in accordance with the terms of such bid and gives such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety, or 2) shall pay to the Obligee the difference, not to exceed the amount of this bond, between the amount specified in said bid and such larger amount for which Obligee 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 waives any notice of an agreement between the Obligee and Principal to extend the time in which the Obligee may accept the bid. Waiver of notice by the Surety shall 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 Obligee and Principal shall obtain the Surety's consent for an extension beyond sixty (60) days. When this bond has been furnished to comply with a statutory or other legal requirement in the location of the project, any provision in this bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirements shall be deemed incorporated herein. When so furnished, the intent is that this bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this8th day of Ma %%%011110s'2620 •c, .�: BY ems. (Witness)LU 1� BY Cl Q (Witness) McKee Utility Contractors, Inc. �i (Princ�) By: 4^ Name/Title: North erican S ial#T15irance Company Surety y. �? R - Jamie Bur ! (Attorney -in -Fact) SWISS RE CORPORATE SOLUTIONS NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing Linder laws of the State of New Hampshire, and having its principal office in the City of Kansas City, Missouri, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Kansas City, Missouri, each does hereby make, constitute and appoint: JOHN K. DEER, VAUGHN P. GRAHAM, VAUGHN P. GRAHAM, JR., STEPHEN M. POLEMAN, TRAVIS E. BROWN, DEBORAH L. RAPER, JAMIE BURRiS, SHELLI R. SAhISEL, MARK D. NOWELL, CATHY COMBS, VICKI WILSON, AUSTIN K. GREENHAW, CLAYTON HOWELL, GREY L. KENNEMER, RANDY D. WEBB, AARON WOOLSEY and GARY LILES JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION ($50,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9t1i of May, 2012: "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." 1AU1 V By SEAL Steven P. Anderson, Senior Vice President of Washington International Insurance Company 1973 ruin a &Senior Vice President of North American Specialty Insurance Company yAMPS�`e�� 11/1lilt 11P1B Michael A. Ito, $emor�rce�resr eat of Tvasfimgton international Insurance ompany & Senior Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this I I th day of DULY 2019 . North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook SS: On this 1 Ith day of JULY 2019 , before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Michael A. Ito , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OF ICIAL SEAL M. KENNY Notary Public - State of Illinois My Commission tspir�s N 4. Kenny, Notary Pubtic 1410N20 t I, Jeffrey Goldberg the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington , _ International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney giveit by said -North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this ! day of . 20 t 9 Jeffrey Goldberg, Vice President & Assistant Secretyry of .. - . Washington International Insurance Company & North.American SpecialtyJnsdrance Company Page Intentionally Left Blank City of Lubbock, TX RFP 20-15230-TF Northwest Lubbock Drainage Improvements Project, Phase 3 Reference Form Please list three references of current customers who can verify the quality of service your company provides. The City prefers users of similar size and scope of work. Please do not use the City of Lubbock. REFERENCE ONE Government/ Company Name: OKLAHOMA CITY WATER UTILITIES TRUST Address: 201 W MAIN STREET OKLAHOMA CITY, OK 73102 Contact Person and Title: CRYSTAL KOWALIK / ENGINEERING DIRECTOR Phone: 405-297-2422 Government/ Company Name: Fax: crystal.kowalik@okc.gov REFERENCE TWO CITY OF TULSA Address: 2317 S. JACKSON AVE, SUITE S-316 TULSA, OK 74103 Contact Person and Title: RYAN MCKASKLE / ENGINEERING MANAGER Phone: 918-596-9614 Government/ Company Name: Fax: rmckaskle@cityoftulsa.org REFERENCE THREE NORTH TEXAS MUNICIPAL WATER DISTRICT Address: 501 E BROWN STREET WYLIE, TX 75098 Contact Person and Title: DONNA LONG / PROGRAM MANAGER Phone: 972-442-5405 Fax: dlong@ntmwd.com NO Page Intentionally Left Blank 17 Contractors Statement of Qualifications Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate evaluations. Evaluation information must be submitted at time of bid submittal. Failure to submit the following Bidder Evaluation information may result in the OWNER considering the bid non -responsive and result in rejection of the bid by the OWNER. Bidders are to provide any additional information requested by the OWNER. In evaluating a firm's qualifications, the following major factors will be considered: A. FINANCIAL CAPABILITY: For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the CONTRACTOR'S ability to secure bonding satisfactory to the OWNER. B. EXPERIENCE: Do the organization and key personnel have appropriate technical experience on similar proje cts? 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: . NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS PROJECT – PHASE 3 RFP 20 -15230 -TF PROJECT NO. 92174.9243.30000 CITY OF LUBBOCK TEXAS 1625 13TH STREET LUBBOCK, TX 79401 Date: May 7, 2020 City of Lubbock Texas 1625 1311 Street / City Hall Lubbock, TX 79401 Re: RFP 20-15230-TF Northwest Lubbock Drainage Improvements Project, Phase 3 Honorable Mayor and City Council Members, McKee Utility Contractors, Inc. is an Oklahoma based family -owned and operated business specializing in water and wastewater pipeline installation since 1978. Today the company is focused on expanding our footprint across Oklahoma and Texas installing large diameter pipeline projects. Over the past 40 years, McKee Utility Contractors, Inc. has provided quality installation to may owners across Oklahoma and Texas including the Oklahoma City Water Utilities Trust, The City of Fort Worth, The City of McKinney, The City of Tulsa, The City of Amarillo, The Town of Prosper, The City of Celina, The North Texas Municipal Water District and many others. If selected, McKee Utility Contractors, Inc would provide numerous benefits to the project including: • Track Record of On -Time Performance • Self -Performance of Critical Construction Items • Management/Field Personnel with large OD Pipeline Experience • Maintained and Flexible Equipment Fleet If you have any questions, please do not hesitate to contact our PMT Lead Bill Geiser, at (817) 505- 8213 or via email at bill@mckeeutility.com. We appreciate the opportunity to submit our proposal to the City of Lubbock and look forward to working with all involved in the near future. l Tyler McKee Vice President McKee Utility Contractors, Inc. O — 405.567.3666 M — 405.245.1324 tyler(cD,mckeeutility.com . NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS PROJECT – PHASE 3 RFP 20 -15230 -TF PROJECT NO. 92174.9243.30000 CORPORATE STRUCTURE General Information Organization doing business as MCKEE UTILITY CONTRACTORS, INC Business address of principle office 2319 W MAIN STREET PRAGUE, OK 74864 Telephone numbers Main number 405-567-3666 Fax number 844-245-8432 Web site address WWW.MCKEEUTILITY.COM Form of business (check one) X A corporation A partnership An individual If a corporation Date of incorporation 2/17/94 State of incorporation OKLAHOMA Chief Executive Manager’s name President’s name SHANE MCKEE PRESIDENT Vice President’s name(s) TYLER MCKEE VICE PRESIDENT Secretary’s name TYLER MCKEE Treasurer’s name SHANE MCKEE If a Partnership Date of organization N/A State whether partnership is general or limited N/A If an Individual Name N/A Business address N/A Identify all individuals not previously named which exert a significant amount of business control over the organization N/A Indicators of organization size Average number of current full time employees: 105 Average estimate of revenue for the current year: $13.7M Q1 2020 PROJECTED $54,000,000.00 Organizational Experience Organization doing business as MCKEE UTLIITY CONTRACTORS, INC Business address of regional office 2319 W MAIN STREET PRAGUE, OK 74864 Name of regional office manager RAINEY CARTER Telephone numbers Main number 405-567-3666 Fax number 844-245-8432 Web site address WWW.MCKEEUTILITY.COM Organization History List of names that this organization currently, has or anticipates operating under over the history of the organization, including the names of related companies presently doing business: Names of organization From date To date MCKEE CONSTRUCTION 1978 2/17/94 MCKEE UTILITY CONTRACTORS 2/17/94 PRESENT MCKEE EQUIPMENT (ASSET HOLDING CO) 7/21/14 PRESENT List of companies, firms or organizations that own any part of the organization. Name of companies, firms or organization. Percent ownership N/A Construction Experience Years experience in projects similar to the proposed project: As a general contractor 42 As a joint venture partner N/A 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 agency 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. Key Staff Resumes Page 1 Shane McKee President/Project Manager/GS Professional Experience Mr. McKee has more than 17 years’ experience of Large Diameter Water and Wastewater Installation as a Superintendent, Project Manager and President of McKee Utility Contractors, Inc. Relevant Experience 9 Mile Creek Sewer Line Lawton, OK Project Manager / General Superintendent Mr. McKee served as Project Superintendent for the $11M design- bid-build project, which involved approximately 37,560 LF of 54-inch, 48-inch, 42-inch, and 36-inch PVC Sanitary Sewer Interceptor with the associated sewer manhole and concrete junction structures. Mr. McKee’s responsibilities included overall project schedule, submittals, materials procurement, sub-contract procurement and project controls monitoring. Provided support to the field crews to maintain the project schedule. He also reviewed site safety and environmental protection plan, assisted the superintendent with the coordination of materials supply and worked with property owners to coordinate access and work areas during construction operations. WC-0505 Water Transmission Main Oklahoma City, OK Project Manager / General Superintendent Mr. McKee served as Project Manager for the $3.5M design-bid-build project, which involved approximately 8,800 LF of 48-inch Ductile Iron Water Line. Mr. McKee’s responsibilities included not only developing the final overall cost for this project but overseeing installation of the pipeline as well. SC-0951 Sanitary Sewer Interceptor Oklahoma City, OK General Superintendent Mr. McKee served as Project Manager for the $4.1M design-bid-build project. The project, which involved approximately 6,883 LF of 42- inch through 72-inch CCFRPM Sanitary Sewer Line following the Oklahoma river, was completed on time. Major dewatering issues and a re-route of the pipeline could have caused major delays. Mr. McKee led negotiations that saved the Oklahoma City Water Utilities Trust over $200K to ensure the project would be completed under budget. Education: HS Diploma Years of Experience: 17 Equipment Operator Superintendent Project Manager President As Project Manager, Shane works with the design lead to provide support, cost and constructability reviews. Develops the project schedule and planning with the build team. Shane will be your point of contact and attend regularly scheduled meetings. He coordinates meeting for our team and manages subcontractors and suppliers. Assist the superintendents to resolve any outstanding field issues. Shane will also provide detailed cost estimates for large complex projects and uses his skills to analyze projects from a unique point of view. Also serving as President of McKee Utility Contractors, Inc., Shane oversees day to day field operations, estimating and business development. Please take a look at our Key Projects for an overall view of McKee Utility Contractors, Inc. Key Staff Resumes Page 1 Tyler McKee Vice President/Project Manager Professional Experience Mr. McKee has more than 15 years’ experience of Large Diameter Water and Wastewater Installation as a Superintendent, Office Manager, Project Manager and Vice President of McKee Utility Contractors, Inc. Relevant Experience WC-0862 Water Transmission Main Oklahoma City, OK Project Manager / QC Manager Mr. McKee served as Project Manager for the $8.6M design-bid-build project, which involved approximately 12,750 LF of 42-inch Ductile Iron Water Line. Mr. McKee’s responsibilities included overall project schedule, submittals, materials procurement, sub-contract procurement and project controls monitoring. Provided support to the field crews to maintain the project schedule. He also reviewed site safety and environmental protection plan, assisted the superintendent with the coordination of materials supply and worked with property owners to coordinate access and work areas during construction operations. SC-0866 Sanitary Sewer Interceptor Oklahoma City, OK Project Manager / QC Manager Mr. McKee served as Project Manager for the $3.25M design-bid- build project, which involved approximately 10,475 LF of 48-inch PVC Sanitary Sewer Interceptor with the associated sewer manholes. Following Mustang Creek, the project needed extensive dewatering efforts and planning to install the pipeline with flow-line depths of over 30 feet. For this project Mr. McKee was responsible for project submittals, purchase orders, RFI’s, change order processing and working with the Superintendent in confirming quality installation. SC-0919 Sanitary Sewer Interceptor Oklahoma City, OK Project Manager / QC Manager Mr. Miranda served as Project Superintendent for the $4.6M design- bid-build project, which involved approximately 14,234 LF of 48-inch PVC Sanitary Sewer Line. Following the Lightning Creek Tributary, this project required and extensive dewatering plan. For this project Mr. McKee was responsible for project submittals, purchase orders, RFI’s, change order processing and working with the Superintendent in confirming quality installation. Education: HS Diploma Years of Experience: 15 Superintendent Office Manager Project Manager Vice President As Project Manager, Tyler works with the design lead to provide support, cost and constructability reviews. Develops the project schedule and planning with the build team. Tyler will be your point of contact and attend regularly scheduled meetings. He coordinates meeting for our team and manages subcontractors and suppliers. Assist the superintendents to resolve any outstanding field issues. Tyler will also provide detailed cost estimates for large complex projects and uses his skills to analyze projects from a unique point of view. Also serving as Vice President of McKee Utility Contractors, Inc., Tyler oversees day to day office management, estimating and vendor/supplier relations. Please look at our Key Projects for an overall view of McKee Utility Contractors, Inc. Key Projects for Qualification Page 1 Company History Lloyd George, McKee along with his two sons, founded McKee Construction Company in Prague, OK in 1978. Incorporated February 17th, 1994, McKee Utility Contractors, Inc. is now owned and operated by his two grandsons Shane and Tyler McKee (President & Vice President respectively) with a focus on installation of large diameter water and wastewater pipelines in Oklahoma and Texas. Under Shane’s leadership, MUCI has brought key personnel to the company with all levels of experience in water and wastewater pipeline installation no matter what the size or material type. Projects have been completed or are under construction for The Oklahoma City Water Utilities Trust (OCWUT), North Texas Municipal Water District (NTMWD), Town of Prosper (TX), City of Celina (TX), Norman Utilities Authority (OK), City of Lawton (OK), and the City of Amarillo (TX) Relevant Experience – Water Line Installation Cherokee Waterline 48” Transmission Main – Project No. TMUA-W 08-18 Tulsa, OK General Contractor Contract - $ 14,257,480.38 17,880 LF of 48-inch Steel Pipe AWWA C200 Water Line 857 LF of 60” Tunnels Custer Road Utility Relocation McKinney, TX General Contractor Contract - $ 7,239,441.00 15,270 LF of 24-inch Steel Pipe AWWA C200 Water Line 15,270 LF of 2-inch through 12-inch Asbestos Cement Pipe 1,080 LF of 36-inch Tunnels by Tunnel Boring Machine (TBM) WC-0904 Phase II (OCWUT) Oklahoma City, OK General Contractor Contract - $ 1,595,000.00 Installation of 8 EA 72-inch Steel Pipe Access Manways for Water Main Condition Assessment Lower Pressure Plane Water Line (Town of Prosper) Prosper, TX General Contractor Contract - $ 8,588,580.00 11,350 LF of 42-inch Steel/PCCP Water Line 10,466 LF of 20-inch through 36-inch PVC C905 Water Line 2,862 LF of 36-inch through 60-inch Tunnel Liner Plate Tunnels/Bores Plano East Side Pipeline Project (NTMWD) Plano, TX General Contractor Contract - $ 6,279,290.00 8,060 LF of 24-inch through 30-inch Steel/PCCP Water Line 810 LF of 42-inch through 50-inch Tunnels/Bores WC-0862 Water Transmission Main (OCWUT) Oklahoma City, OK General Contractor Contract - $ 8,573,626.00 12,750 LF of 42-inch Ductile Iron Class 250 Water Line 1,793 LF of 54-inch Steel Casing Tunnels/Bores WC-0861 Water Transmission Main (OCWUT) Oklahoma City, OK General Contractor Contract - $ 8,073,445.00 12,675 LF of 42-inch Ductile Iron Class 250 Water Line 929 LF of 54-inch Steel Casing Tunnels/Bores Years of Experience: 41 Key Projects for Qualification Page 2 WC-0851 Water Transmission Main (OCWUT) Oklahoma City, OK General Contractor Contract - $ 4,329,390.97 10,694 LF of 36-inch Ductile Iron Class 250 Water Line 380 LF of 54-inch Steel Casing Tunnels/Bores WC-0829 Water Transmission Main (OCWUT) Oklahoma City, OK General Contractor Contract - $ 6,404,616 15,567 LF of 36-inch Ductile Iron Class 250 Water Line 491 LF of 48-inch Steel Casing Tunnels/Bores 330 LF of 54-inch Tunnel Liner Plate Tunnels/Bores WC-0505 Water Transmission Main (OCWUT) Oklahoma City, OK General Contractor Contract - $ 3,472,101.02 8,500 LF of 48-inch Ductile Iron Class 250 Water Line WE-0087 Emergency Water Line Repair (OCWUT) Oklahoma City, OK General Contractor Contract - $ 318,653.87 Repair of 72-inch Steel/PCCP Water Line WE-0081 Emergency Water Line Repair (OCWUT) Oklahoma City, OK General Contractor Contract - $ 425,000.00 Repair of 72-inch Steel/PCCP Water Line WC-0690 Water Transmission Main (OCWUT) Oklahoma City, OK General Contractor Contract - $ 3,615,867.72 7,300 LF of 30-inch Ductile Iron Water Line 1,613 LF of 42-inch Tunnels by Hand Mining WC-0743 Water Transmission Main (OCWUT) Oklahoma City, OK General Contractor Contract - $ 2,148,434.93 7,581 LF of 30-inch Ductile Iron Water Line 140 LF of 42-inch Tunnels by Hand Mining WC-0649 Water Transmission Main (OCWUT) Oklahoma City, OK General Contractor Contract - $ 2,612,665.33 9,898 LF of 30-inch Ductile Iron Water Line 195 LF of 42-inch Tunnels Robinson Street Water Line (NUA) Norman, OK General Contractor Contract - $ 3,364,056.86 3,440 LF of 30-inch PVC Waterline 1,030 LF of 48-inch Tunnels by Hand Mining Elk City Water System Improvements (City of Elk City) Elk City, OK General Contractor Contract - $ 7,387,415.25 137,280 LF of 20-inch through 30-inch Ductile Iron Water Line Key Projects for Qualification Page 3 Celia Water Transmission Main – Project A (City of Celina) Celina, TX General Contractor Contract - $ 3,950,633.00 10,753 LF of 36-inch Ductile Iron and PVC Water Line Celina Water Transmission Main – Project B (City of Celina) Celina, TX General Contractor Contract - $ 3,525,254.00 10,090 LF of 36-inch Ductile Iron and PVC Water Line Relevant Experience – Wastewater Line Installation Village Creek Drainage Basin Main 325 parallel Relief Sewer Part 2 Fort Worth, TX General Contractor Contract - $ 13,188,447.00 15,560 LF of 48-inch through 30-inch CCFRPM Sanitary Sewer Line 1,080 LF of 60-inch Tunnels by Tunnel Boring Machine (TBM) SC-0950 Sanitary Sewer Relief Interceptor Oklahoma City, OK General Contractor Contract - $ 23,495,000.00 10,590 LF of 72-inch CCFRPM Sanitary Sewer Line 902 LF of 90-inch Micro Tunnel 9 Mile Creek Sewer Line (City of Lawton) Lawton, OK General Contractor Contract - $ 11,022,967.14 37,560 LF of 54-inch through 24-inch PVC Sewer Line 70 LF of 66-inch Tunnels by Hand Mining 550 LF of 60-inch Tunnels by Hand Mining 500 LF of 36-inch Tunnels by Hand Mining 35 MGD Treatment Plant By-Pass SC-0951 Sanitary Sewer Interceptor (OCWUT) Oklahoma City, OK General Contractor Contract - $ 4,176,263.50 6,883 LF of 72-inch through 42-inch CCFRPM Sanitary Sewer Line 200 LF of 66-in Tunnels by Direct Jacking SC-0919 Sanitary Sewer Interceptor (OCWUT) Oklahoma City, OK General Contractor Contract - $ 4,534,362.79 14,234 LF of 48-inch through 36-inch PVC Sanitary Sewer Line Northwest Interceptor (City of Amarillo) Amarillo, TX General Contractor Contract - $ 10,650,000.00 29,257 LF of 42-inch through 15-inch CCFRPM Sanitary Sewer Line 202 LF of 48” Tunnels by Hand Mining 554 LF of 42” Tunnels by Hand Mining Key Projects for Qualification Page 4 SC-0958 Sanitary Sewer Interceptor (OCWUT) Oklahoma City, OK General Contractor Contract - $ 2,816,435.26 7,556 LF of 48-inch through 24-inch CCFRPM Sanitary Sewer Line 285 LF of 54-inch Tunnels by Hand Mining SC-0866 Sanitary Sewer Interceptor (OCWUT) Oklahoma City, OK General Contractor Contract - $ 3,239,863.72 10,410 LF of 48-Inch PVC Sanitary Sewer Line Rowlett Creek Parallel Trunk Sewer (NTMWD) Allen, TX General Contractor Contract - $ 3,695,000.00 8,800 LF of 36-inch CCFRPM Sanitary Sewer Line SC-0772 Sanitary Sewer Interceptor (OCWUT) Oklahoma City, OK General Contractor Contract - $ 3,190,871.10 10,070 LF of 30-inch PVC Sanitary Sewer Line Relevant Experience – Tunnel Installation Cherokee Waterline 48-inch Transmission Main (Tulsa, OK) 857 LF of 64-inch Tunnels by Tunnel Boring Machine (TBM) Plano Eastside Pipeline (Plano, Tx / NTMWD) 640 LF of 42-inch Tunnels by Hand Mining Custer Road Utility Relocation (McKinney, TX) 1,080 LF of 42-inch Tunnels by Hand Mining 9 Mile Creek Sewer Line (City of Lawton, OK) 70 LF of 66-inch Tunnels by Hand Mining 550 LF of 60-inch Tunnels by Hand Mining 500 LF of 36-inch Tunnels by Hand Mining Lower Pressure Plane Waterline (Town of Prosper, TX) 1,700 LF of 36” Tunnel by Auger Bore 79 LF of 42” Tunnel by Hand Mining 550 LF of 60” Tunnel by Hand Mining WC-0862 Water Transmission Main (Oklahoma City, OK) 1,793 LF of 54-inch Tunnels by Hand Mining WC-0861 Water Transmission Main (Oklahoma City, OK) 929 LF of 54-inch Tunnels by Hand Mining WC-0851 Water Transmission Main (Oklahoma City, OK) 380 LF of 54-inch Tunnels by Hand Mining WC-0829 Water Transmission Main (Oklahoma City, OK) 491 LF of 48-inch Steel Casing Tunnels/Bores 330 LF of 54-inch Tunnel Liner Plate Tunnels/Bores WC-0690 Water Transmission Main (Oklahoma City, OK) 1,613 LF of 42-inch Tunnels by Hand Mining Key Projects for Qualification Page 5 Robinson Street Water Line (Norman, OK) 1,030 LF of 48-inch Tunnels by Hand Mining SC-0951 Sanitary Sewer Interceptor (Oklahoma City, OK) 200 of 66-in Tunnels by Direct Jacking 15WC04 Waterline Replacement (Stillwater, OK) 1,500 LF of 24-inch Pilot Tube Guided Boring (GBM) McKee Utility Contractors, Inc. Company Flow Chart Chief Financial Officer Office Manager Sr. Project Manager Project Superintendent Project Superintend&ern intendent Project Superintendent Tunneling Foreman Tunneling Foreman Paige Walker Rainey Carter Bill Geiser Mike Hern Mark Medlinndez Miguel Hernandez Oscarlaramillo Edgar Puente Administrative Assistant Project Manager Project Manager Project Manager Project Fore Project ForemananProject Foreman Amy Dupus Jason Buoy Aaron Martz Tor! Ferguson Javier Billicnan Edgar Mirandaanco Andres Rodriguez 04/04/2019 10:24:45 AM —0400 IRS PAGE 2 OF 2 Department of the Treasury Internal Revenue Service Ogden, UT 84201 MCKEE UTILITY CONTRACTORS INC 2319 W MAIN ST PRAGUE OK 74864-9537 197 Taxpayer Identification Number: 73-1443777 Form(s): Dear Taxpayer: Thank you for your telephone inquiry of April 4th, 2019. In reply refer to Apr 04, 2019 73-1443777 0441711262 LTR 147C Your Employer Identification Number (EIN) is 73-1443777. Please keep this letter in your permanent records. Enter your name and your EIN on all business federal tax forms and on related correspondence. If you have any questions regarding this letter, please call our Customer Service Department at 1-800-829-0115 between the hours of 7:00 AM and 7:00 PM. If you prefer, you may write to us at the address shown at the top of the first page of this letter. When you write, please include a telephone number where you may be reached and the best time to call. Sincerely, Mrs Evans 100368542 Customer Service Representative Corporations Section CE O P.O.Box 13697 Fa Austin, Texas 78711-3697 �pq f• � � Office of the Secretary of State CERTIFICATE OF FILING OF MCKEE UTILITY CONTRACTORS, INC. File Number: 802179414 Carlos Cascos Secretary of State The undersigned, as Secretary of State of Texas, hereby certifies that an Application for Registration for the above named Foreign For -Profit Corporation to transact business in this State has been received in this office and has been found to conform to the applicable provisions of law. ACCORDINGLY, the undersigned, as Secretary of State, and by virtue of the authority vested in the secretary by law, hereby issues this certificate evidencing the authority of the entity to transact business in this State from and after the effective date shown below for the purpose or purposes set forth in the application under the name of - MCKEE UTILITY CONTRACTORS, INC. The issuance of this certificate does not authorize the use of a name in this state in violation of the rights of another under the federal Trademark Act of 1946, the Texas trademark law, the Assumed Business or Professional Name Act, or the common law. Dated: 03/16/2015 Effective: 03/16/2015 Carlos Cascos Secretary of State Come visit us on the internet at http://www.sos.state.tx.us/ Phone: (512) 463-5555 Fax: (512) 463-5709 Dial: 7-1-1 for Relay Services Prepared by: Lynda Boots TID: 10308 Document: 596550790002 OFFICE OF THE SECRETARY OF STATE CERTIFICATE OF INCORPORATION WHEREAS, the Certificate of Incorporation, executed and acknowledged by MCKEE UTILITY CONTRACTORS, INC. has been filed in the office of the Secretary of State as provided by the laws of the State of Oklahoma. NOW THEREFORE, I, the undersigned, Secretary of State of the State of Oklahoma, by virtue of the powers vested in me by law, do hereby issue this certificate evidencing such filing. IN TESTIMONY WHEREOF, I hereunto set my hand and cause to be affixed the Great Seal of the State of Oklahoma. Filed in the City of Oklahoma City this 17TH day of FEBRUARY , 19 94 Secretaiy of MINUTES OF SPECIAL MEETING OF DIRECTORS OF MC KEE UTILITIY CONTRACTORS, INC. The special meeting of the Board of Directors of McKee Utility Contractors, Inc. was held at 10444 Greenbriar Place, OKC, OK, on the 3 1 " day of December, 2012, at 2:00 o'clock p.m. The following Directors were present: Randy McKee and Rhonda McKee being all of the Directors of the corporation. Also present were Tyler McKee and Shane McKee Trustees of the McKee Family 2012 Trust. Upon motion duly made, seconded and unanimously adopted, Randy McKee was chosen as Chairman of the meeting and Rhonda McKee was chosen as Secretary of the meeting. The Chairman announced that a quorum of Directors was present and declared the meeting open for the transaction of business. The Chairman then stated that the purpose of the meeting was to consider the partial gift and sale of all shares of common stock owned by Randy and Rhonda McKee in the Corporation to The McKee Family 2012 Trusts. After discussion, the following resolution was introduced, seconded and unanimously adopted: RESOLVED, that a total of 333 shares of common voting stock shall be transferred by Randy and Rhonda McKee to the McKee Family 2012 Trusts. IT IS FURTHER RESOLVED that Randy and Rhonda McKee shall transfer to The McKee Family 2012 Trusts Stock Certificates 3, 5, and 7 being all previously issued Stock Certificates, for a total of 333 shares. The President then stated that the second item of business was Randy and Rhonda McKee's resignation as officers and employees of the Corporation and that nominations were in order to appoint offices of the Corporation to hold office for the coming year or until their respective successors were duly elected and qualified. The following were nominated: Shane McKee - President Tyler McKee — Vice President Shane McKee — Treasurer Tyler McKee - Secretary No further nominations being made, the nominations were closed and a vote taken. RESOLVED, the resignations of Randy and Rhonda McKee were accepted and the foregoing named persons elected as Officers of the Corporation. There being no further business to be transacted, the meeting, upon motion duly made, seconded and carried, was adjourned. PRESIDENT APPROVED: �-dlrltLou 01)"i SECRETARY . NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS PROJECT – PHASE 3 RFP 20 -15230 -TF PROJECT NO. 92174.9243.30000 PROPOSED PERSONNEL Proposed Key Personnel Organization doing business as: MCKEE UTILITY CONTRACTORS,INC Proposed project organization Provide a brief description of the managerial structure of the organization and illustrate with an organizational cart. Include the title and names of key personnel. Include this chart at an attachment to this description. See Attachment McKee Utility Contractors, Inc. promotes ownership oversite to all contracts under construction. Our owners are involved in day to day field and project management operations. Projects are assigned to Project Managers / Superintendents / Foreman / and Safety Personnel. Project Managers work directly with the Superintendents to form weekly construction plans and site-specific safety measures. Operational plans are forwarded to ownership for review on a weekly basis and discussed during weekly PMT meetings. Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational cart. Include the title and names of proposed key personnel and alternates. Include this chart at an attachment to this description. See Attachment Project Manager will oversee all aspects of project, safety, scheduling, submittals, RFI’s, correspondence, and progress billings. Superintendent will oversee all aspects of facilitating the installation of the work in a safe, professional, timely and workmanlike manner. Our Safety Manager will act as the project safety manager along with the superintendent providing the full-time onsite safety coordinator working with the project manager to develop and execute the job specific safety plan. Experience of Key Personnel Provide information on the key personnel proposed for this project that will provide the following key functions. Provide information for candidates for each of these positions on the pages for each of these key personnel. Also provide biographical information for each primary and alternate candidate as an attachment. The biographical information must include the following as a minimum: technical experience, managerial experience, education and formal training, work history which describes project experience, including the roles and responsibilities for each assignment, and primary language. Additional information highlighting experience which makes them the best candidate for the assignment should also be included. Role Primary candidate Alternate candidate Project manager WILLIAM GEISER JASON BUOY Project superintendent MIKE HERN GUSTAVO MENDEZ Project safety manager DANIEL EAMELLO MARIA HERNANDEZ Quality control manager SHANE MCKEE TYLER MCKEE If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this project, indicate how time it to be divided between this project and their other assignments. Proposed Project Managers Organization doing business as MCKEE UTILITY CONTRACTORS, INC Primary candidate Name of individual WILLIAM GEISER Years of experience as project manager 19 YEARS Years of experience with this organization 3 Number of similar projects as project manager 15-20 Number of similar projects in other positions N/A Current project assignments Name of assignment Percent of time used for this project Estimated project completion date PROJECT ESTIMATING 65% ON GOING PROJECT ENGINEER / MANAGER 35% ON GOING Reference contact information (listing names indicates approval to contacting the names individuals as a reference) Name DAVID MULLINS Name RICHARD POSTMA Title/ position SR PROJECT MANAGER Title/ position MANAGER CONSTRUCTION Organization CITY OF AMARILLO Organization TRA Telephone 806-378-9306 Telephone 817-493-5147 E-mail David.mullins@amarillo.com E-mail postmanr@trinityra.org Project GEORGIA STREET INTERCEPTOR SEWER Project WF-6/WF14/EF6 Candidate role on project PROJECT MANAGER Candidates role on project PROJECT MANAGER Alternate candidate Name of individual JASON BUOY Years of experience as project manager 10 Years of experience with this organization 1 Number of similar projects as project manager 5-10 Number of similar projects in other positions N/A Current project assignments Name of assignment Percent of time used for this project Estimated project completion date LOWER PRESSURE PLANE WATERLINE 50 5/30/20 CUSTER ROAD UTILITY RELOCATIONS 50 8/30/20 Reference contact information (listing names indicates approval to contacting the names individuals as a reference) Name CLAYTON BARNARD Name PATRICK GARRETT Title/ position PROJECT ENGINEER Title/ position PROJECT ENGINEER Organization FREESE & NICHOLS Organization TRIAD DESIGN GROUP Telephone 972-624-9207 Telephone 405-752-1122 E-mail ccb@freese.com E-mail pgarrett@teimdesign.com Project LOWER PRESSURE PLANE WL Project WC-0904 PHASE II Candidate role on project PROJECT MANAGER Candidate role on project PROJECT MANAGER Key Staff Resumes Page 1 William R. Geiser Project Manager Professional Experience Mr. Geiser has more than 19 years of extensive estimating and management experience, with a strong background in underground water, wastewater and storm line projects. Relevant Experience • Elm Fork Relief Interceptor Segment EF-6, TRA Irving, TX. Project Manager. Mr. Geiser served as project manager for the $10M design-bid-build project, which involved approximately 13,000 LF of 60-inch, 66-inch, 72-inch, and 90-inch fiber reinforced plastic sanitary sewer interceptor with the associated sewer manhole and concrete junction structures, and construction of 84-inch and 78-inch tunnel. Mr. Geiser’s responsibilities included overall project schedule, submittals, materials procurement, sub-contract procurement and project controls monitoring, and provided support to the field crews to maintain the project schedule. He also reviewed site safety and environmental protection plan, assisted the superintendent with the coordination of materials supply and worked with property owners to coordinate access and work areas during construction operations. • Elm Fork 72” Water Main, DWU Dallas/Farmers Branch, TX. Project Manager. Mr. Geiser served as project manager for the $3M design-bid-build project, which involved approximately 3,000 LF of 72-inch prestressed Concrete Cylinder Water Pipe with the associated blow offs, ARV’s and access manholes alone with approximately 600 LF of 108-inch tunnel under I-35 and approximately 450 LF of 106-inch open cut casing. Mr. Geiser’s responsibilities included overall project schedule, submittals, materials procurement, sub-contract procurement and project controls monitoring. Provided support to the field crews to maintain the project schedule. He also reviewed site safety and environmental protection plan, assisted the superintendent with the coordination of materials supply and worked with property owners to coordinate access and work areas during construction operations. • Chattahoochee Raw Water Transmission Main, DeKalb County Atlanta, GA. Sr. Estimator. Mr. Geiser served as sr. estimator for the $15M design-bid-build project and was responsible for developing the final overall cost for this project. The scope of work comprised of the replacement of the existing 48-inch raw water transmission pipeline with a new 12,700 LF of 96-inch steel raw water transmission pipeline, and over 5,000 LF of 108-inch tunnels. Mr. Geiser’s responsibilities included developing the final overall cost for this project. Directing our estimating assistant performing the good Years of Experience: 19 Education: BS, Civil Engineering, Colorado State University, 1995 As Project Manager, Bill works with the design lead to provide support, cost and constructability reviews. Develops the project schedule and planning with the build team. Bill will be your point of contact and attend regularly scheduled meetings. He coordinates meeting for our team and manages subcontractors and suppliers. Assists the superintendents to resolve any outstanding field issues. Bill will also provide detailed cost estimates for large complex projects and uses his skills to analyze projects from a unique point of view. Mr. Geiser served as a lead estimator/project value engineer and provided constructability review for the CM-at-Risk 32 mile, 48- inch welded steel water transmission pipeline project for the East Cherry Creek Valley Water and Sanitation District in Aurora, Colorado. Key Staff Resumes Page 2 faith effort requirements and was able to exceed the owner’s minority participation and developed a mentoring agreement with a local minority subcontractor for this project. • Little Maumelle Wastewater Treatment Plant – Contract IV Conveyance, Little Rock Wastewater Little Rock, AR. Sr. Estimator/Project Manager. This $15M project consisted of approximately 74,000 LF of 8-inch and 36-inch wastewater force main with construction of a 350 LF pipe and pedestrian bridge, as well as a 250 LF of 36inch outfall pipe into the Arkansas River. Mr. Geiser’s responsibilities involved oversight of the project bid and project schedule, submittals, materials procurement, sub-contract procurement and project controls monitoring. He also reviewed the site safety and environmental protection plan, assisted the superintendent with coordination of materials supply and worked with property owners to coordinate access and work areas during construction operations. • 2007 Sewer Upgrade, City of San Angelo San Angelo, TX. Estimator/Project Manager. Mr. Geiser served as an estimator/project manager for the $6M design-bid-build sewer upgrade, which consisted of approximately 14,000 LF of 42-inch fiber reinforced plastic sanitary sewer pipeline with the associated sewer manhole and tunnel. Mr. Geiser provided overall project schedule, submittals, materials procurement, sub-contract procurement and project controls monitoring, and provided support to the field crews to maintain the project schedule. He also reviewed site safety and environmental protection plan, assisted the superintendent with coordination of materials supply and worked with property owners to coordinate access and work areas during construction operations. • Northern Pipeline Project, EVVC Water & Sanitation District Aurora, CO. Lead Estimator. This $50M CMAR project comprised of multiple phases. The initial phase of the project included construction of a 31-mile underground pipeline, storage tanks and two pumping stations. The next phases of the Northern Project included the design, permitting and construction of a reverse osmosis water treatment facility. Mr. Geiser served as a lead estimator for this project and provided VE/constructability review during the development of the final plans and GMP, and prepared multiple preliminary and final GPM estimates with the CMAR team partner. • Grauwyler Road 48” Waterline Irving, TX. Project Manager. This $2.6M City of Irving project comprised of approximately 1,500 LF of 66 Tunnel and 2,700 LF of 48- inch bar wrapped concrete cylinder pipe. • Atoka 60” Pipeline Oklahoma City, OK. Project Manager. This $3.5M project comprised of approximately 1,250 LF of 60-inch prestressed concrete cylinder pipe along with ductile iron pipe along with the construction of two 90-inch tunnels, each measuring 480 feet. • Green Oaks Waterline Arlington, TX. Project Manager. This $6.3M project comprised of approximately 12,400 LF of 42-inch ductile iron pipe, along with the construction of a 2,900 LF 66-inch tunnel. The project involved the removal and replacement of over 4,000 SY of concrete street. Key Staff Resumes Page 3 • SC-0773 Phase 2- Oklahoma River Inverted Siphon Crossing Oklahoma City, OK. Project Manager. This $6.1M project comprised of approximately 2,400 LF of 72-inch gravity sewer pipe, 500 LF of 24- inch and 48-inch inverted siphon river crossing and six concrete structures. • TRA WF6/ WF14 Sewer- Trinity River Authority Arlington, TX. Project Manager. This $3.3M project comprised of approximately 5,000 LF of 54 to 42-inch gravity sewer pipe, 500 LF of 66-inch and 60-inch tunnels with associated meter vaults and concrete structures, 2,400 LF of 20-inch and 24-inch gravity sewer pipe, 750 LF of 36-inch tunnels, and an aerial crossing. • Central Watershed Sewer Relief C0-2 SAWS. Project Manager. This $10M project comprised of approximately 19,000 LF of open cut 36-inch gravity sewer pipe and 7,400 LF of tunnel construction. • Boeye Reservoir Relocation, Phase 2 McAllen, TX. Project Manager. This $6.8M project comprised of approximately 12,000 LF of 60-inch HOBAS pipe, 6,000 LF of 48-inch HOBAS pipe and1,500 LF of 36-inch HOBAS pipe. • Coody Creek Sewer, Phase 2 Muskogee, OK Project Manager. This $4.6M project comprised of approximately 8,000 LF of open cut 54-inch HOBAS gravity sewer pipe, and 800 LF of 73-inch steel casing tunnels. Key Staff Resumes Page 1 Jason Buoy Project Manager Professional Experience Mr. Buoy has worked on dozens of water/wastewater treatment plants, pump/lift stations, and pipeline projects in Texas and Oklahoma. Jason has had hands-on experience with all aspects of these projects including surveying, material and equipment procurement, submittal shop drawing reviews, schedule development, equipment start-up and testing, quality control, and project closeout. Relevant Experience • Lower Pressure Plane Water Line Prosper, TX Project Manager Mr. Buoy served as Project Manager for the $8.5M design-bid-build project, which involved approximately 11,350 LF of 42-inch Bar Wrapped Concrete Cylinder Pipe and 8,076 LF of 20” PVC Pipe. Mr. Buoy’s responsibilities included overall project schedule, submittals, materials procurement, sub-contract procurement and project controls monitoring. Provided support to the field crews to maintain the project schedule. He also reviewed site safety and environmental protection plan, assisted the superintendent with the coordination of materials supply and worked with property owners to coordinate access and work areas during construction operations. • WC-0904 Phase II Installation of Access Manways Oklahoma City, OK Project Manager Mr. Buoy served as Project Manager for the $1.6M design-bid-build project, which involved the installation of 8 manways along the existing 72” watermain fed from Draper Water Plant with the associated manholes. The project included extensive dewatering efforts for 8 miles of pipeline. After installation of the manways the 8- mile line segment was disinfected and put back into service. For this project Mr. Buoy was responsible for project submittals, purchase orders, RFI’s, change order processing and working with the Superintendent in confirming quality installation. • Lubbock SEWRP Solids Building Rehabilitation Lubbock, TX Assistant Project Manager Mr. Buoy served as Assistant Project Manager for the $33M design- bid-build project, removal of existing dewatering equipment/piping, chemical pumps/piping, mechanical/odor control, & electrical equipment from an existing solids handling building and replaced with new dewatering centrifuges, rotary drum thickeners, chemical pumps, and mixer, electrical equipment, mechanical equipment, and other various site improvements including digester lid replacement for 2 existing digester tanks. For this project Mr. Buoy was responsible for project submittals, purchase orders, RFI’s, schedule development and updating, equipment witness testing, change order processing, and working with the Superintendent in confirming quality installation. Education: Bachelor’s Degree Construction Management Years of Experience: 17 Project Engineer Assistant Project Manager As Project Manager, Jason works with the design lead to provide support, cost, and constructability reviews. Develops the project schedule and planning with the build team. Jason will be your point of contact and attend regularly scheduled meetings. He coordinates meetings for our team and manages subcontractors and suppliers. Assists the superintendents to resolve any outstanding field issues. Jason will also provide support for startup and disinfection activities in commissioning the project, also utilizing his skills and previous experience to analyze projects from a unique point of view. Please look at our Key Projects for an overall view of McKee Utility Contractors, Inc. Key Staff Resumes Page 2 • Dallas Southside WWTP Solids Dewatering Facility Dallas, TX Assistant Project Manager Mr. Buoy served as Assistant Project Manager for the $39M design-bid-build project, included a new dewatering facility housing 12 belt filter presses along with an array of conveyors, piping, electrical/ instrumentation, chemical & sludge pumps. A LEED-certified operations building and cake loading structure housing two 400,000lb capacity cake silos was also constructed. For this project Mr. Buoy was responsible for project submittals, purchase orders, RFI’s, schedule development and updating, change order processing, startup and equipment testing, instrumentation testing, and working with the Superintendent in confirming quality installation. • Atoka Pipeline Pump Station Rehabilitation Project Oklahoma City, OK Assistant Project Manager Mr. Buoy served as Project Manager for the $40M design-bid-build project, included rehabilitation of 6 pump station along the 110 mile Atoka pipeline in central Oklahoma. Work involved included the replacement of all existing pumps, interior/exterior pipe modifications, electrical equipment, flow meter vaults, roof systems, and various interior room modifications. Work had to be performed in different stages to allow for continuous raw water conveyance through the pipeline from Atoka Lake to Draper Lake. For this project Mr. Buoy was responsible for project submittals, purchase orders, RFI’s, schedule development and updating, change order processing, startup and equipment testing, instrumentation testing, and working with the Superintendent in confirming quality installation. Proposed Project Superintendent Organization doing business as MCKEE UTILITY CONTRACTORS, INC Primary candidate Name of individual MIKE HERN Years of experience as project superintendent 20 Years of experience with this organization 1 Number of similar projects as superintendent 15-20 Number of similar projects in other positions N/A Current project assignments Name of assignment Percent of time used for this project Estimated project completion date CUSTER ROAD UTILITY RELOCATION 100 8/30/20 Reference contact information (listing names indicates approval to contacting the names individuals as a reference) Name JEREMY PATTERSON Name TERRY GRAVEN Title/ position CONST INSPECTOR Title/ position CONST INSPECTOR Organization FREEST & NICHOLS Organization NORMAN UTILITIES AUTH Telephone 817-798-1043 Telephone 405-226-00027 E-mail jeremy.patterson@freese.com E-mail terry.graven@normanok.gov Project PLANO EASTSIDE PIPELINE Project ROBINSON 42-INCH WL Candidate role on project SUPERINTENDENT Candidate role on project SUPERINTENDENT Alternate candidate Name of individual GUSTAVO MENDEZ Years of experience as project superintendent 20 Years of experience with this organization 2 Number of similar projects as superintendent 10-15 Number of similar projects in other positions N/A Current project assignments Name of assignment Percent of time used for this project Estimated project completion date CHEROKEE 48-INCH WATERLINE 100 7/31/20 Reference contact information (listing names indicates approval to contacting the names individuals as a reference) Name TIM MELTABARGER Name SERAFIN LOPEZ Title/ position CONST INSPECTOR Title/ position CONST INSPECTOR Organization JOHNSON AND ASSOCIATES Organization CITY OF TULSA Telephone 405-235-8075 Telephone 918-855-5370 E-mail tmeltabarger@jaokc.com E-mail serafinlopez@cityoftulsa.org Project SC-0958 Project SC-0951 Candidate role on project SUPERINTENDENT Candidate role on project SUPERINTENDENT Key Staff Resumes Page 1 Mike Hern Project Superintendent Professional Experience Mr. Hern has more than 25 years’ experience of Large Diameter Water and Wastewater Installation a Foreman and Superintendent. Relevant Experience • Plano Eastside Pipeline Plano, TX Superintendent Mr. Hern served as Project Superintendent for the $5.8M design-bid- build project. The project, which consisted of approximately 7,800 LF of 24-inch Ductile Iron Pipe along Shiloh Road for the North Texas Municipal Water District. • WWARSS Package 1 Waco, TX Superintendent Mr. Hern served as the Project Superintendent for the $13M WWARSS project consisting of 7,200 LF of HOBAS Fiberglass Sanitary Sewer Pipe with installation depts reaching 40 feet, a 500 LF Micro Tunnel and an inverted siphon across the Bravos River. • WWARSS Package 2 Waco, TX Superintendent Mr. Hern served as the Project Superintendent for the $7.6M design- bid build WWARSS project for the City of Waco, TX consisting of 11,000 LF of TPG Fiberglass Force Main. Years of Experience: 25 Foreman Superintendent As a Project Superintendent, Mike works with the General Superintendent and the Project Manager to ensure that the project is installed in an efficient and timely manner. Mike’s key responsibilities are to preform daily safety meetings to identify any and all hazards, identify problems that could lead to production issues, and ensure that all pipe is installed in a safe and quality manner. Mike started his career with McKee Utility Contractors, Inc. in 2019 and has proven to be a valuable part of our team. Key Staff Resumes Page 1 Gus Mendez Superintendent Professional Experience Mr. Mendez has more than 25 years’ experience of Large Diameter Water and Wastewater Installation as an Equipment Operator, Foreman and Superintendent. Relevant Experience • Miniwichone Steel/PCCP Waterline Pierre, SD. Superintendent. This project consisted of laying 24-inch steel pipe from Pierre, SD to Wanblee, SD. • High Country Pipeline Steel/PCCP Waterline Beulah, ND. Superintendent. This project consisted of 47,520 LF of 42-inch raw water transmission line. • Vermillion 48” Waterline Steel/PCCP Waterline Atlanta, GA. Superintendent. This project consisted of laying a 48-inch water line in Sioux Falls, SD • Lawton 24” Sanitary Sewer Interceptor Lawton, OK. Superintendent. This project consisted of laying approximately 23,760 LF of 24-inch CCFRPM Sanitary Sewer Line • South Canadian Sewer Line Norman, OK. Superintendent. This project consisted of installing 21,120 LF of 36-inch CCFRPM Sanitary Sewer Line. • Laverne Waterline Laverne, OK. Superintendent. This project consisted of installing new water lines throughout the entire town with numerous directional bores and an 8-inch PVC mainline. • Mountain Home Arkansas Waterline Mountain Home, AR. Superintendent. This project consisted of laying approximately 290,400 LF of PVC waterline, ranging from 12-inch to 2-inch. • Salt Lake City Waterline Salt Lake City, UT. Superintendent. This project consisted of laying approximately 3 15,840 LF of 48-inch Steel/PCCP Waterline. Years of Experience: 25 Equipment Operator Foreman Superintendent As a Project Superintendent, Gus works with the General Superintendent and the Project Manager to ensure that the project is installed in an efficient and timely manner. Gus’s key responsibilities are to preform daily safety meetings to identify any and all hazards, identify problems that could lead to production issues, and ensure that all pipe is installed in a safe and quality manner. Gus beings a wide range of experience to McKee Utility Contractors, Inc. Over his career he has installed over 100,000 LF of large diameter water and wastewater lines including Steel/PCCP, Ductile Iron, PVC and CCFRPM. Key Staff Resumes Page 2 • Sioux Center Sioux City, IA. Superintendent. This project consisted of laying approximately 42,000 LF of 8-inch and 12-inch PVC waterline. • Florence Pipeline Florence, KT. Superintendent. This project consisted of laying approximately 11,500 LF of 72-inch CCFRPM pipe. • Lewis and Clark Waterline Vermillion, SD. Superintendent. This project consisted of laying approximately 42,000 LF of Steel/PCCP Water Line. • Laverne Waterline Laverne, MN. Superintendent. This project consisted of laying approximately 63,360 of 24-inch Steel/PCCP Water Line. Proposed Project Safety Manager Organization doing business as MCKEE UTILITY CONTRACTORS, INC Primary candidate Name of individual DANIEL EAMELLO Years of experience as project safety manager 10 Years of experience with this organization 1 Number of similar projects as safety manager 10-15 Number of similar projects in other positions N/A Current project assignments Name of assignment Percent of time used for this project Estimated project completion date MANAGEMENT OF SAFETY PROGRAM 50 ON GOING SC-0950 SANITARY SEWER INTERCEPTOR 25 2/20/21 VILLAGE CREEK DRAINAGE BASIN 25 12/31/20 Reference contact information (listing names indicates approval to contacting the names individuals as a reference) Name STEVE RATLIFF Name BRAD LITTLE Title/ position GENERAL SUPERINTENDENT Title/position GENERAL SUPERINTENDENT Organization MWH CONSTRUCTORS Organization MWH CONSTRUCTORS Telephone 214-339-6108 Telephone 903-315-8286 E-mail steve@crescentcontractors.com E-mail brad@crescentcontractors.com Project IPL BOOSTER PUMP STATION Project BACHMAN WTP Candidate role on project Safety Manager Candidate role on project Safety Manager Alternate candidate Name of individual MARIA HERNANDEZ Years of experience as project safety manager 5 Years of experience with this organization 2 Number of similar projects as safety manager 5-10 Number of similar projects in other positions N/A Current project assignments Name of assignment Percent of time used for this project Estimated project completion date CHEROKEE 48-INCH WATERLINE 50 7/31/20 PLANO EASTSIDE PIPELINE 50 5/30/20 Reference contact information (listing names indicates approval to contacting the names individuals as a reference) Name DAVID PARKER Name JASON BULLARD Title/ position SUPERINTENDNET Title/ position OWNER Organization MATTHEWS TRENCHING Organization ANDERSON SAFETY Telephone 405-620-6344 Telephone 405-350-3322 E-mail dparker@mtciokc.com E-mail jbullard@andersonsafety.com Project S CANADIAN RIVER PROJECT Project NUMEROUS Candidate role on project SAFETY INSPECTOR Candidate role on project SAFETY INSPECTOR Key Staff Resumes Page 1 Daniel Eamello Safety Manager Professional Experience Mr. Eamello has more than 10 years’ experience as an Occupational Safety Manager working in a wide range of projects Relevant Experience • SH 31 Relief Route Corsicana, TX Project HS&E Manager New construction of a 13-mile loop on State Highway 31. 2-miles of demo and reconstruction of I- 45. Installation of box culverts (Precast as well we as form and pour) and installation of precast drainage/drainage inlets. New construction of 13 bridges. Total Project Cost - $107 Million • Bachman Water Treatment Plant Dallas, TX Project HS&E Manager Demo and expandable reconstruction of clear well to 10 million gallons. New construction of hydrated lime building and rapid mix building. Reconstruction of existing basins and primary basins. Renovation of head works facility. Installation of Meter Vaults for Main Plant and Low Service Pump Station. Installation of 48” prefabricated pipe at low service pump station. Total Project Cost - $48 Million • IPL/JB3 Booster Pump Station Ennis, TX Safety Supervisor New Construction of North Tarrant Water District. New Construction of a Booster Pump Station. New construction of data center. Installation of 108” pipe. Total Project Cost - $59 Million • Sutton 2 and 1 Combine Cycle Wilmington, NC Safety Supervisor New Construction of 620 MW 2x1 combined cycle gas fired power plant. Total Project Cost - $250 Million Years of Experience: 10 B.S. Occupational Safety and Health – SWOSU 2009 Certifications – OSHA Authorized Construction Trainer OSHA 500 Certification-Construction OSHA 510 Certification-Construction OSHA General Construction-10-Hour Course OSHA General Construction- 30-Hour Course Certified Train the Trainer - Flagger CPR/First Aid/Bloodborne Pathogens/AED NCCER-Field Safety NCCER- Safety Technology NCCER-CSST Safety Certified Transportation Project Professional - SCTPP Key Staff Resumes Page 1 Maria Hernandez Safety Inspector Professional Experience Ms. Hernandez has more than 11 years of supervisory, technical and management experience with a broad working knowledge in various levels of construction and facilities management. Before joining McKee Utility, Maria was employed by Anderson Safety. During her time with Anderson, Maria led training sessions for other contractors including but not limited to, CPR, Trench Safety, Fall Protection and many others. Responsibilities • Responsible for oversight and daily operations in terms of safety and management of our safety team • Manage Company Employees and Sub-Contractors regarding safety and efficiency • Ensure proper measurements are taken for employees to perform job duties while working in a safe environment and keeping the public safe from hazards created by working job sites • Trains all employees on how to perform job duties safely while maintaining efficiency • Perform weekly site visits to all contracts currently under construction. Checks for any active safety violations or possible safety hazards • Perform monthly OSHA inspection with a third-party safety organization. Years of Experience: 11 EDUCATION: HS DIPLOMA Ms. Hernandez is experienced in all levels of construction and facilities safety inspection. She works closely with contractors and vendors at job sites to ensure goals are being met in a safe and productive manner. Ms. Hernandez is trained in CPR and carries a 30 hour OSHA card as well as many other certifications. Proposed Project Quality Control Manager Organization doing business as MCKEE UTILITY CONTRACTORS, INC Primary candidate Name of individual SHANE MCKEE Years of experience as quality control manager 10 Years of experience with this organization 17 Number of similar projects as quality manager 20-25 Number of similar projects in other positions 5-10 Current project assignments Name of assignment Percent of time used for this project Estimated project completion date PRESIDENT / FIELDS OPS QC 100 ON GOING Reference contact information (listing names indicates approval to contacting the names individuals as a reference) Name CRYSTAL KOWALIK Name RYAN MCKASKLE Title/ position ENGINEERING MANAGER Title/ position ENGINEERING MANAGER Organization OCWUT Organization CITY OF TULSA Telephone 405-297-2422 Telephone 918-596-9614 E-mail Crystal.kowalik@okc.gov E-mail rmckaskle@cityoftulsa.org Project NUMEROUS Project CHEROKEE 48-INCH WATERLINE Candidate role on project FIELD OPS / QC Candidate role on project FIELD OPS / QC Alternate candidate Name of individual TYLER MCKEE Years of experience as quality control manager 8 Years of experience with this organization 14 Number of similar projects as quality manager 12-15 Number of similar projects in other positions 5-10 Current project assignments Name of assignment Percent of time used for this project Estimated project completion date VICE PRESIDENT / QC / STAFF MGT 100 ON GOING Reference contact information (listing names indicates approval to contacting the names individuals as a reference) Name KENNY FRIAR Name BRIAN CALES Title/ Position DESIGN ENGINEER Title/ Position DESIGN ENGINEER Organization KIMLEY – HORN Organization OLSSON & ASSOCIATES Telephone 806-686-1089 Telephone 405-242-6000 E-mail kenny.friar@kimley-horn.com E-mail bcales@olsson.com Project NW INTERCEPTOR Project WC-0861 Candidate role on Project QC/PROJECT MANAGER Candidate role on Project QC / PROJECT MANAGER . NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS PROJECT – PHASE 3 RFP 20 -15230 -TF PROJECT NO. 92174.9243.30000 ORGANIZATINAL APPROACH Project Experience and Resources Organization doing business as: MCKEE UTILITY CONTRACTORS, INC Projects Provide a list of major projects that are currently underway, or have been completed within the last ten years on Attachment A. Provide a completed Project Information form (Attachment B) for projects that have been completed in the last five years which specifically illustrate the organizations capability to provide best value to the Owner for this project. Include a completed Project Information form (Attachment B) for projects which illustrate the experience of the proposed key personnel. Provide a description of your organizations approach to completing this project to provide best value for the Owner. Including a description 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. Meeting HUB / MWBE Participation Goal Equipment Provide a list of major equipment proposed for use on this project. Attach additional information if necessary Equipment item Primary use on project Own Will buy Lease KOMATSU PC490 EXCAVATOR EXCAVATION X CATERPILLAR 349 EXCAVATOR MAIN EXCAVATOR X KOMATSU PC360 EXCAATOR SUPPORT EXCAVATOR X CAT 950M LOADER MATERIAL HAULING/UNLOADING X CATERPILLAR 289 SKID STEER SUPPORT X CAT D6N BULLDOZER BACKFILL / SUPPORT X CATERPILLAR CP44 COMPACTION X BROCE 350 STREET SWEEPER SUPPORT / CLEAN UP X AKKERMAN 480 TBM TUNNELING X AKKERMAN 6000E HPU EXCAVATION X KOMATSU WA380 WHEEL LOADER MATERIAL HAULING/UNLOADING X Division of work between organization and subcontractor What work will the organization complete using its own resources? MUCI WILL PERFORM EXCAVATION, PIPE INSTALLATION, BACKFILL AND TUNNELING What work does the organization propose to subcontract on this project? The anticipated work we may subcontract: Paving, Materials Testing, Survey, Concrete Structures, Re-vegetation, Clearing, and hauling. Subcontractors and Suppliers Organization doing business as: MCKEE UTILITY CONTRACTORS, INC Project subcontractors Provide a list of subcontractors that will provide more than 10 percent of the work (based on contract amounts Name Work to be provided Est. percent of contract HUB/MWBE firm NONE MORE THAN 10% Provide information on the proposed key personnel, project experience and a description of past relationship and work experience for each subcontractor listed above using the Project Information forms. Suppliers Provide a list of major equipment or materials proposed for use on this project. Attach additional information if necessary. Supplier name Equipment / material provided Furnish only Furnish and install HUB/M WBE firm CONTECH ENG SOLUTIONS INLET STRUCTURE X CONTECH ENG SOLUTIONS CDS FLEX MAT X FORTILINE PIPE AND MISC MATERIALS X PIONEER SUPPLY PIPE AND MISC MATERIALS X WINWATER PIPE AND MISC MATERIALS X ORGANIZATIONAL APPROACH Pre-Construction: Upon notice of contract award, MUCI management will assign team members to the Project Management Team (PMT). The PMT will include: Project Estimator/Engineer Project Manager Project Superintendent Project Foreman All PMT members along with company management will visit the project site and review the plans and specifications to find issues that could cause delays in pipeline construction. The PMT will also evaluate the project design for any value engineering proposals that can be forwarded to the design engineer and owner. Large diameter pipe installed in Oklahoma City. Submittals / Material Procurement: Upon award of contract, the Project Manager will electronically deliver all key submittal items to the design engineer for review. Materials with long lead times or materials that are required for the initial phase of construction will be prioritized. Once approved submittals are received, purchase orders are issued to the selected vendor. Approved submittals are also electronically uploaded to the Project Superintendent. Over the past 40 years, McKee Utility Contractors, Inc. has built relationships with all major pipe and material suppliers. Some of our key suppliers are listed below: HOBAS PIPE MID-AMERIAC PIPE AND FABRICATION US PIPE AND FOUNDRY THOMPSON PIPE GROUP NORTHWEST PIPE ARMOROCK PRIMARY STRUCTURE CORE AND MAIN ACT SUPPLY WINSUPPLY FORTILINE Internal Cost Control: PMT members and management will complete an internal bid review to determine what suppliers and Subcontractors will be used on the project. This allows all personnel involved to understand how the project was bid and identify crucial cost items for the project. Once the budget is set, all invoices related to the project are forwarded to the Project Manager for approval. This allows the PM to cross check invoices to the executed purchase orders. Once approved, the PM will “code” the invoice to the budget, and office staff will input the invoice into our accounting software. This process allows real-time cost analysis for the PMT and management. Contract Administration: RFIs and COs will be processed internally by the Project Manager. All cost items and requests for extensions in the contract time are reviewed and approved by the Vice President. Once executed, the contracts are turned over to the Project Superintendents to manage in the field with support from our office personnel. PMT Meetings: Weekly project meetings are held at MUCI headquarters to discuss all projects under construction. Discussion items include overall budget, RFIs and COs, production rates, project staffing, Subcontractor scheduling, and overall contract schedule. This enables management to have an overall view of each project and make key decisions to help projects move forward and complete on time. Quality Control: Quality control at McKee Utility Contractors, Inc. starts at the top with our President, Shane McKee. Mr. McKee will frequently visit the project site and meet with the assigned Project Superintendent to inspect pipe installation, embedment placement, and proper backfill and compaction operations. Our Superintendents are assigned to only one project under construction, allowing them to focus on overall quality control, material delivery, and Subcontractor scheduling and performance. The Superintendent will also conduct weekly progress and performance meetings with the Project Foreman to discuss upcoming critical path issues. Self-Performed Work: In our experience, the most effective way to control the quality of work performed on the job is to self-perform the work. While Subcontractors are necessary on every project, McKee Utility Contractors, Inc. has hired skilled employees to perform most critical path items related to water and wastewater pipeline installation. Self-performed is as follows: Equipment Hauling: Having the correct equipment on site in a timely manner is essential to completing the project on time. By transporting our own assets, our Superintendents have real time ETAs for deliveries and can request a different piece of equipment if an unknown issue arises. Tunneling: Boring and tunneling are a critical element to any large diameter water, wastewater, or stormwater project. Controlling not only the efficiency of the line and grade but also the tunnel completion schedule is critical to keep pipeline installation moving forward. Fabrication: With no two projects being the same, standard trench shoring and short-term material storage must be designed to meet the project needs. Our engineering staff, along with a registered engineering firm, will design trench safety and storage products to meet the site-specific needs. Once the design is approved and stamped, the prints are sent to the MUCI fabrication facility and manufactured in house. Our fabrication facility allows us to have all types and sizes of shoring in stock for any project need. Concrete Batch Plant: Waiting for concrete orders to deliver can slow pipeline production and effect the overall budget. In 2019, McKee Utility Contractors, Inc. invested in its own volumetric concrete truck. This asset allows MUCI to pour multiple concrete mix designs at the push of a button. The CPU database can store over 1,000 different concrete mix designs. From PSI ranges of 2000-5000 PSI, flowable fill, and cement stabilized sand, the volumetric truck will have all approved project mix designs pre-loaded and ready to pour on an as needed basis. On-site safety meetings are held daily. Safety: McKee Utility Contractors, Inc. takes pride in the “safety first” mentality. All Project Managers, Superintendents, and Foreman are required to be trained in Trenching and Excavation, Competent Person, and are required to pass a drug test before the hiring process is complete. Starting in 2015, McKee Utility Contractors, Inc. contracted Anderson Safety in Yukon, OK to implement and maintain the company safety plan (available upon request). In January 2017, McKee Utility Contractors, Inc. once again raised the internal standard and employed a full-time safety manager. Our Safety Manager does weekly on site OHSA inspections, PPE checks, “toolbox talks” and provides training for new employees before they are allowed on the job site. With the help of Anderson Safety and the dedication of our employees, McKee Utility Contractors, Inc. has been recognized as one of the most safety aware companies in Oklahoma posting a TRIR of 1.363 and an EMR of .85 (2019). McKee Utility Contractors, Inc. has been awarded the 2019 Larry Penick Award for achieving a superior level of job performance without accident, injury, or occupational illness. The award was presented to Vice President Tyler McKee at the annual Oklahoma Municipal Contractors Association banquet in June of 2019. *Note: The MUCI Safety Manual is available upon request Subcontractor Management Selection – Each Subcontractor that solicits work for a project must provide qualifications and previous project performance records to be reviewed by the PMT. Once selections are narrowed, phone interviews will be performed to ensure that the project scope has been reviewed, the overall project schedule can be met, and the necessary finances and equipment to complete the project are available. Schedule – Subcontractor schedules will be reviewed by the Project Manager and input into the master project Schedule, to fit within self-performing work by the general contractor. Our project team will identify specific sequences with the Subcontractors and Project Superintendents for the duration of the project, allowing on-time completion. Safety – Every Subcontractor utilized on a MUCI project must provide their company safety manual for review along with any past OSHA violations or citations. Once mobilized to the project site, the Subcontractor superintendent and crew will have an initial safety “prove out” with the MUCI safety director. This allows McKee Utility Contractors, Inc. to review the Subcontractor’s safety procedures and make necessary site-specific corrections where needed. Vendor Management: Relationships with vendors are key to completing a project. While pricing is always a negotiating point, McKee Utility Contractors, Inc. is constantly working with our vendors to come to agreements that will mutually benefit both our companies. Below are our keys to an effective vendor management strategy: Balance commitment and competition Strategic meetings for product development Negotiating win-win agreements Purchasing of quality products Building long term partnerships HUB / MWBE Participation: During the proposal process, the MUCI estimating team will identify opportunities for local DBE participation. Whether a supplier or Subcontractor, our estimators will contact the local DBE and send RFPs and qualifications for their specific trade or product. McKee Utility Contractors, Inc. is dedicated to meeting and exceeding HUB and MWBE participation goals with qualified applicants. Resources used to find qualified vendors and Subcontractors are as follows: U.S. Small Business Administration North Central Texas Regional Certification Agency Texas Comptroller Vendor Account Directory Lubbock Chamber of Commerce The assigned Project Manager will track HUB/MWBE participation, ensure timely payments, and provide weekly reports to management. Community Outreach: Public support for the project is essential for both the owner and contractor. MUCI will implement a community outreach program to present the upcoming construction to local citizens. McKee Utility Contractors, Inc. will set up meetings with local business owners, parks departments, homeowner associations, and any other entity that will be affected by construction activities. Initiating this process will lessen inquiries to the owner and will better inform the public of the services provided by the City of Lubbock. Meeting Project Schedule: During the estimating process, a baseline schedule will be developed to establish production rates and set the overall proposed contract days. There are three major subsections to establish and meet the contract schedule: Labor Force, Project Equipment, and Critical Construction Items for Contract Completion. Identifying these items upfront allows our management and estimating staff to accurately determine contract days required to complete the project. Our management and estimating staff have outlined these items below: Pipe Installation Crew: Project Superintendent Project Foreman Main Excavator Operator Support Excavator Operator Wheel Loader Operator Bulldozer Operator Utility Equipment Operator Laborer - Pipe Layer Laborer – Pipe Layer Support Laborer – Top Support Tunnel Installation Crew: Tunnel Superintendent Tunnel Foreman TBM Operator Haul Unit Operator HPU Operator Main Excavator Operator Wheel Loader Operator Laborer – Welder Laborer – Top Support Project Equipment: - Pipe Installation Crew CATERPILLAR 349 EXCAVATOR KOMATSU PC360 EXCAVATOR CATERPILLAR 950 WHEEL LOADER CATERPILLAR D6N BULLDOZER CATERPILLAR 289 SKID STEER BROCE 350 STREET SWEEPER CATERPILLAR CP44 COMPACTOR ROLLER - Tunnel Installation Crew AKKERMAN 480 TBM AKKERMAN 6000E HPU AKKERMAN 1548 HAUL UNIT KOMATSU PC490 EXCAVATOR KOMATSU WA380 WHEEL LOADER Critical Construction Items for Completion: Submittal Review/Approval Material Procurement Mobilization Construction Yard Preparation Survey of ROW Pre-Construction Video / Photos Presentation of Construction to Local Community Installation of SWPPP practices and Tree Protection Clearing and Grubbing Identifying Existing Utilities Traffic Control Installation Pavement / Channel Removal Tunnel Installation Pipe Installation Prove Out Open Cut Pipe Installation Pavement / Channel Installation Final Restoration / Seeding ID ID Task Name Duration Start Finish11Genral Conditions155 daysFri 5/8/20Fri 11/6/2022Project Bid1 dayFri 5/8/20Fri 5/8/2033Notice of Award ‐ Estimated1 dayMon 7/20/20Mon 7/20/2044Notice to Proceed ‐ Estimated1 dayFri 8/14/20Fri 8/14/2055Pre‐Construction Conference1 dayFri 8/14/20Fri 8/14/2066Submittals60 daysMon 8/17/20Fri 11/6/2077Construct Storm Sewer206 daysFri 8/28/20Wed 5/5/2188Project Mobilization1 dayFri 8/28/20Fri 8/28/2099SWPPP9 daysFri 8/28/20Mon 9/7/201010Barricades, Signs and Traffic Handling 9 daysFri 8/28/20Mon 9/7/201111Install Tunnel Sta. 418+78 ‐ 418+1410 daysFri 8/28/20Tue 9/8/201212Install Storm Pipe Sta. 419+06 ‐399+9150 daysSat 9/26/20Mon 11/23/201313Install Tunnel Sta. 399+92 ‐ 396+6415 daysWed 9/9/20Fri 9/25/201414Install Storm Pipe Sta. 399+91 ‐ 301+0650 daysTue 11/24/20Sat 1/30/211515Install Storm Pipe Sta. 211+00 ‐ 201+06 (Line R)15 daysMon 2/1/21Wed 2/17/211616Install Tunnel Sta. 393+97 ‐ 393+334 daysSat 9/26/20Wed 9/30/201717Install Tunnel Sta. 388+11 ‐ 387+474 daysThu 10/1/20Mon 10/5/201818Install Tunnel Sta. 384+02 ‐ 382+8210 daysThu 2/18/21Mon 3/1/211919Install Tunnel Sta. 381+08 ‐ 380+126 daysTue 3/2/21Mon 3/8/212020Install Tunnel Sta. 372+03 ‐ 372+674 daysTue 3/9/21Fri 3/12/212121Install Tunnel Sta. 369+03 ‐ 367+2910 daysSat 3/13/21Wed 3/24/212222Install Tunnel Sta. 343+08 ‐ 341+648 daysThu 3/25/21Fri 4/2/212323Install Tunnel Sta. 326+88 ‐ 325+925 daysSat 4/3/21Thu 4/8/212424Install Tunnel Sta. 303+22 ‐ 301+709 daysFri 4/9/21Mon 4/19/212525Prep ‐ Pave Auburn St.25 daysFri 3/19/21Fri 4/16/212626Prep ‐ Pave Elkhart Ave.25 daysThu 2/18/21Thu 3/18/212727Reflective Pavement Marking: 4" White Stripe3 daysFri 3/19/21Mon 3/22/212828Cofferdam (2)7 daysFri 3/19/21Fri 3/26/212929Tower Inlet Structure (2)30 daysSat 3/27/21Fri 4/30/2130304‐Sided Inlet4 daysThu 2/18/21Mon 2/22/213131Articulated Concrete Block Mattress and Geotextile Fabric4 daysSat 5/1/21Wed 5/5/213232Concrete Pilot Channel30 daysThu 2/18/21Wed 3/24/213333Install Concrete Riprap1 dayThu 3/25/21Thu 3/25/213434Driveway Repair3 daysThu 2/18/21Sat 2/20/213535Clearing and Grubbing5 daysTue 11/24/20Sat 11/28/203636Seeding1 daySat 5/1/21Sat 5/1/213737Additive Alternate 1102 daysFri 2/12/21Thu 6/10/213838Install Tunnel Sta. 139+83 ‐ 139+005 daysFri 2/12/21Wed 2/17/213939Install Storm Pipe Sta. 139+83 ‐ 100+8660 daysThu 2/18/21Wed 4/28/214040Prep ‐ Pave Asphalt Streets60 daysWed 2/24/21Tue 5/4/214141Reflective Pavement Marking5 daysWed 5/5/21Mon 5/10/214242Cofferdam5 daysThu 4/29/21Tue 5/4/214343Tower Inlet Structure30 daysWed 5/5/21Tue 6/8/214444Articulated Concrete Block Mattress and Geotextile Fabric2 daysWed 6/9/21Thu 6/10/214545Replace 12" Waterline in Quaker Avenue1 daySat 2/20/21Sat 2/20/214646Restore Flat work Concrete5 daysThu 4/29/21Tue 5/4/214747Sod1 dayWed 5/5/21Wed 5/5/214848Tree Protection in Higinbotham Park 1 dayThu 2/18/21Thu 2/18/21Project BidNotice of Award - EstimatedNotice to Proceed - EstimatedPre-Construction ConferenceSubmittalsProject MobilizationSWPPPBarricades, Signs and Traffic Handling Install Tunnel Sta. 418+78 - 418+14Install Storm Pipe Sta. 419+06 -399+91Install Tunnel Sta. 399+92 - 396+64Install Storm Pipe Sta. 399+91 - 301+06Install Storm Pipe Sta. 211+00 - 201+06 (Line R)Install Tunnel Sta. 393+97 - 393+33Install Tunnel Sta. 388+11 - 387+47Install Tunnel Sta. 384+02 - 382+82Install Tunnel Sta. 381+08 - 380+12Install Tunnel Sta. 372+03 - 372+67Install Tunnel Sta. 369+03 - 367+29Install Tunnel Sta. 343+08 - 341+64Install Tunnel Sta. 326+88 - 325+92Install Tunnel Sta. 303+22 - 301+70Prep - Pave Auburn St.Prep - Pave Elkhart Ave.Reflective Pavement Marking: 4" White StripeCofferdam (2)Tower Inlet Structure (2)4-Sided InletArticulated Concrete Block Mattress and Geotextile FabricConcrete Pilot ChannelInstall Concrete RiprapDriveway RepairClearing and GrubbingSeedingInstall Tunnel Sta. 139+83 - 139+00Install Storm Pipe Sta. 139+83 - 100+86Prep - Pave Asphalt StreetsReflective Pavement MarkingCofferdamTower Inlet StructureArticulated Concrete Block Mattress and Geotextile FabricReplace 12" Waterline in Quaker AvenueRestore Flat work ConcreteSodTree Protection in Higinbotham Park MayJunJulAugSepOctNovDecJanFebMarAprMayJunJulAugSepOctNov3rd Quarter4th Quarter1st Quarter2nd Quarter3rd Quarter4th QuarterTaskSplitMilestoneSummaryProject SummaryInactive TaskInactive MilestoneInactive SummaryManual TaskDuration-onlyManual Summary RollupManual SummaryStart-onlyFinish-onlyExternal TasksExternal MilestoneDeadlineProgressManual ProgressMcKee Utility Contractors, Inc.DRAFT PROJECT SCHEDULEFri 5/8/20NORTHWEST LUBBOCK DRAINAGE IMPROVEMENT PHASE 3Page 1Owner: City of LUBBOCKEngineer: FREESE AND NICHOLS UT�/LITY McKee Utility Contractors, Inc. Project Flow Chart Safety Director Daniel Eamello . NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS PROJECT – PHASE 3 RFP 20 -15230 -TF PROJECT NO. 92174.9243.30000 COMPLETED PROJECTS PROJECT NO. 2008-2 9 MILE CREEK SEWERLINE PHASE I LAWTON, OK Enter Project specific information here: Owner: City of Amarillo Amarillo, TX 806-378-9334 Jackson Zaharia, P.E Engineer: Kimley-Horn Lubbock, TX 806-686-1089 Project Description Starting at the Lawton Wastewater Treatment Plant, MUCI installed approximately 38,470 LF of 54-inch through 36-inch PVC Sanitary Sewer Line and appurtenances following Nine Mile creek in Southeast Lawton. MUCI hand-mine tunnel crews installed 1,120 LF of 66-inch through 42-inch tunnels online and grade making this is a successful project for all involved. Schedule 540 days – Final completion in 500 days Safety No loss time incidents Contract $11,007,444.21 Owner City of Lawton Lawton, TX 580-581-3385 M.M. Azim, P.E. Engineer Dewberry Tulsa, OK 918-587-7283 Jose Pereira, P.E. Pipe Supplier Diamond Plastics Lubbock, TX Project is featured on Diamond Plastics website for correct installation techniques. https://youtu.be/sZpb0UJlwtY Project Information Project owner I CITY OF LAWTON I Project name I 9 MILE CREEK SEWER LINE Attachment B General description of project: 37, 560 LF OF 54"-36" PROFILE WALL PVC SANITARY SEWER LINE -1,100 LF OF 66" & 48" TUNNELS Inspector -Eddie Tahah 580-695-4681 Project Budget and Schedule Performance Budget history Schedule performance Amount % of Bid Date Days Amount Bid 11,022,967,14 100 Notice to Proceed 6/1/17 500 Change orders ($15,522.93) (.14) Contract Substantial Completion date at Notice to Proceed 10/13/18 500 Owner enhancements 0.0 0.0 Contract final completion date at Notice to Proceed 10/13/18 500 Unforeseen conditions 0.0 0.0 Change Order authorized Substantial Completion date 11/22/18 540 Design issuesNalue Eng ($15,522.93) (.10) Change Order authorized final completion date 11/22/18 540 Total (15,522.93) (.10) Actual / estimated Substantial Completion date 10/1/18 488 Final cost $11,007,444.21 99.86 Actual / estimated final completion date 10/13/18 500 Key Project Personnel Project Manager Project Safety Manager Quality Control Manager Superintendent Name SHANE MCKEE EDGAR MIRANDA TYLER MCKEE SHANE MCKEE Percentage of time devoted to the project. 25 100 25 25 Proposed for this project. YES YES YES YES Did Individual start and complete the project? YES YES YES YES If not, who started or completed the project in their place. Reason for change. Reference contact information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ position Organization Telephone E-mail Owner M.AZIM PROJECT MANAGER CITY OF LAWTON 580-581-3385 mazim@lawtonok.gov Designer JOSE PEREZ DESIGN ENGINEER DEWBERRY 918-587-7283 josep@dewberry.com Construction Manager Surety Total amount involved resolved issues: Total amount involved resolved Issues: ROWLETT CREEK PARALLEL TRUNK SEWER ALLEN, TX Enter Project specific information here: Owner: City of Amarillo Amarillo, TX 806-378-9334 Jackson Zaharia, P.E Engineer: Kimley-Horn Lubbock, TX 806-686-1089 Kenny Friar, P.E. Project Description MUCI crews installed 8,880 LF of HOBAS Sanitary Sewer Pipe for the North Texas Municipal Water District. The project followed along Rowlett Creek in Allen, TX and included 25 Pre-cast manholes, and four by-pass pumping locations. Due to the close proximity of residents and a local golf course, odor control units were installed to reduce the smell of H2S gasses in the area. Schedule 320 days – Project completed on-time Safety 15,379 man hours without lost time incident Contract $3,712,509.06 Quality Once pipeline was installed, all manholes and pipe segments were tested and accepted leak free. Owner North Texas Municipal Water District (NTMWD) Wylie, TX 469-626-4734 Geleany Morales Carrero Engineer Jacobs Dallas, TX 817-735-6195 Jordan Buescher, P.E. Pipe Supplier HOBAS PIPE USA Houston, TX 832-683-1008 John Simonson, Regional Manager Completion on-time with no lost time incidents Attachment B Statement of Qualifications 00 45 16 NTMWD – Project #501-0439-16 Beck Branch Parallel Interceptor Improvements Phase 2 and Plano Spring Creek Parallel Force Main February 2020 Project Information Project owner NORTH TEXAS MUNICIPAL WATER DISTRICT Project name ROWLETT CREEK PARRALLEL TRUNK SEWER General description of project: 9,382 LF 42”-36” FIBERGLASS SANITARY SEWER, 255 LF 42” TUNNELS Project Budget and Schedule Performance Budget history Schedule performance Amount % of Bid Amount Date Days Bid $3,695,000.00 100 Notice to Proceed 1/2/19 Change orders Contract Substantial Completion date at Notice to Proceed 11/18/19 320 Owner enhancements $19,180.62 .52 Contract final completion date at Notice to Proceed 1/2/20 365 Unforeseen conditions Change Order authorized Substantial Completion date Design issues $49,702.44 1.35 Change Order authorized final completion date Total $68,883.06 1.87 Actual / estimated Substantial Completion date 11/1/19 303 Final cost $3,763,883.06 Actual / estimated final completion date 1/2/20 365 Key Project Personnel Project Manager Project Superintendent Safety Manager Quality Control Manager Name BILL GEISER MIGUEL HERNANDEZ MARIA HERNANDEZ SHANE MCKEE Percentage of time devoted to the project. 50 100 100 25 Proposed for this project. BILL GIESER MIGUEL HERNANDEZ MARIA HERNANDEZ SHANE MCKEE Did Individual start and complete the project? Y Y Y Y If not, who started or completed the project in their place. Reason for change. Reference contact information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ position Organization Telephone E-mail Owner GELEANY MORALES PROJECT MANAGER NTMWD 469-626-4734 gmorales@ntmwd.com Designer JORDAN BUESCHER DESIGN ENGINEER JACOBS ENG 817-735-6195 Jordan.buescher@jacobs.com Construction Manager JEREMY PATTERSON INSPECTOR FREESE & NICHOLS 817-798-1043 Jeremy.patterson@freese.com Surety TOM PERAULT AGENT RICH AND CARTMILL 918-743-8811 tperrault@rcins.com Issues / disputes resolved or pending resolution by arbitration, litigation or dispute review boards Number of issues resolved: 0 Total amount involved in resolved issues: 0 Number of issues pending: 0 Total amount involved in resolved Issues: 0 SC-0866 48-INCH MID URBAN SANITARY SEWER RELIEF MAIN OKLAHOMA CITY, OK Enter Project specific information here: Owner: City of Amarillo Amarillo, TX 806-378-9334 Jackson Zaharia, P.E Engineer: Kimley-Horn Lubbock, TX 806-686-1089 Kenny Friar, P.E. Project Description SC-0866 consisted of 10,410 LF of PVC Sanitary Sewer Line and installation of 42 Pre-Cast manholes along Mustang Creek in Southwest Oklahoma City. Due to the proximity of Mustang Creek, this project required a 100% de-watering operation for pipe installation operations. Schedule 470 days – Project completed on time Safety No lost time incidents Contract $3,258,833.86 Quality All pipe segments were low pressure air tested and accepted without any trace of leakage. Each manhole was vacuum tested per OCWUT Standard Specifications and accepted without exception. Owner Oklahoma City Water Utilities Trust (OCWUT) Oklahoma City, OK 405-297-2242 Racheal Pierce, Project Manger Engineer MacArthur Associated Consultants Oklahoma City, OK 405-848-2471 John Stovall, P.E. Pipe Supplier Diamond Plastics Lubbock, TX Completion on-time with no lost time incidents Attachment B Project Information Project owner OCWUT Project name SC-0866 General description of project: 10,475 LF OF 48” PROFILE WALL PVC SANITARY SEWER LINE Project Budget and Schedule Performance Budget history Schedule performance Amount % of Bid Amount Date Days Bid 3,178,903.68 100.00 Notice to Proceed 12/30/15 470 Change orders 79,930.18 3.00 Contract Substantial Completion date at Notice to Proceed 4/13/16 470 Owner enhancements 0.0 0.00 Contract final completion date at Notice to Proceed 4/13/16 470 Unforeseen conditions 0.0 0.00 Change Order authorized Substantial Completion date 4/13/16 470 Design issues/Value Eng 79,930.18 3.00 Change Order authorized final completion date 4/13/16 470 Total 79,930.18 3.00 Actual / estimated Substantial Completion date 12/23/15 357 Final cost 3,258,833.86 102.00 Actual / estimated final completion date 1/8/16 373 Key Project Personnel Project Manager Project Superintendent Safety Manager Quality Control Manager Name SHANE MCKEE EDGAR MIRANDA TYLER MCKEE SHANE MCKEE Percentage of time devoted to the project. 25 100 25 25 Proposed for this project. YES YES YES YES Did Individual start and complete the project? YES YES YES YES If not, who started or completed the project in their place. Reason for change. Reference contact information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ position Organization Telephone E-mail Owner RACHEL PIERCE PROJECT MANAGER OCWUT 405-297-3843 Rachel.pierce@okc.gov Designer JOHN STOVALL DESIGN ENGINEER MACARTHUR ASSOC 405-848-2471 jstovall@macokc.com Construction Manager n/a Surety MIKE MCNEIL OWNER MID AMERICA INS 405-691-0016 mmcniel@midamericainc.com Issues / disputes resolved or pending resolution by arbitration, litigation or dispute review boards Number of issues resolved: n/a Total amount involved in resolved issues: Number of issues pending: Total amount involved in resolved Issues: SC-0919 MID URBAN SANITARY SEWER RELIEF MAIN OKLAHOMA CITY, OK Enter Project specific information here: Owner: City of Amarillo Amarillo, TX 806-378-9334 Jackson Zaharia, P.E Engineer: Kimley-Horn Lubbock, TX 806-686-1089 Kenny Friar, P.E. Project Description This Design-Bid-Build Project consisted of 14,000 LF of 48-inch through 36-inch PVC Sanitary Sewer Line following Mustang Creek in Oklahoma City, OK. MUCI crews installed 56 manholes and 255 LF of 60- inch tunnels. Schedule 395 days – Final completion established in 304 days Safety No lost time incidents Contract $4,534,362.79 Quality The MUCI team successfully completed low pressure air testing of all 14,000 LF of PVC pipe install along with passing vacuum test on all 56 manholes Owner Oklahoma City Water Utilities Trust (OCWUT) Oklahoma City, OK 405-297-2242 Racheal Pierce, Project Manger Engineer MacArthur Associated Consultants Oklahoma City, OK 405-848-2471 John Stovall, P.E. Pipe Supplier Diamond Plastics Lubbock, TX Attachment B Project Information Project owner OCWUT Project name SC-0919 General description of project: 14,234 LF OF 48”, 42”, 36” PROFILE WALL PVC SANITARY SEWER LINE Project Budget and Schedule Performance Budget history Schedule performance Amount % of Bid Amount Date Days Bid 4,394,996.07 100.00 Notice to Proceed 2/1/16 395 Change orders 139,366.72 3.00 Contract Substantial Completion date at Notice to Proceed 3/1/17 395 Owner enhancements 139,366.72 3.00 Contract final completion date at Notice to Proceed 3/1/17 395 Unforeseen conditions 0.0 0.00 Change Order authorized Substantial Completion date 3/1/17 395 Design issues/Value Eng 0.00 0.00 Change Order authorized final completion date 3/1/17 395 Total 139,366.72 3.00 Actual / estimated Substantial Completion date 11/23/16 298 Final cost 4,534,362.79 103.00 Actual / estimated final completion date 12/29/16 304 Key Project Personnel Project Manager Project Superintendent Safety Manager Quality Control Manager Name SHANE MCKEE EDGAR MIRANDA TYLER MCKEE SHANE MCKEE Percentage of time devoted to the project. 25 100 25 25 Proposed for this project. YES YES YES YES Did Individual start and complete the project? YES YES YES YES If not, who started or completed the project in their place. Reason for change. Reference contact information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ position Organization Telephone E-mail Owner RACHEL PIERCE PROJECT MANAGER OCWUT 405-297-3843 Rachel.pierce@okc.gov Designer JOHN STOVALL DESIGN ENGINEER MACARTHUR ASSOC 405-848-2471 jstovall@macokc.com Construction Manager n/a Surety MIKE MCNEIL OWNER MID AMERICA INS 405-691-0016 mmcniel@midamericainc.com Issues / disputes resolved or pending resolution by arbitration, litigation or dispute review boards Number of issues resolved: n/a Total amount involved in resolved issues: Number of issues pending: Total amount involved in resolved Issues: SC-0951 SANITARY SEWER RELIEF INTERCEPTOR OKLAHOMA CITY, OK Enter Project specific information here: Owner: City of Amarillo Amarillo, TX 806-378-9334 Jackson Zaharia, P.E Engineer: Kimley-Horn Lubbock, TX 806-686-1089 Kenny Friar, P.E. Project Description 7,600 LF of 66-inch, 48-inch, and 42-inch HOBAS Sanitary Sewer Pipe was installed on this Design- Bid-Build Project for the Oklahoma City Water Utilities Trust. Upon excavation, MUCI crews discovered contaminated soil in the alignment area. The MUCI engineering and management team was able to propose a value engineering proposal to the OCUWT to resolve the issue. MUIC designed a re- route to not only resolve the contamination issues but this solution also increased capacity of other existing assets in the area. Schedule 317 days – Project completed on-time Safety 19,977 man hours without lost time incident Contract $4,184,703.50 Quality Low Pressure air test was successfully completed on first attempt. Owner Oklahoma City Water Utilities Trust (OCWUT) Oklahoma City, OK 405-297-2242 Racheal Pierce, Project Manger Engineer Poe & Associates, Inc. Oklahoma City, OK 405-949-1962 Richard Grote, P.E. Pipe Supplier HOBAS PIPE USA Houston, TX 832-683-1008 John Simonson Regional Manager Picture Left: HOBAS 66-inch direct jack tunnel Attachment B Project Information Project owner OCWUT Project name SC-0951 General description of project: 6,883 LF OF 66”, 48”, & 42” CCFRPM SANITARY SEWER LINE – 200 LF OF 66” TUNNELS VIA DIRECT JACKING Project Budget and Schedule Performance Budget history Schedule performance Amount % of Bid Amount Date Days Bid 3,469,181.00 100.00 Notice to Proceed 2/7/18 270 Change orders 0.0 0.0 Contract Substantial Completion date at Notice to Proceed 11/4/18 270 Owner enhancements 0.0 0.0 Contract final completion date at Notice to Proceed 11/4/18 270 Unforeseen conditions 707,082.50 20.0 Change Order authorized Substantial Completion date 12/31/18 327 Design issues/Value Eng 0.0 0.0 Change Order authorized final completion date 12/31/18 327 Total 0.0 0.0 Actual / estimated Substantial Completion date 12/5/18 301 Final cost 4,176,263.50 120.0 Actual / estimated final completion date 12/21/18 317 Key Project Personnel Project Manager Project Superintendent Safety Manager Quality Control Manager Name TYLER MCKEE EDGAR MIRANDA KEITH CARTER SHANE MCKEE Percentage of time devoted to the project. 25 100 25 25 Proposed for this project. YES YES YES YES Did Individual start and complete the project? YES YES YES YES If not, who started or completed the project in their place. Reason for change. Reference contact information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ position Organization Telephone E-mail Owner DAN ETHINGTON PROJECT MANAGER OCWUT 405-297-1589 Daniel.ethington@okc.gov Designer RICHARD GROTTE DESIGN ENG POE AND ASSCOC 405-949-1642 Richard.grotte@poeandassociates.com Construction Manager N/A Surety MIKE MCNEIL OWNER MID AMERICA INS 405-691-0016 mmcniel@midamericainc.com Issues / disputes resolved or pending resolution by arbitration, litigation or dispute review boards Number of issues resolved: n/a Total amount involved in resolved issues: Number of issues pending: Total amount involved in resolved Issues: SC-0958 SANITARY SEWER RELIEF INTERCEPTOR OKLAHOMA CITY, OK Enter Project specific information here: Owner: City of Amarillo Amarillo, TX 806-378-9334 Jackson Zaharia, P.E Engineer: Kimley-Horn Lubbock, TX 806-686-1089 Kenny Friar, P.E. JOB INFORMATION GOES HERE Project nominated for the APWA award for Project Contracts under $5M Project Description Project SC-0958 consisted of 7,800 LF of 48-inch and 24-inch HOBAS Sanitary Sewer Pipe along Lightning Creek. Following Lighting Creek, this project would need to be de-watered along the entire alignment. Zero blow count soils and depths over 35 feet made this one of the most challenging projects in company history. Schedule 347 days – Project completed in 275 days Safety 14,734 man hours without lost time incident Contract $2,816,435.26 Quality All pipe segments and manholes were tested and passed on the first attempt Owner Oklahoma City Water Utilities Trust (OCWUT) Oklahoma City, OK 405-297-2242 Racheal Pierce, Project Manger Engineer Guy Engineering Edmond, OK 405-608-4217 Ryan Bellatti, P.E. CFM Pipe Supplier HOBAS PIPE USA Houston, TX 832-683-1008 John Simonson Regional Manager Attachment B Project Information Project owner OCWUT Project name SC-0958 General description of project: 7,572 LF OF 42",24" CCFRPM SEWERLINE Project Budget and Schedule Performance Budget history Schedule performance Amount % of Bid Amount Date Days Bid 2,695,000.00 100.00 Notice to Proceed 10/2/17 347 Change orders 121,435.26 5.0 Contract Substantial Completion date at Notice to Proceed 9/14/18 347 Owner enhancements 0.0 0.0 Contract final completion date at Notice to Proceed 9/14/18 347 Unforeseen conditions 121,435.26 5.0 Change Order authorized Substantial Completion date 9/14/18 347 Design issuesNalue Eng 0.0 0.0 Change Order authorized final completion date 9/14/18 347 Total 121,435.26 5.0 Actual / estimated Substantial Completion date 6/19/18 241 Final cost Key Project- . - 2,816,435.26 105.00 Actual / estimated final Project Manager completion date Project Safety Manager Superintendent 6/23/18 245 Quality Control Manager Name SHANE MCKEE EDGAR MIRANDA KEITH CARTER SHANE MCKEE Percentage of time devoted to the project. 25 100 25 25 Proposed for this project. YES YES YES YES Did Individual start and complete the project? YES YES YES YES If not, who started or completed the project in their place. Reason for change. Reference contact information (listing names indicates Name approval to contacting Title/ position the names individuals as a Organization reference) Telephone E-mail Owner KEN GIANNONE PROJECT MANAGER OCWUT 405-297-2422 Kenneth.giannone@okc.gov Designer RYAN BELLATTI DESIGN ENG GUY ENGINEERING 405-608-4217 Ryan-b(cr�guyengr.com Construction Manager n/a Surety MIKE MCNEIL OWNER MID AMERICA INS 405-691-0016 mmcniel(@-midamericainc.com Issues / disputes resolved Number of issues resolved: or pending resolution by arbitration, litigation n/a Total amount involved in resolved issues: or dispute review boards 7Number of issues din Total amount involved in resolved Issues: . NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS PROJECT – PHASE 3 RFP 20 -15230 -TF PROJECT NO. 92174.9243.30000 CURRENT PROJECTS SC-0950 SANITARY SEWER RELIEF INTERCEPTOR OKLAHOMA CITY, OK Enter Project specific information here: Owner: City of Amarillo Amarillo, TX 806-378-9334 Jackson Zaharia, P.E Engineer: Kimley-Horn Lubbock, TX 806-686-1089 Kenny Friar, P.E. Project Description This design-bid-build project along the Oklahoma River will require de-watering operations along the entire alignment. 10,600 LF of 72-inch HOBAS Fiberglass Pipe and 920 LF of 90-inch Micro-Tunnels will be installed by the MUCI crews. 25% of the pipe installation will take place inside a known contaminated area. With high levels of Benzyne and free-floating product in the area, an environmental site mitigation plan has been devised. Partnering with a local environmental firm, MUCI devised a plan that will treat over 40 Million gallons of contaminated water produced from de-watering operations and dispose of 9100 Cubic Yards of contaminated soil. Schedule 620 Days – Project is ahead of schedule Safety No lost time incidents to date Contract $ 23,495,000.00 Owner OCWUT Oklahoma City, OK 405-297-2422 Racheal Pierce, P.E. Engineer Cabbiness Engineering Norman, OK 405-310-3435 Sean Price, EIT Pipe Supplier HOBAS PIPE USA Houston, TX 832-683-1008 John Simonson, Regional Manager Picture Left: Contaminated water being treated by aeration before discharged into the existing sanitary sewer VILLAGE CREEK DRAINAGE BASIN MAIN 325 FORT WORTH, TX Enter Project specific information here: Owner: City of Amarillo Amarillo, TX 806-378-9334 Jackson Zaharia, P.E Engineer: Kimley-Horn Lubbock, TX 806-686-1089 Kenny Friar, P.E. Project Description Consisting of 15,500 LF of 48-inch and 42-inch Fiberglass Sanitary Sewer Pipe, this design-bid-build project will be installed with trench depths reaching forty feet. With existing blow counts of 50 to ½-inch, the MUCI Project Management Team devised a plan to bench the cut and eliminate the need for rock sawing or blasting. By benching the cut, this allowed the excavator to be closer to the rock and maximize breakout force. The MUCI tunnel operation will install 1,088 LF of 60-inch tunnels including a 480-foot drive under I-35. Schedule 650 days – project scheduled to complete in 505 days. Safety No lost time incidents to date Contract $ 13,188,477.00 Owner City of Fort Worth Fort Worth, TX 817-392-2752 John Kasavich Engineer Dannenbaum Fort Worth, TX 972-763-3416 David Rankin Pipe Supplier HOBAS PIPE USA Houston, TX 832-683-1008 John Simonson, Regional Manager Picture Left: MUCI Crews install 48-inch HOBAS Pipe with an overall depth of 35 feet CHEROKEE 48-INCH TRANSMISSION MAIN TULSA, OK Enter Project specific information here: Owner: City of Amarillo Amarillo, TX 806-378-9334 Jackson Zaharia, P.E Engineer: Kimley-Horn Lubbock, TX 806-686-1089 Kenny Friar, P.E. Project Description Consisting of 17,880 LF of 48-inch AWWA C200 Steel Pipe, this design-bid-build project is designed to transport water from the Mowhawk Treatment Plant and service expansion in North Tulsa, OK. With the initial tie in taking place inside the WTP, MUCI will implement security measures to ensure that the site will be secure at all times during construction. Engineered ring and wood shafts forty-one feet in diameter and seventy feet deep have been installed by MUCI crews for tunnel construction under Bird Creek. Schedule 535 Days to Complete – Project is on schedule Safety No lost time incidents to date Contract $ 14,257,480.38 Owner City of Tulsa Tulsa, OK 918-596-614 Chris Gimmel, EI, CFM Engineer Benham Engineering Tulsa, OK 918-492-1600 Rhonda Dudeck, P.E. Pipe Supplier Mid-America Pipe and Fab Scammon, KS 620-827-6121 John Parsons, President Left - 48-inch Steel Pipe Install Right - 72 foot Tunnel Shaft Attachment A Current Projects and Project Completed within the last 10 Years Project owner TOWN OF PROSPER I Project name I LOWER PRESSURE PLANE WATER LINE General description of project: 11,349 LF 42" C303 BAR WRAP CCP, 10,466 LF 36"-20" C905 PVC, 2,862 LF 60"-36' TUNNELS Project cost: $8,588,580 Date project completed: EST 3/31 /20 Key project personnel Project manager Project superintendent Safety manager Quality control manager Name JASON BUOY MIGUEL HERNANDEZ I DANIEL EAMELLO SHANE MCKEE Reference contact information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ position Organization Telephone E-mail Owner PETE ANAYA PROJECT MANAGER CITY OF PROSPER 972-569-1156 Pete anava(@-Prospertx.gov Designer CLAYTON BARNARD DESIGN ENGINEER FREESE & NICHOLS 972-624-9207 ccb(@freese.com Construction manager MICHAEL BULLA INSPECTOR CITY OF PROSPER 469-247-1360 michael_bulla@prospertx.gov Project owner NTMWD Project name PLANO EASTSIDE PIPELINE General description of project: 7,800 LF 24" DIP, 640 LF 42" TUNNELS Project cost: $6,279,290.00 Date project completed: EST 5/30/20 Key project personnel Project manager Project superintendent Safety manager Quality control manager Name AARON MARTZ MIKE HERN DANIEL EAMELLO SHANE MCKEE Reference contact information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ position Organization Telephone E-mail Owner ANGELA PFLANZ PROJECT MANAGER NTMWD 469-626-4744 apflanz(a)-ntmwd.com Designer ZAC BOLEN DESIGN ENGINEER PLUMMER & ASSOCIATES 913-972-8402 zbolen@apaienv.com Construction manager JEREMY PATTERSON INSPECTOR FREESE & NICHOLS 817-798-1043 Jeremy.patterson@freese.com Project owner CITY OF TULSA Project name CHEROKEE 48" WATERLINE General description of project:17,880 LF 48" AWWA STEEL, 857' LF 60" TUNNELS Project cost: $12,967,240.00 1 Date project completed: EST 7/31/20 Key project personnel Project manager Project superintendent Safety manager Quality control manager Name TORI FERGUSON GUS MENDEZ MARIA HERNANDEZ SHANE MCKEE Reference contact information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ position Organization Telephone E-mail Owner CHRIS GIMMEL PROJECT MANAGER CITY OF TULSA 918-596-9614 cgimmel(@-cityoftulsa.orq Designer JARED PODOLNY DESIGN ENGINEER BENHAM 918-599-4225 jared.podolny@benham.com Construction manager SERAFIN LOPEZ INSPECTOR CITY OF TULSA 918-855-5370 serafinlopez@cityoftulsa.org Statement of Qualifications 00 45 16 NTMWD — Project #501-0439-16 Beck Branch Parallel Interceptor Improvements Phase 2 and Plano Spring Creek Parallel Force Main February 2020 Attachment A Current Projects and Project Completed within the last 10 Years Project owner I OKLAHOMA CITY WATER UTILITIES TRUST Project name SC-0950 General description of project: 10,590 LF 72" FIBERGLASS SANITARY SEWER, 902 LF 90" MICROTUNNEL Project cost: $23,368,767.50 1 Date project completed: EST 2/28/21 Key project personnel Project manager Project superintendent Safety manager Quality control manager Name TORI FERGUSON MARK MEDLIN DANIEL EAMELLO SHANE MCKEE Reference contact information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ position Organization Telephone E-mail Owner RACHEAL PIERCE PROJECT MANAGER OCWUT 405-297-2422 Racheal.pierce@okc.gov Designer SEAN PRICE DESIGN ENGINEER CABBINESS ENG 405-310-6435 sean@cabbinessengineering.com Construction manager ED HARRIS INSPECTOR CABBINESS ENG 405-310-6435 ed@cabbinessengineering.com Project owner CITY OF FORT WORTH Project name VILLAGE CREEK DRAINAGE BASIN General description of project: 10,740 LF 48" FIBERGLASS SANITARY SEWER, 687 LF 60" TUNNELS Project cost: $13,188,477.00 1 Date project completed: EST 12/31/20 Key project personnel Project manager Project superintendent Safety manager Quality control manager Name AARON MARTZ MIGUEL HERNANDEZ DANIEL EAMELLO SHANE MCKEE Reference contact information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ position Organization Telephone E-mail Owner JOHN KASAVICH PROJECT MANAGER CITY OF FORT WORTH 817-392-2752 John. kasavich(a)-fortworthtexas.gov Designer DAVID RANKIN DESIGN ENGINEER DANNENBAUM 972-763-3416 David.Rankin@dannenbaum.com Construction manager RAYMOND BRICE INSPECTOR CITY OF FORT WORTH 817-392-2752 Raymond. Brice@fortworthtexas.gov Project owner CITY OF MCKINNEY Project name CUSTER ROAD UTILITY RELOCATIONS General description of project: 15,270 LF 24" AWWA C200 STEEL WATERLINE, 1,080 LF 36" TUNNELS Project cost: $ 7,239,441.00 Date project completed: EST 8/30/20 Key project personnel Project manager Project superintendent Safety manager Quality control manager Name JASON BUOY TBD TBD TBD Reference contact information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ position Organization Telephone E-mail Owner JOSHUA COTTON PROJECT MANAGER CITY OF MCKINNEY 972-547-7423 0cotton (c_mckinnevtexas.org Designer GREG VAUGHN DESIGN ENGINEER LAN 817-338-7507 gavaughn(olan-inc.com Construction manager ARMONDO LLAMAS INSPECTOR CITY OF MCKINNEY 630-878-3016 allamas@mckinneytexas.org Statement of Qualifications 00 45 16 NTMWD — Project #501-0439-16 Beck Branch Parallel Interceptor Improvements Phase 2 and Plano Spring Creek Parallel Force Main February 2020 . NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS PROJECT – PHASE 3 RFP 20 -15230 -TF PROJECT NO. 92174.9243.30000 SAFETY Safety Record Questionnaire The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts. The definition and criteria for determining the safety record of a proposer for this consideration shall be: The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the proposer for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following four (4) questions and submit them with their proposals: OUESTION ONE Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO X If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. �l Offeror's Initials QUESTION TWO Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO X If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO X If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its proposal submission, the following 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: ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK 85 I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal to be rejected. SignaturepORgpGCj 'A �O PRESIDENT u> Title v' dQ:� ' Safety Information Page 1 McKee Utility Contractors, Inc. takes pride in the “safety first” mentality. All project managers, superintendents and foreman are required to be trained in Trenching and Excavation, Competent Person. All new employees are required to pass a drug test before the hiring process is complete. Starting in 2015, McKee Utility Contractors, Inc. contracted Anderson Safety in Yukon, OK to implement and maintain the company safety plan (available upon request). With the help of Anderson Safety and the dedication of our employees, McKee Utility Contractors, Inc. has been recognized as one of the most safety aware companies in Oklahoma posting a TRIR of 1.363 and an EMR of .85. In January 2017, McKee Utility Contractors, Inc. once again raised the internal standard and employed a full-time safety manager. Our Safety Manager does weekly on site OHSA inspections, PPE checks, “toolbox talks” and provides training for new employees before they are allowed on the job site. McKee Utility Contractors, Inc. has been awarded the 2019 Larry Penick Award for achieving a superior level of job performance without accident, injury or occupational illness. The award was presented to Vice President Tyler McKee at the annual Oklahoma Municipal Contractors Association banquet in June of 2019. Awards: 2019 - Larry Penick Award presented by the Oklahoma Municipal Contractors Association “Safety doesn’t happen by accident” “Safety First is Always First” “A culture of safety is a journey, not a destination. It requires our continuing diligence” SAFTEY MANUAL McKee Utility Contractors, Inc. 2319 West Main Street Prague, OK 74864 405-567-3666 phone 405-567-4968 fax Table of Contents PROGRAM SECTION Emergency Action Plan _________________________________________________________1 Safety Management ____________________________________________________________2 Confined Space ________________________________________________________________3 Crystalline Silica _______________________________________________________________4 Disciplinary / Employee Conduct __________________________________________________5 Electrical _____________________________________________________________________6 Flagging _____________________________________________________________________7 Hand and Power Tools __________________________________________________________8 Hazard Communication _________________________________________________________9 Heat Illness Prevention _________________________________________________________10 Heavy Equipment _____________________________________________________________11 Injury & Illness Recordkeeping __________________________________________________12 Ladders _____________________________________________________________________13 Manual Material Handling ______________________________________________________14 Noise/Hearing Conservation _____________________________________________________15 Personal Protective Equipment (PPE) _____________________________________________16 Rigging _____________________________________________________________________17 Trenching and Excavation ______________________________________________________18 Work Zones __________________________________________________________________19 Drug & Alcohol Policy _________________________________________________________20 Respiratory Protection__________________________________________________________21 Emergency Action Plan Form # ISN-EAP-01 Revision #3 Revision Date 11/01/2017 Prepared by: Anderson Safety Reviewed by: Jason Bullard Approved by: Table of Contents Purpose ______________________________________________________________________2 1.0 Emergency Information _____________________________________________________3 2.0 Emergency Quick sheets ____________________________________________________4 3.0 Building Emergency Organization ___________________________________________11 4.0 Notification System _______________________________________________________13 5.0 Fire Prevention ___________________________________________________________13 6.0 Incident Response ________________________________________________________16 7.0 Emergency Equipment _____________________________________________________18 8.0 Training ________________________________________________________________19 9.0 Fire Extinguisher Training __________________________________________________20 Appendix A: Bomb Threat Form _________________________________________________21 Appendix B: Jobsite Emergency Call Numbers Form _________________________________22 OKLAHOMA MUNICIPAL r '- CONTRACTORs ASSOCIATION SEWING MUNICIPAL CONTRACTORS FOR OVER 50 YEARS A me-49FR of THE ASSOCLATEU GENERAL CONTRACTORS of AMERLCA 4-24-2020 To Whom It May Concern: am writing a letter of support for McKee Utility Contractors of Prague, Oklahoma. My name is Dr. Rick J. Moore, and I have been the Executive Director of the Oklahoma Municipal Contractors Association (OMCA) for over 21 years. Our association works to maintain high professional standards in the conduct of work, making membership in the Association a reasonable assurance to the public of the skill, integrity and responsibility of its members. We are focused on maintaining a primary interest in construction of a municipal nature and encouraging and supporting proper standards and sound methods in all work performed by members of the Association in industry generally. One of the most important responsibilities of our members is safety, and we take that very seriously at OMCA. We have an alliance formed between OMCA, OSHA and the Oklahoma Department of Labor to further show our focus on safety. Each year, OMCA hands out its Larry Penick/Anderson Safety/OMCA Safety Awards, which are probably the most important awards the Association gives out annually, as it rewards our companies for protecting their employees, equipment and the public as a whole. In 2019, McKee Utility Contractors won 1 st Place in the highly competitive 100,000 — 125,000 manhours category, showing their concern for their employees' safety. I am proud to call McKee Utility Contractors one of my members. If you need anything else from me, please let me know. Sincerely, Rick J. Moore, Ph.D. Executive Director OMCA 1603 E. W Street, suite 102, Edmond, OK 73013 P.405/236-2248 F. 405/236-2153 rmoore@omcaok.com RICH&CARTMILL, INC. INSURANC E•BOND S April 1, 2020 McKee Utility Contractors, Inc 2319 W Main Street Prague, OK 74864 Re: McKee Utility Contractors, Inc. FEIN#73-1443777 Risk ID #350423907 To Whom it May Concern: This is to confirm the Workers Compensation experience modification for 5 years. 01/01/2019 0.88 01/01/2018 0.77 01/01/2017 1.06 01/01/2016 1.37 01/01/2015 1.47 If I can be of any further assistance, please don't hesitate to give me a call. Sincerely, J Kelly Deer-Partner 2738 East 51'\ Suite 400, Tulsa, OK 74105-6228 (918) 743-8811 www.rcins.com FAX(918)744-8429 . NORTHWEST LUBBOCK DRAINAGE IMPROVEMENTS PROJECT – PHASE 3 RFP 20 -15230 -TF PROJECT NO. 92174.9243.30000 FINANCIAL APPROACH FINANCIAL APPROACH Computer Access: ProContractor is our exclusive software for all financial practices. It is installed on all user computers but currently has nine active users and is password protected. ProContractor is backed up each evening. Accounts Payable: McKee Utility Contractors, Inc. receives invoice either by mail, e-mail, or occasionally via fax which routes to the company HR e-mail account. E-mail invoices are printed daily. The Administrative Assistant distributes invoices to Project Managers, the CFO, and the Vice President to ensure proper coding. Once coded the invoices are returned to the Administrative Assistant who then enters the invoices into ProContractor daily, as time allows. Once entered, invoices are placed in an alphabetical binder sorted by vendor. All utility bills are paid weekly in order to avoid any service interruptions (trash service, telephone, etc.). Other invoices are held for the Vice President to review twice a month. Once the vendors are selected for payment, the Office Manager provides the Vice President, President, and CFO with the total amount of payables on the vendor check run. Checks are kept in a safe, and the CFO keeps the keys to the safe in order to monitor access to the checks. The Office Manager prints all vendor checks and prepares them for mailing, and the Administrative Assistant takes over this duty if the Office Manager is unavailable. The President and Vice President are the only authorized signers. Accounts Receivable: Almost all receipts are either direct deposit via wire transfer or by checks that are mailed. When checks are mailed, all checks go to the Vice President for review prior to entry into ProContractor. Either the Administrative Assistant or the Office Manager will deposit the check into the bank, and the Vice President will log the customer receipt into the accounting software. If one of them is unavailable, the CFO will deposit the check into the bank. The CFO double-checks each deposit during the bank reconciliation at the end of each month, with the Office Manager performing this function if the CFO is unavailable. Monthly Close: At the end of each month, McKee Utility Contractors, Inc. reviews any invoice statements received from vendors to ensure that all invoices have been received and entered into ProContractor. 7-10 business days after the last day of the month, the system is closed for new invoice entry, and the month- end journal entries are prepared. These entries include fixed asset depreciation, prepaid amortization, and intercompany payables/receivables. Net income vs working capital represented per audited financials Once all entries have been made, the CFO reviews transactions in key accounts, such as loans and fixed assets, to ensure no duplicate entries were made and that all asset purchases/disposals were properly accounted for. Support for all major accounts are kept in a secure folder in the shared drive to reference later, if necessary. Next, trial balances are run for all four active companies and manually entered into a consolidating balance sheet and income statement. All intercompany transactions are eliminated during this process. Monthly, a balance sheet and income statement is prepared and sent to the President and Vice President for review. Once approved, the - 2,000,000 4,000,000 6,000,000 8,000,000 2017 2018 2019 3 Year Net Income vs Working Capital Net Income Working Capital financial statements are distributed to our financial institutions and bonding company. These institutions are: BancFirst Signature Financial Rich & Cartmill Other institutions that house loans for McKee Utility Contractors, Inc. are: Ford Financial Ally Financial GM Financial Wells Fargo Financial Komatsu Financial Cat Financial MHC Kenworth John Deere Financial Quarterly, the Vice President updates the work in process data for each project in ProContractor. During the monthly close process at the end of a quarter, the CFO will analyze the WIP information as well as the current portion of long-term debt and create journal entries to update these accounts. Along with the balance sheet and income statement, the CFO prepares a statement of changes in stockholders’ and members’ equity, a statement of cash flows, and statements of earnings from contracts, both in process and completed. These additional statements follow the same consolidation and review process as the monthly statements. Annually, McKee Utility Contractors, Inc. engages an independent accounting firm to perform an audit of the financial statements. The current company is Smith, Carney, & Co., P.C. They have also performed interim financial reviews upon request. Revenue growth represented per 2019 audited financials Robison Gary Johnson & Associates PLLC performs all tax work for McKee Utility Contractors, Inc. This includes the quarterly payroll reports, annual W-2 and 1099 preparation, and filing of all tax returns. The CFO and RGJ account manager hold weekly meetings to discuss any changes to tax law and developments within MUCI. - 10,000,000 20,000,000 30,000,000 40,000,000 50,000,000 60,000,000 2017 2018 2019 Revenue Growth Key Staff Resumes Page 1 Paige Walker, CPA Chief Financial Officer Professional Experience Mrs. Walker has more than 5 years’ experience coordinating, preparing for and performing financial statement audits and SOX 404 audits as an Audit Manager at PricewaterhouseCoopers LLP. Joined McKee Utility Contractors, Inc. as Chief Financial Officer in July 2019. Relevant Experience • Technical Accounting PricewaterhouseCoopers LLP Audit Manager Mrs. Walker served as Audit Manager in the Tulsa office of PwC. While in this position, she gained an understanding of higher-risk accounting areas, including goodwill impairment, long lived asset impairment, derivatives, cash flow statements, revenue recognition, EPS, master limited partnerships, legal contingencies, business combinations and valuation, SEC reporting. Mrs. Walker also stayed up to date with SEC rules and regulations including significant subsidiary tests, rule 3-05 and 3-09, and SX and SK requirements. • Financial Statement Preparation and Review PricewaterhouseCoopers LLP Audit Manager Mrs. Walker was responsible for reviewing Forms 10-Q and 10-K for inclusion of appropriate disclosures and transparency. Additionally, she reviewed and performed walkthroughs and operational effectiveness testing of controls during Sarbanes-Oxley 404 procedures and provide feedback/comments to internal audit managers and staff on sample sizes, control risk-rankings, testing approaches, control gaps identified, and documentation deficiencies. Upon discovery of any findings, Mrs. Walker provided direct comments to client senior management. • Team Management PricewaterhouseCoopers LLP Audit Manager Mrs. Walker managed teams of up to ten staff, providing support under difficult reporting deadlines including Form 10-K, Form 10-Q and regulatory filings. She also coached team members through audit risks, testing approaches, technical accounting matters, and audit documentation, with the emphasis on developing team members to be able to work independently and produce quality work product. Years of Experience: 5 Audit Manager - PwC Chief Financial Officer – McKee Utility Education: Master of Science in Accounting, Oklahoma State University Certifications: Certified Public Accountant in Oklahoma As CFO, Paige works with the President and Vice President to provide support by advising on long-term business decisions and financial planning. She oversees the preparation of financial reporting. Paige will be available to answer any questions about the financial stability of McKee Utility Contractors, Inc. Also serving as CFO of McKee Utility Contractors, Inc., Paige oversees day to day accounting, internal controls, and data analysis. Please look at our Key Projects for an overall view of McKee Utility Contractors, Inc. North American Specialty Insurance Company Washington International Insurance Company Westport Insurance Corporation Todd Dayton – Vice President (Sr. Contract Surety Underwriter) 1200 Main Street, Suite 800, Kansas City, MO 64105 Direct Dial: 856-446-9560 e-mail: todd_dayton@swissre.com April 16, 2020 Re: McKee Utility Contractors, Inc. Prague, OK To Whom It May Concern: The purpose of this letter is to confirm that McKee Utility Contractors, Inc. is a valued surety customer of North American Specialty Insurance Company (NAS) and Swiss Re Corporate Solutions. NAS is on the Department of Treasury's Registry Listing of Approved Sureties (Circular 570) and currently has an A.M. Best Rating of A+ (Superior). At the present time, we would favorably consider extending surety support to McKee Utility Contractors, Inc. on projects up to $60,000,000 on a single job basis and $120,000,000 on an aggregate work program. The North American Specialty Insurance Company has provided authority for projects in the above stated range and warrants NAS's highest confidence due to their enviable performance record through the years. NAS would consider contract bonds on a case by case basis subject to our usual and customary underwriting considerations, acceptable contract documents, financing information, and other pertinent underwriting information at the time performance and payment bonds are required. You understand of course that any arrangement to provide bonds is a matter between ourselves and McKee Utility Contractors, Inc. and is not subject to third party review. This letter is not an assumption of liability, nor is it a bid or performance bond. It is issued only as a bonding reference requested from us by our client. If we can provide further information, please let us know. Sincerely, Todd Dayton Vice President North American Specialty Insurance Company BancFirst 902 West Main Post Office Drawer R Prague, OK 74864 Telephone (405) 567-2241 FAX (405) 567-2864 April 20, 2020 McKee Utility Contractors Inc. 2319 W Main St Prague, OK 74864 To Whom It May Concern: Ryan Alexander President McKee Utility Contractors Inc. has been a customer of BancFirst for over 25 years. They have maintained a healthy deposit and loan relationship with the bank. All business has been handled as agreed. We value our relationship with McKee Utility Contractors Inc. and any courtesy shown to them would be appreciated. If you have any questions, don't hesitate to give me a call at (405) 567-1731. Sincerely, Ryan Alexander President Q Equal Housing Lender Member FDIC MCKEE UTILITY CONTRACTORS, INC, LGM TRUCKING, LLC, LGM BORING, LLC, AND MCKEE EQUIPMENT, LLC Combined Financial Statements and Other Financial Information December 31, 2019 Combined Financial Statements and Other Financial Information MCKEE UTILITY CONTRACTORS, INC. LGM TRUCKING, LLC, LGM BORING, LLC, AND MCKEE EQUIPMENT, LLC, December 31, 2019 Combined Financial Statements Independent Auditors' Report . . . . . . . . . . . . . . . . . . . . . . 1 Combined Balance Sheet . . . . . . . . . . . . . . . . . . . . . . . . . 3 Combined Statement of Income . . . . . . . . . . . . . . . . . . . . . . 4 Combined Statement of Changes in Stockholders' and Members' Equity . . . . . . . . . . . . . . . . . . . 5 Combined Statement of Cash Flows . . . . . . . . . . . . . . . . . . . . 6 Notes to Combined Financial Statements . . . . . . . . . . . . . . . . . 7 Other Financial Information Combined Statement of Earnings from Contracts . . . . . . . . . . . . . . 16 Combined Schedule of Completed Contracts . . . . . . . . . . . . . . . . 17 Combined Schedule of Contracts In -Progress . . . . . . . . . . . . . . . 18 Combined Accounts Receivable Aging . . . . . . . . . . . . . . . . . . . 19 Combined General and Administrative Expenses . . . . . . . . . . . . . . 20 Edward W. Granger Kent H. Graves Rebecca A. Hembree Kevin D. Howard Matthew J. Major Stacey L. Vaseellare Of Counsel Joseph E. Brueggen Kenneth L. Carney Joseph W. Hornick H. Kirby Smith SMITH, CARNEY & CO.5 Peco CERTIFIED PUBLIC ACCOUNTANTS INDEPENDENT AUDITOR'S REPORT To the Stockholders and Members McKee Utility Contractors, Inc. McKee Equipment, LLC, LGM Trucking, LLC, and LGM Boring, LLC Prague, Oklahoma 5100 N. Brookline Ave., Suite 1000 Oklahoma City, OK 73112-3627 BUS: (405) 272-1040 FAX: (405) 235-6180 1-800-570-1040 5 S. Commerce, Suite 33 Ardmore, OK 73401-3924 BUS: (580) 226-1227 FAX: (580) 226-1229 1-866-570-1040 www.smithcarney.com We have audited the accompanying combined financial statements of McKee Utility Contractors, Inc., McKee Equipment, LLC, LGM Trucking, LLC and LGM Boring, LLC (Oklahoma companies), which comprise the combined Balance Sheets as of December 31, 2019 and the related combined Statements of Income, Changes in Stockholders' and Members' Equity, and Cash Flows for the year then ended, and the related notes to the combined financial statements. Management's Responsibility for the Financial Statements Management is responsible for the preparation and fair presentation of these combined financial statements in accordance with accounting principles generally accepted in the United States of America; this includes the design, implementation, and maintenance of internal control relevant to the preparation and fair presentation of combined financial statements that are free from material misstatement, whether due to fraud or error. Auditor's Responsibility Our responsibility is to express an opinion on these combined financial statements based on our audit. We conducted our audit in accordance with auditing standards generally accepted in the United States of America. Those standards require that we plan and perform the audit to obtain reasonable assurance about whether the combined financial statements are free from material misstatement. An audit involves performing procedures to obtain audit evidence about the amounts and disclosures in the combined financial statements. The procedures selected depend on the auditor's judgment, including the assessment of the risks of material misstatement of the combined financial statements, whether due to fraud or error. In making those risk assessments, the auditor considers internal control relevant to the entity's preparation and fair presentation of the combined financial statements in order to design audit procedures that are appropriate in the circumstances, but not for the purpose of expressing an opinion on the effectiveness of the entity's internal control. Accordingly, we express no such opinion. An audit also includes evaluating the appropriateness of accounting policies used and the reasonableness of significant accounting estimates made by management, as well as evaluating the overall presentation of the combined financial statements. Member American Institute of Certified Public Accountants PCAOB Registered Firm = SMITH, CAR NEY & CO., Pc. We believe that the audit evidence we have obtained is sufficient and appropriate to provide a basis for our audit opinion. In our opinion, the combined financial statements referred to above present fairly, in all material respects, the financial position of McKee Utility Contractors, Inc., McKee Equipment, LLC, LGM Trucking, LLC and LGM Boring, TALC as of December 31, 2019 the results of its operations, changes in stockholders' and members' equity and its cash flows for -the year then ended in accordance with accounting principles generally accepted in the United States of America. Report on Supplementary Information Our audit was conducted for the purpose of forming an opinion on the combined financial statements as a•whole. The Statement of Earnings from Contracts, Completed Contracts, Contracts in Progress, Accounts Receivable Aging and General and Administrative Expenses are presented for purposes of additional analysis and are not a required part of the combined financial statements. Such information is the responsibility of management and was derived from and relates directly to the underlying accounting and other records used to prepare the combined financial statements. The information has been subjected to the auditing procedures applied in the audit of the combined financial statements and certain additional procedures, including comparing and reconciling such information directly to. the underlying accounting and other records used to prepare the combined financial statements or to the combined financial statements themselves, and other additional procedures in accordance with auditing standards generally accepted in the United States of America. In our opinion, the information is fairly stated in all material respects in relation to the combined financial statements as a whole. Oklahoma City, Oklahoma April 21, 2020 - 2 - SM sma-H, CARNEY & CO., P.C. MCKEE UTILITY CONTRACTORS, INC., LGM TRUCKING, LLC, LGM BORING, LLC, AND MCKEE EQUIPMENT, LLC DECEMBER 31, 2019 ASSETS Current Assets Cash Notes receivable, related party Accounts receivable Retainage receivable Prepaid expenses Costs and estimated earnings in excess of billings on uncompleted contracts Total Current Assets Property and EauiAment Property and equipment, at cost Less: Accumulated depreciation Net property and equipment Notes receivable, related Party LIABILITIES AND EQUITY Current Liabilities Accounts payable Line of credit Payroll liabilities Billings in excess of costs Accrued liabilities Current portion of long-term debt Total Current Liabilities ' and Members' Eaui Common Stock, $1 par value, 1000 shares authorized, 333 issued and outstanding Additional paid -in capital Retained earnings See Independent Auditors' Report and Notes to Combined Financial Statements. $ 893,756 25,956 8,643,338 11822,322 20,580 2,115,407 13,521,359 19,319,710 (41939,850) 14,379,860 144,910 $ 28,046,129 $ 41992,502 11500,000 344,635 554,421 106t206 21066,710 9,564,474 4,843,851 333 381,319 13,256,152 13,637,804 $ 28,046,129 - 3 - COMBINED STATEMENT OF INCOME MCKEE UTILITY CONTRACTORS, INC., LGM TRUCKING, LLC, LGM BORING, LLC, AND MCKEE EQUIPMENT, LLC For the year ended December 31, 2019 CONTRACT REVENUE $55,562,902 COST OF REVENUES EARNED 46,676,400 Gross Profit 8,886,502 GENERAL AND ADMINISTRATIVE EXPENSES 2,488,234 Net Operating Income 6,398,268 OTHER INCOME (EXPENSE) Other income 17,081 Gain on disposal of assets 424,051 Interest expense (210,192) 230,940 Net Income $ 6,629,208 See Independent Auditors' Report and Notes to Combined Financial Statements. - 4 - COMBINED STATEMENT OF CHANGES IN STOCKHOLDERS' AND MEMBERS' EQUITY MCKEE UTILITY CONTRACTORS, INC., LGM TRUCKING, LLC, LGM BORING, LLC, AND MCKEE EQUIPMENT, LLC Total Additional Stockholders' Common Common Paid -In Retained and Members' Shares Stock Capital Earnings Equity BALANCE AT--DECEMBER 31 2018 333 $ 333 $ 381,319 $ 6,884,941 $ 7,266,593 Net Income - - - 6,629,208 6,629,208 Contributions - - - 535,643 535,643 Distributions - - - (793,640) (793,640) BALANCE AT DECEMBER 31,E 2019 333 $ 333 $ 381,319 $ 13,256,152 $ 13,637,804 See Independent Auditors' Report and Notes to Combined Financial Statements. - 5 - COMBINED STATEMENT OF CASH FLOWS MCKEE UTILITY CONTRACTORS, INC., LGM TRUCKING, LLC, LGM BORING, LLC, AND MCKEE EQUIPMENT, LLC For the year ended December 31, 2019 CASE FLOWS FROM OPERATING ACTIVITIES Net Income $ 6,629,208 Adjustments to reconcile net income to net cash provided by operating activities: Depreciation 1,540,635 Gain on sale of assets (424,051) (Increase) decrease in: Accounts receivable (31846,206) 318,) Notes receivable, related party 18528 Costs and estimated earnings in excess of billings (1,742,686) Prepaids and other assets 114,712 Increase (decrease) in: Accounts payable 1,087,733 Accrued liabilities (2,072) Payroll liabilities 200,079 Shareholder payable (268,500) Billings in excess of costs (38,968) Net Cash Provided By Operating Activities 3,268,412 CASH FLOWS MOM ACTIVITIES Proceeds from sale of assets 969,227 Property and equipment purchased (2,490,954) Net Cash Used By Investing Activities (1,521,727) CASH FLOWS FROM FINANCING ACTIVITIES Advances from line of credit 61750,000 Advances from debt 353,350 Repayment of debt (21403,469) Repayment of line of credit (5,, Advance from shareholders 535,6433543 Distributions to stockholders (793,640) Net Cash Used By Financing Activities (1,358,116) Net Increase in Cash and Cash Equivalents 388,569 CASH AND CASH EQUIVALENTS AT BEGINNING OF REAR 505,187 CASH AND CASH EQUIVALENTS AT END OF YEAR $ 893,756 SUPPLEMENTAL DISCLOSURES Interest Paid $ 210,192 NON -CASH INVESTING AND FINANCING TRANSACTIONS Acquisition of equipment: Cost of equipment $ 5,986,834 Amount financed (5,806,998) Cash Down Payment $ 179,836 See Independent Auditors' Report and Notes to Combined Financial Statements. - 6 - NOTES TO COMBINED FINANCIAL STATEMENTS MCKEE UTILITY CONTRACTORS, INC. LGM TRUCKING, LLC, LGM BORING, LLC, AND MCKEE EQUIPMENT, LLC, December 31, 2019 NOTE A --SIGNIFICANT ACCOUNTING POLICIES Nature of Operations: McKee Utility Contractors, Inc. was incorporated as an Oklahoma corporation in 1994. The Company provides construction of water and sewer infrastructure to governmental agencies. All the companies' contracts are in Oklahoma and Texas. In 2017, the shareholders of McKee Utility Contractors, Inc. established McKee Equipment, a limited liability company, to segregate the ownership of equipment. In 2019, the shareholders of McKee Utility Contractors, Inc. established LGM Trucking, LLC, and LGM Boring, LLC, to segregate ownership of equipment and the company's trucking and tunneling operations. McKee Utility is the primary company and McKee Equipment rents equipment to McKee Utility on a job by job basis. LGM Trucking and LGM Boring are single member LLCs owned by McKee Utility. LGM Trucking provides transportation and mechanic services to McKee Utility, whereas LGM Boring supports McKee Utility by digging the tunnels as required per the construction contracts. Principles of Combination: The combined financial statements have been prepared on the accrual basis of accounting in accordance with generally accepted accounting principles in the United States of America and include the consolidated accounts of McKee Utility Contractors, Inc., its wholly owned subsidiaries, LGM Trucking, LLC and LGM Boring, LLC, and the affiliated entity McKee Equipment, LLC. A11 material intercompany accounts and transactions have been eliminated in consolidation and combination. The combined financials represent a combined economic entity rather than a legal entity. Revenue and Cost Recognition: The construction contracts are based on a single performance obligation that is satisfied over time. Payment is also due over time in installments, based on project phases as specified in the contract, with a final payment due at the time the construction is completed, ready to be utilized by the customer and the customer accepts the property. The Company recognizes revenues from fixed -price and modified fixed -price construction contracts using the cost -to -cost input method, which measures progress toward completion based on the percentage of cost incurred to date to estimated total cost for each contract. That method is used because management considers total cost to be the best available measure of progress on the contracts. Because of inherent uncertainties in estimating costs, it is at least reasonably possible that estimates used will change within the near term. Contract costs include all direct material and labor costs and those indirect costs related to contract performance, such as indirect labor, supplies, tools, repairs, and depreciation. Costs of inefficiencies or wasted resources (material or labor) are excluded when measuring progress and are expensed as incurred. Selling, general, and administrative costs are charged to expense as incurred. Provisions for estimated losses on uncompleted contracts are made in the period in which such losses are determined. Changes in job performance, job conditions, and estimated profitability may result in revisions to costs and income, which are generally recognized in the period in which the revisions are determined. Changes in estimated job profitability resulting from variable consideration (such as incentives for completing a contract early or on time, penalties for not completing a contract on time, claims for which the Company has enforceable - 7 - NOTES TO COMBINED FINANCIAL STATEMENTS --Continued MCKEE UTILITY CONTRACTORS, INC. LGM TRUCKING, LLC, LGM BORING, LLC, AND MCKEE EQUIPMENT, LLC December 31, 2019 NOTE A --SIGNIFICANT ACCOUNTING POLICIES --Continued rights, or contract modifications/change orders in which the scope of modification has been approved, but the price has not been determined or approved) are accounted for as changes in estimates in the current period, but limited to an amount that will not result in a significant reversal of revenue in future periods. Use of equipment is charged to the primary company from the affiliated company as equipment rental. This is done on a job by job basis. Beginning in 2019, transportation and mechanic services were charged to the parent company from the subsidiary as trucking revenue invoiced monthly based on employee hours incurred. Costs are allocated to the customer contracts of the parent company. LGM Boring, LLC was created in 2019 operations are expected to begin in 2020. The parent company will be invoiced for tunneling services provided by the subsidiary based on the length of the tunnel. Costs will be allocated to the customer contracts of the parent company. The affiliate and subsidiary income and expense is eliminated in the consolidation and combination of the financial statements. The contract asset "cost and estimated earnings in excess of billings on uncompleted contracts" represents revenue recognized in excess of amounts billed. The contract liability "billings in excess of cost and estimated earnings on uncompleted contracts" represents billings in excess of revenue recognized. Property and Equipment: Property and equipment is stated at cost. Depreciation is computed using the straight-line method. Estimated useful lives range from five to forty years. Cash and Cash Equivalents: The Company considers cash balances at banks, money market balances, and short-term investments with maturities of less than 90 days, if any, as cash equivalents. Income Taxes: McKee Utility Contractors, Inc. elected to be taxed as a S- Corporation in 1994. McKee Equipment, LLC is also taxed as a S-Corporation effective at the inception of the entity in 2017. In 2019 two new limited liability companies ("LLC") were created, LGM Trucking, LLC and LGM Boring, LLC. Both LLCs are wholly owned by McKee Utility Contractors, Inc. which makes them single -member LLCs. For Federal tax purposes single -member LLCs are not recognized as an entity separate from its owner. Thus, the new LLCs will report the income/loss generated on the McKee Utility Contractors, Inc. tax return. The above entities do not pay income taxes on taxable income. Instead, the stockholders and members are individually taxed on their respective share of the Companies' income. NOTES TO COMBINED FINANCIAL STATEMENTS --Continued MCKEE UTILITY CONTRACTORS, INC. LGM TRUCKING, LLC, LGM BORING, LLC, AND MCKEE EQUIPMENT, LLC December 31, 2019 NOTE A --SIGNIFICANT ACCOUNTING POLICIES --Continued Under generally accepted accounting principle's guidance for income taxes, the Company would record a liability for uncertain tax positions when it is probable that a loss has been incurred and the amount can be reasonably estimated. The Company's evaluation on December 31, 2019 revealed no tax positions that would have a material impact on the financial statements. The 2016 - 2019 tax years remain subject to examination by the IRS and state taxing authorities. Use of Estimates: The preparation of financial statements in conformity with generally accepted accounting principles requires management to make estimates and assumptions that affect the reported amounts of assets and liabilities and disclosure of contingent assets and liabilities at the date of the combined financial statements, and the reported amounts of revenues and expenses during the reporting period. Actual results could differ from those estimates. Accounts Receivable: Accounts receivable includes amounts billed and billable on construction contracts, based on contracted prices and are recorded at the amount the Company expects to collect on balances outstanding at year-end. Management closely monitors outstanding balances and attempts to collect on the receivable as the job is being completed. On a periodic basis, the Company evaluates the accounts receivables and determines the necessity to charge off the bad debt based on history of past write-offs, collections and current conditions. An account is written off when it is determined that all collection efforts have been exhausted. Generally accepted accounting principles require that the allowance method be used to reflect bad debts. however, the effect of the use of the direct write-off method is not materially different from the results that would have been obtained had the allowance method been followed. During 2019, the Company had no accounts receivable write-offs. Contract retainage becomes due after the project is finished, the final inspection has been completed and the city has accepted the job as complete. The final inspection and acceptance generally occurs within 30-60 days after the completion of the project, and Management fully expects to collect all balances currently recorded in the retainage account as of December 31, 2019. Unbilled receivables comprise amounts due for completed contracts that have not yet been invoiced as of the reporting date. Unbilled receivables also include amounts billable on uncompleted time -and -material contracts that have not yet been invoiced as of the reporting date. Typically, unbilled receivables are invoiced within one to three months of the reporting date. Advertising: Advertising costs, which are principally included in operating expenses, are expensed as incurred. Warranty Costs: The Company warranties their installations for one or two years after the installation is complete for all construction and repairs performed. Warranty costs are expensed in the period in which they are incurred. Generally accepted accounting principles require an estimate of cost to be accrued upon completion of contract. However, the effect of the direct expense when incurred is not materially different and no estimate has been accrued. - 9 - NOTES TO COMBINED FINANCIAL STATEMENTS --Continued MCKEE UTILITY CONTRACTORS, INC. LGM TRUCKING, LLC, LGM BORING, LLC, AND MCKEE EQUIPMENT, LLC December 31, 2019 NOTE B--ACCOUNTS RECEIVABLE --CONSTRUCTION CONTRACTS Accounts receivable from construction contracts consist of the following: December 31, December 31, 2019 2018 Billed: Completed contracts $ 204,986 $ 387,933 Incomplete contracts 51590,175 41985,548 Unbilled 21848,178 - ,$8,643,339 55,373 481 NOTE C--RETAINAGE RECEIVABLE --CONSTRUCTION CONTRACTS Retainage receivable from construction contracts consists of the following: December 31, 2019 Retainage Billed: Completed contracts $ 348,870 Incomplete contracts 11405,625 Unbilled 67,827 $1,822,322 NOTE D--NOTE RECEIVABLE --RELATED PARTY December 31, 2018 $ 145,222 952,531 289,765 $1,387,518 The Company has a Note Receivable due from an employee. The note originated for the amount of $225,000 in July 2016 and was revised in 2018. The note is for a period of 10 years with annual payments bearing interest at 0.65%. The balance as of December 31, 2019 is $167,199. The remaining balance is for short term loans to employees. NOTE E--PROPERTY AND EQUIPMENT Property and equipment consists of the following: Description Land Building Automotive Furniture and fixtures Machinery and equipment Life Cost N/A $ 35,213 10-40 937,788 5 2,578,864 7 202,165 5-10 15,565,680 19,319 710 Accumulated Depreciation 49,522 11055,360 23,686 3,811 282 4 939 850 Net Book Value $ 35,213 8881266 1,523,504 178,479 11,754,398 14,379, 60 Depreciation expense for the year ended December 31, 2019 was $1,540,635. - 10 - NOTES TO COMBINED FINANCIAL STATEMENTS --Continued MCKEE UTILITY CONTRACTORS, INC. LGM TRUCKING, LLC, LGM BORING, LLC, AND MCKEE EQUIPMENT, LLC December 31, 2019 NOTE F--LONG-TERM DEBT Long-term debt consists of the following as of December 31, 2019: Note payable to Ford Credit, with interest at 5.99%, maturing in December 2021. Payments of $1,651 are due monthly. The note is secured by equipment. Note payable to Cat Financial, with interest at 4.95%, maturing in December, 2021. Payments of $12,858 are due monthly. The note is secured by equipment. Note payable to Cat Financial, with interest at 4.95%, maturing in December 2021. Payments of $1,977 are due monthly. The note is secured by equipment. Note payable to Ford Credit, with interest at 6.09%, maturing in December, 2021. Payments of $1,508 are due monthly. The note is secured by equipment. Note payable to Ford Credit, with interest at 6.09%, maturing in December, 2021. Payments $1,508 are due monthly. The note is secured by equipment. Note payable to Komatsu Financial, with interest at 0%, maturing in December, 2021. Payments of $8,100 are due monthly. The note is secured by equipment. Note payable to Komatsu Financial, with interest at 0%, maturing in December 2021. Payments of $5,306 are due monthly. The note is secured by equipment. Note payable to Ford Credit, with interest at 5.74%, maturing in January 2023. Payments of $973 are due monthly. The note is secured by equipment. Note payable to GM Financial, with interest at 6.79%, maturing in June 2023. Payments of $1,069 are due monthly. The note is secured by equipment. Note payable to Signature Financial, with interest at 5.35%, maturing in September 2023. Payments of $7,564 are due monthly. The note is secured by equipment. Note payable to Bancfirst, with interest at 3.75%, maturing in February 2022. Payments of $7,046 are due monthly. The note is secured by equipment. Note payable to Ford Credit, with interest at 4.99%, maturing in March, 2021. Payments of $903 are due monthly. This note is secured by equipment. Note payable to Ford Credit, with interest at at 4.99%, maturing in February, 2021. Payments of $930 are due monthly. The note is secured by equipment. Note payable to Ford Credit, with interest at 5.05$ maturing in February 2020. Payments of $891 are due monthly. This note is secured by equipment. $ 36,011 305,144 48,827 34,289 34,126 194,406 127,334 32,079 40,972 307,310 176,292 12,349 12,725 945 NOTES TO COMBINED FINANCIAL STATEMENTS --Continued MCKEE UTILITY CONTRACTORS, INC. LGM TRUCKING, LLC, LGM BORING, LLC, AND MCKEE EQUIPMENT, LLC December 31, 2019 NOTE F--LONG-TERM DEBT --Continued Note payable to Ford Credit, with interest at 5.0%, maturing in June, 2021. Payments of $971 are due monthly. The note is secured by equipment. 16,009 Note payable to Komatsu Financial, with interest at 0%, maturing in March, 2020. Payments of $3,300 are due monthly. The note is secured by equipment. 9,899 Note payable to Komatsu, with interest at 0%, maturing in March, 2021. Payments of $7,916 are due monthly. The note is secured by equipment. 118,747 Note payable to BaneFirst, with interest at 3.25%, maturing in August, 2020. Payments of $8,554 are due monthly. The note is secured by equipment. 67,615 Note payable to Ford Credit, with interest at 4.48%, maturing in September, 2022. Payments of $869 are due monthly. The note is secured by equipment. 19,560 Note payable to MCH, with interest at 4.99%, maturing in September, 2020. Payments of $1,419 are due monthly. The note is secured by equipment. 12,513 Note payable to Wells Fargo, with interest at 3.95%, maturing in February, 2021. Payments of $5,985 are due monthly. The note is secured by equipment 81,733 Note payable to Banefirst, with interest at 4.5%, maturing in January 2028. Payments of $2,588 are due monthly. The note is secured by real estate. 209r759 Note payable to John Deere Financial, with interest at 1.75%, maturing in February 2023. Payments of $8,691 are due monthly. The note is secured by equipment. 319,277 Note payable to Komatsu Financial, with interest at 0%, maturing in April 2023. Payments of $8,389 are due monthly. The note is secured by equipment. 327,154 Note payable to Komatsu Financial, with interest at 0%, maturing in April 2023. Payments of $5,375 are due monthly. This note is secured by equipment. 209,641 Note payable to BancFirst, with interest at 5.50%, maturing in August 2023. Payments of $1,610 are due monthly. The note -is secured by equipment. 62,613 Note payable to BancFirst, with interest at 5.50%, maturing in August 2023. Payments of $1,702 are due monthly. The note is secured by equipment. 66,208 Note payable to BancFirst, with interest at 5.50%, maturing in August 2023. Payments of $1,502 are due monthly. This note is secured by equipment. 57,195 Note payable to Komatsu Financial, with interest at 0%, maturing in September 2023. Payments of $9,013 are due monthly. The note is secured by equipment. 396,581 - 12 - NOTES TO COMBINED FINANCIAL STATEMENTS --Continued MCKEE UTILITY CONTRACTORS, INC. LGM TRUCKING, LLC, LGM BORING, LLC, AND MCKEE EQUIPMENT, LLC December 31, 2019 NOTE F--LONG-TERM DEBT --Continued Note payable to Ford Financial, with interest at 8.84%, maturing in April, 2019. Payments of $1,342 are due monthly. The note is secured by equipment. Note payable to Signature Financial, with interest 4.19%, maturing in September 2023. Payments of $5,642 are due monthly. This note is secured by equipment. Note payable to BancFirst, with interest at 4.19%, maturing in November 2024. Payments of $9,246 are due monthly. The note is secured by equipment. Note payable to Signature Financial, with interest 4.19%, maturing in December 2023. Payments of $14,509 are due monthly. The note is secured by equipment. Note payable to Signature Financial, with interest 3.98%, maturing in January 2025. Payments of $5,247 are due monthly. This note is secured by equipment. Note payable to Signature Financial, with interest 5.55%, maturing in February 2024. Payments of $8,722 are due monthly. The note is secured by equipment. Note payable to Signature Financial, with interest 5.24%, maturing in February 2024. Payments of $17,960 are due monthly. The note is secured by equipment. Note payable to BancFirst, with interest at 5.25%, maturing in February 2022. Payments of $1,801 are due monthly. This note is secured by equipment. Note payable to Signature Financial, with interest 4.15%, maturing in January 2025. Payments of $12,197 are due monthly. This note is secured by equipment. Less: Current portion Maturities of long-term debt are as follows: 2020 2021 2022 2023 2024 Thereafter - 13 - $2,066,710 11902,647 1,410,427 1,064,556 375,412 90,809 $6,910,561 at at at at at at 61,197 229,447 483,937 626,667 286,103 380,807 803,669 42,546 658,875 6_r9T6; 561 2,066 710 4 843 851 NOTES TO COMBINED FINANCIAL STATEMENTS --Continued MCKEE UTILITY CONTRACTORS, INC. LGM TRUCKING, LLC, LGM BORING, LLC, AND MCKEE EQUIPMENT, LLC December 31, 2019 NOTE G--ADOPTION OF ACCOUNTING PRINCIPLE Effective January 1, 2019, the Company adopted Financial Accounting Standard Board's ASU No. 2014-09, Revenue from Contracts with Customers (Topic 606) as amended. The new revenue recognition guidance requires the recognition of revenue when promised goods or services are transferred to customers in an amount that reflects the consideration to which an entity expects to be entitled in exchange for those goods or services. The Company adopted the requirements of the new revenue recognition guidance as of January 1, 2019, utilizing the full retrospective transition method. revenue recognition did not result in revenue recognition accounting policies. NOTE H--LINE OF CREDIT The adoption of the new guidance for any material changes to the previous The Companies have lines of credit with an Oklahoma bank whereby it may borrow up to $3,000,105 for the purpose of short-term financing of its operations. The agreements are renewable annually and secured by the assets of the Companies. Interest accrues at the Wall Street Journal prime rate plus 0.5% (5.25% as of December 31, 2019). The outstanding balance at December 31, 2019 was $1,500,000. NOTE I --CONTINGENT LIABILITIES The Company is a third party to legal actions that arose in the ordinary course of its business activities, the aggregate effect of which, in management's opinion, would not be material to the financial condition or results of operations of the Company. No liability has been accrued related to this litigation in these financial statements. NOTE J--CONCENTRATIONS OF CREDIT RISK The Company maintains its cash balances in deposit accounts at a single financial institution. At times, cash balances at this financial institution may exceed the Federal Deposit Insurance Corporation insurance limit of $250,000. The Company has not experienced any losses in these accounts, and believes it is not exposed to any significant credit risk on cash and cash equivalents. The Company's revenues and receivables are concentrated within the States of Oklahoma and Texas and are primarily due from municipalities that the Company performed work for as a general contractor. Therefore, the contract revenues and collectability are depended on the general economic conditions affecting this geographical region. As of December 31, 2019, the Company had two significant customers that accounted for 38% and 26% of total contract receivables. - 14 - NOTES TO COMBINED FINANCIAL STATEMENTS --Continued MCKEE UTILITY CONTRACTORS, INC. LGM TRUCKING, LLC, LGM BORING, LLC, AND MCKEE EQUIPMENT, LLC December 31, 2019 NOTE K--COSTS AND ESTIMATED EARNINGS ON UNCOMPLETED CONTRACTS December 31, 2019 Cost incurred on uncompleted contracts $32 579 983 Estimated earnings 61463,848 Less: Billings (37,482,845) $ 1,560,986 Included under the following captions: December 31, 2019 Cost and estimated earnings in excess of billings on uncompleted contracts $2,115,407 Billings in excess of costs and estimated earnings (554,421) $1,560,986 NOTE L--SUBSEQUENT EVENTS December 31, 2018 $12,888,984 1,612,705 (14,722,357) $ (220, 668) December 31, 2018 $ 372,721 (593,389) $(220,668) Management has evaluated subsequent events through April 21, 2020, which the financial statements were available to be issued. - 15 - the date COMBINED STATEMENT OF EARNINGS FROM CONTRACTS MCKEE UTILITY CONTRACTORS, INC., LGM TRUCKING, LLC, LGM BORING, LLC, AND MCKEE EQUIPMENT, LLC For Year Ending December 31, 2019 Contracts completed during the year Contracts in -progress at end of year Construction revenue Revenues Earned Cost of Revenues Earned Gross Profit $ 20,382,699 $ 17,495,722 $ 2,886,977 351180,203 29,180,678 $ 55,562,902 $ 46,676,400 See Independent Auditors' Report. - 16 - 51999,525 $ 8,886,502 COMBINED SCHEDULE OF CONTRACTS IN PROCESS KCEEE UTILITY CONTRACTORS, INC., Lai! TRUCEINO, LLC, LOM BORING, LLC, ANO MCNEE EQUIPMENT, LLC As of December 31, 2019 Contract Job Description Revenue Stillwater 18" NL - Master/Sangre Rot $ 4,537,081 Celina A 3,896,933 Celina B 3,590,937 Oklahoma City - 0829 6,444,739 Oklahoma City - 0051 4,394,247 Oklahoma City - 0862 0,930,962 Oklahoma City - 0951 4,184,704 Rowlett 3,712,509 Total $ 39,692,012 See Independent Auditors' Report, Contract Expense S 3,436,752 3,274,075 3,351,854 5,990,902 3,718,990 7,284,895 3,083,372 3,311,332 $ 33,452,172 Gross Profit $ 1,100,329 622,859 238,983 453,037 615,257 1,646,067 1,101,332 401,177 $ 6,239,840 As of December 31, 2018 Contract Contract arose Revenue Expense profit $ 4,494,980 $ 3,412,763 $ 1,082,225 5,504,637 5,011,932 572,705 3,905,930 3,437,168 468,770 1,102,849 1,002,404 101,444 4,176,264 3,053,999 1,122,265 44,630 39,184 5,454 $ 19,309,313 $ 15, 956, 450 $ 3,352,863 - 17 - For Year Ended December 31, 2019 Contract Contract Gress Revenue Expense Profit (Lose) 9 42,093 A 23,989 $ 18,104 3,896,933 3,274,075 622,050 3,590,037 3,351,054 238,983 860,102 970,970 (1181868) 409,309 281,822 206,407 7,028,114 6,203,491 1,544,623 0,440 29,373 (20,933) 3,667,071 3,272,149 395,723 $ 20,3B2, 699 $ 17,495,722 $ 2,806,977 NC.4L IRILRY C01t291.cTON, INO r Iasi tAOOptVr 1.I.C, tas2 , fur Ttm CI NasL zwly 300(PNTM. I.cC eA of 0sctoear Ill 2019 a W!•d 4tWaGd SalLL Ta [al Contract Contract Job 0ascriptian mwo„s Cast Plano tastsldo Pipo1W a Sr121,290 6 Stolotls6 Cha[atss Lalstlim - Sulu 111911,2t0 Sir1740511 w - 0104 1t525,000 1035151 wc - 0130 23t1930000 20t43>,79f 9113ays front Iawt 13,11I,117 is132s720 N=Llmtox 10239,I41 $r116,334 Puaaxillo I90979,196 I,3611903 Pwspor I,S10,262 1,915,s03 mniuran l,45e,0f1 I,1s1tsdo 01C - Mt 0,011,11) 6,151t161 xot•1 a IJ,310,1 AO a 1011104090 1ss letdspsn6ant ePOltars� mpo [t. LtWtq To tla to DaO�b•c 31 301/ To<LL es,nq estWtq wntsga toss mwmto cast Profit Cott to m:pUUd cto Profit To "to To onto m, CPloN P•t• p[ Ssu ISWA 0. mbar Jl. SOlf COMBINED ACCOUNTS RECEIVABLE AGING (UNAUDITED) MCKEE UTILITY CONTRACTORS, INC., LGM TRUCKING, LLC, LGM BORING, LLC, AND MCKEE EQUIPMENT, LLC As of December 31, 2019 Amarillo Celina A Celina B OKC - 0861 OKC - 0862 OKC - 0904 OKC - 0950 Plano Eastside Pipeline Prosper Robinson Water Line Rowlett Creek Tulsa Cherokee Waterline 1-30 Retainage Unbilled Total $ 175,592 $ 536,197 $ - $ 711,789 - 190,520 86,540 277,060 - 158,350 424,034 582,384 - - 511,600 511,600 - - 877,386 877,386 - 67,827 94B,618 1,016,445 343,842 18,097 - 361,939 727,248 129,203 - 856,451 611,709 414,058 - 1,025,767 - 69,191 - 69,191 204,985 - - 204,985 3,731,785 238,879 - 3,970,664 $ 5,795,161 $ 1,822,322 $ 2,848,178 $ 10,465,661 See Independent Auditors' Report. - 19 - COMBINED GENERAL AND ADMINISTRATIVE EXPENSES MCKEE UTILITY CONTRACTORS, INC., LGM TRUCKING, LLC, LGM BORING, LLC, AND MCKEE EQUIPMENT, LLC For the year ended December 31, 2019 Insurance Payroll expenses Payroll taxes Legal and professional Repairs and maintenance Parts and supplies Other expenses Rent expense Travel Telephone Utilities Charitable contributions Penalties Depreciation Office Bank charges Advertising Overhead allocated to cost of sales See Independent Auditors' Report. $ 511,357 11600,308 189,971 152,158 317,245 1,408,316 583,360 102,637 129,959 33,184 45,535 28,021 10,807 1,540,635 27,670 5,820 1,282 4,200,031) $ 2,4881234 - 20 - City of Lubbock, TX Insurance Requirement Affidavit To Be Completed by Offeror Must be submitted with Proposal I, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this proposal. -5./. 0WL Contractor (Original Signature) CONTRACTOR'S BUSINESS NAME: CONTRACTOR'S FIRM ADDRESS: ''t,tttfftf 8i/i Shane McKee <10tq i,� ®, �9 Contractor (Print) '�: PO,RqO �kL z _ MCKEE UTILITY CONTRACTORS, INC.y•••• �KLA1��P• n ♦ (Print or Type) 2319 W MAIN STREET PRAGUE, OK 74864 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 20-15230-TF Northwest Lubbock Drainage Improvements Project, Phase 3 2 Page Intentionally Left Blank Safety Record Questionnaire The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts. The definition and criteria for determining the safety record of a proposer for this consideration shall be: The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the proposer for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following four (4) questions and submit them with their proposals: QUESTION ONE Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO X If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. �? Offeror's Initials QUESTION TWO Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of enviromnental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO X If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. OUESTION THREE Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO X If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: 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: ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK .85 I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal to be rejected. CON F)yq Signature : ` -.• �pORgj 1� PRESIDENT Title �j • CLAN, City of Lubbock, TX RFP 20-15230-TF Suspension and Debarment Certification Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANYNAME: MCKEE UTILITY CONTRACTORS, INC. FEDERAL TAX ID or SOCIAL SECURITY No. 73-1443777 Signature of Company Official Printed name of company official signing above: Date Sianed: 5/8/2020 SHANE MCKEE - PRESIDENT City of Lubbock, TX House Bill 89 Verification RFP 20-15230-TF 1, SHANE MCKEE (Person name), the undersigned representative of (Company or Business Name) MCKEE UTILITY CONTRACTORS, INC. (hereafter referred to as company) being an adult over the age of eighteen (18) years of age, do hereby depose and verify under oath that the company named -above, under the provisions of Subtitle F, Title 10, Government Code Chapter 2270: 1. Does not boycott Israel currently; and 2. Will not boycott Israel during the term of the contract the above -named Company, business or individual with the City of Lubbock acting by and through City of Lubbock. Pursuant to Section 2270.001, Texas Government Code: 1. "Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli -controlled territory, but does not include an action made for ordinary business purposes; and 2. "Company" means a for profit sole proprietorship, organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, or any limited liability company, including a wholly owned subsidiary, majority -owned subsidiary, parent company or affiliate of those entities or business associations that exist to make a profit. 5/8/2020 65/2i� DATE SIGNATURE OF COMPANY REPRESENTATIVE PROPOSED LIST OF SUB -CONTRACTORS Minority Owned Company Name Location Services Provided Yes No 1, Spooner Construction Svc's Euless, TX Survey ❑ N 2. Barricades Unlimited Lubbock, TX Traffic Control ❑ x 3, Bore Company, LLC Dawsonville, GA Tunneling ❑ 4, WA Paving & Concrete Lubbock, TX Paving ❑ 5. PaveCon Lubbock, TX Paving ❑ 6. West Infrastructure Const Lubbock, TX Paving ❑ 7. Southwest Contracting Lubbock, TX Paving ❑ � g, Statewide Transportation Lubbock, TX Material Hauling ❑ 9, Crown Construction Fort Worth, TX Erosion Control ❑ 10. Mudco Lubbock, TX Material Hauling ❑ DO 12. ° ° 13. ° ° 14. ° ° 15. 16. THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: MCKEE UTILITY CONTRACTORS, INC. (PRINT NAME OF COMPANY) RFP 20-15230-TF Northwest Lubbock Drainage Improvements Project, Phase 3 Page 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 Page Intentionally Left Blank FINAL LIST OF SUB -CONTRACTORS Company Name 1. Barricades Unlimited 2. Bore Company, LLC 3. Crown Construction 4. Spooner & Associates 5. Mudco 6. West Infrastructure 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. Minority Owned Location Services Provided Yes No Lubbock, TX Traffic Control ❑ Dawsonville, GA Boring / Tunneling ❑ Fort Worth, TX Erosion Control ❑ Euless, TX Survey ❑ Lubbock, TX Material Hauling Lubbock, TX Concrete/Asphalt Paving ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ SUBMITTED BY: MCKEE UTILITY CONTRACTORS, 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 20-15230-TF Northwest Lubbock Drainage Improvements Project, Phase 3 Page Intentionally Left Blank PAYMENT BOND Page Intentionally Left Blank 1 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that McKee Utility Contractors, Inc. (hereinafter called the Principal(s), as Principal(s), and ___________________________________________________________________ ________________________________________________________________________________________________ (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Eight Million Sixty-Six Thousand Ninety-Seven Dollars ($8,066,097) 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 14th day of July, 2020, to RFP 20-15230-TF Northwest Lubbock Drainage Improvements Project, Phase 3 ________________________________________________________________________________________________ ________________________________________________________________________________________________ and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this ________ day of __________________ 2020. ________________________________ ________________________________ Surety (Company Name) *By:_____________________________ By:_____________________________ (Title) (Printed Name) ________________________________ (Signature) ________________________________ (Title) Page Intentionally Left Blank 2 The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates ____________________ 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. _____________________________ Surety * By: _________________________ (Title) Approved as to form: City of Lubbock By: ____________________________ City Attorney * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. Page Intentionally Left Blank PERFORMANCE BOND Page Intentionally Left Blank 1 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 McKee Utility Contractors, Inc. (hereinafter called the Principal(s), as Principal(s), and ___________________________________________________________________ ________________________________________________________________________________________________ (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Eight Million Sixty-Six Thousand Ninety-Seven Dollars ($8,066,097) 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 Obl igee, dated the 14th day of July, 2020, to RFP 20-15230-TF Northwest Lubbock Drainage Improvements Project, Phase 3 ________________________________________________________________________________________________ ________________________________________________________________________________________________ and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract docu ments, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this ___ day of ____________________, 2020. ____________________________ ________________________________ Surety (Company Name) * By: _______________________ By:_____________________________ (Title) (Printed Name) ________________________________ (Signature) ________________________________ (Title) Page Intentionally Left Blank 2 The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates ______________________________ 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. _______________________ Surety *By:____________________ (Title) Approved as to Form City of Lubbock By: ____________________ City Attorney * Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by -laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. Page Intentionally Left Blank CERTIFICATE OF INSURANCE Page Intentionally Left Blank CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE:_____________________ P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 TYPE OF PROJECT:_________________________ THIS IS TO CERTIFY THAT ___________________________________________ (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy not ed 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 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. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. C O N T R A C T O R C H E C K L I S T A CONTRACTOR SHALL: _____ (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; _____ (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; _____ (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; _____ (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; _____ (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; _____ (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; _____ (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR’S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to 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 cert ificate 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 Page Intentionally Left Blank Contract 15230 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 141h day of July, 2020 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 McKee Utility Contractors Inc. of the City of Prague, County of Lincoln and the State of Oklahoma 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 20-15230-TF Northwest Lubbock Drainage Improvements Project, Phase 3 and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. McKee Utility Contractors Inc.'s proposal dated May 8, 2020, 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: McKee Utility Contractors, Inc. By: PRINTE AME: I�Ier McKee TITLE: COMPLETE ADDRESS: McKee Utility Contractors, Inc. 2319 W. Main Street Prague, OK 74864 Ra'�Q yy4alG 1,'I�Qpaa ON rfl o° ATTEST: -� �'�``? CorporatALV— ret = �.• �W CITY OF LUB4K,S (OWNER): By:Daniel M. ATTE T: Rebecca , City Secretary APPR VED AS TO CONTENT: Josh istin k, P E., Assistant City Engineer/ Capita rojects Design Mike Keenum, P.E., Division Director of Engineering) City Engineer elli Leisure, Assistant City Attorney Page Intentionally Left Blank CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 FOR VENDOR DOING BUSINESS WITH LOCAL GOVERNMENTAL ENTITY This questionnaire reflects changes made to law by H.B. 23, 84th Leg., Regular Session Businesses and individuals doing business with the City need to file conflict of interest questionnaires with the Office of the City Secretary’s Office. Local government officers are also required to file when a conflict exists. 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 7th business day after the date the vendor becomes aware of the facts that require the statement to be filled. Chapter 176 of the Local Government Code requires the City Manager and Council Members to file a Conflicts Disclosure Statement regarding their relationships with City vendors (including bidders and potential vendors). The law also requires that any vendor who contracts, or seeks to contract, with the City for the sale o r 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 https://ci.lubbock.tx.us/departments/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 party is defined as a person who has a controlling interest in a business entity with whom a governmental entity or state agency contracts or who actively participates in facilitating the contract or negotiating the terms of the contract, including a broker, intermediary, adviser, or attorney for the business entity. Contractors are required to acquire Form 1295 via the Texas Ethics Commission website. This requires registration, generation of Form 1295 with a unique Certificate Number & filing date, printing the form, signing the form, and returning the form to City of Lubbock Purchasing & Contract Management Department. Once the form is received by the Purchasing and Contract Management Department, the Buyer associated with the project will log-in to the Texas Ethics Commission portal and acknowledge receipt of the form not later than the 30th day after the date the contract for which the form was filed binds all parties to the contract. This will complete the form for the contract with which the form is associated. The completed form will be made available via the Texas Ethics Commission website. Form 1295 can be generated via the Texas Ethics Commission web portal. The website and detailed instructions are located at: https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm PLEASE DO NOT COMPLETE FORM 1295 UNTIL YOU HAVE BEEN NOTIFIED OF CONTRACT AWARD AND REQUESTED TO ELECTRONICALLY FILE FORM 1295 WITH THE TEXAS ETHICS COMMISSION. GENERAL CONDITIONS OF THE AGREEMENT Page Intentionally Left Blank 1 GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co - partnership or corporation, to wit McKee Utility Contractors, Inc. who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative Josh Kristinek, P.E., Assistant City Engineer/Capital Projects & Design, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under th is agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes referred to herein as the “contract” or “contract documents”. 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. 2 8. CONTRACTOR’S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished ten copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner’s 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 contemp lated 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. 3 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 Own er’s Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident Project Representative, as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor’s agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner’s Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications 4 and/or amendments to the contract documents, shall be in writing, and executed by Owner’s Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any person or persons on the work, are, in Owner’s Representative’s sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner’s Representative, such person or persons shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of workers or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Contractor is responsible for construction quality control testing, cost, and reporting of the type and extent required by the contract documents. The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the co ntract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. 5 If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which f ails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes o r alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations in Paragraph 23. It is agreed that the Contractor shall perform all extra work under the observation of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or 6 Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent to the firm actually performing the work, and additional higher-tier markups limited to 5% to cover additional overhead and insurance costs; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work, as estimated by the Engineer and approved by the Owner.. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workers, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers’ Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work a fter 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 Repres entative 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 7 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. 8 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR’S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined Single Limit in the aggregate and $1,000,000 per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury w/Heavy Equipment XCU B. Owner's and Contractor's Protective Liability Insurance – NOT REQUIRED C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,000,000 Combined Single Limit per occurrence, to include all owned and non-owned cars including: Employers Non-ownership Liability Hired and Non-owned Vehicles. D. Builder’s Risk Insurance/Installation Floater Insurance – NOT REQUIRED E. Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The Contractor shall have Umbrella Liability Insurance in the amount of $4,000,000 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverage’s. F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $1,000,000 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC- 83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. 9 Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 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: 10 (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. G. 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: 11 (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the proposal specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of 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: 12 REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804-4000 (www.tdi.state.tx.us) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage;" and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: “By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers’ compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission’s Division of Self-Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions.”; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; 13 (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN, AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and Engineer and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mec hanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 2 7 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner and Engineer, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner’s Representative prior to offering. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner and Engineer and all of its officers, agents, and employees against any claims arising from the violatio n of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as provided in the contract 14 for changes in the work. In the absence of timely written notification to Owner’s Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the Notice to Proceed and contract documents, respectively, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $500 PER CONSECUTIVE CALENDAR DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. If the Contractor should neglect, fail, or refuse to Finally complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $250 PER CONSECUTIVE CALENDAR DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall fail to meet the time requirements stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 15 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work in such order of precedence, and in such manner as shall be most conductive to economy of construction. The Contractor shall ensure daily prosecution of the work is conducted every business day until completed, regardless if the work will be substantially or finally complete ahead of specified deadlines in the agreement, unless the City determines time off from said prosecution is necessary or reasonable and Contractor received said determination in writing from the City. Further, when the Owner is having other work done, either by contract or by its own force, the Owner's Representative (as distinguished from the Resident Project Representative) may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. Additionally, inclement weather shall be the only other reason consistent, daily prosecution of the work may not take place on those inclement weather days. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner’s Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner’s Representative to affirmatively grant the extension no later than within twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workers, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the 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 16 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 quantities32 note exceed 15% of the estimated quantity. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner and Engineer, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, aris ing from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner’s agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner’s Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. 17 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 be en 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 31st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any suc h 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: 18 (a) Defective work not remedied and/or work not performed, (b) Claims filed or reasonable evidence indicating possible filing of claims, (c) Damage to another contractor, (d) Notification to owner of failure to make payments to Subcontractors or Suppliers, (e) Failure to submit up-to-date record documents as required, (f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner, (g) Failure to provide Project photographs required by Specifications. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owne r, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner’s Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner’s Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner’s Representative, said objections shall be deemed denied. Any decision by the Owner’s Representative, or deemed denial by the Owner’s Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner’s agents and employees and Owner’s Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calenda r 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 an d equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of persons and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work an d charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be 19 deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner’s Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR’S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be 20 liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. All bonds shall be submitted on forms supplied by the Owner, and executed by a Surety Company listed on the State Treasury’s “Approved” list and authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor’s performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time chan ge 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 21 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 s uch overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 58. NON-ARBITRATION The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 59. CONTRACTOR ACKNOWLEDGES Contractor acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail. 22 The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. 60. HOUSE BILL 2015 House Bill 2015 signed by the Governor on June 14, 2013 and effective on January 1, 2014, authorizes a penalty to be imposed on a person who contracts for certain services with a governmental entity and who f ails 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). 61. HOUSE BILL 1295: DISCLOSURE OF INTERESTED PARTIES House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Instructions for completing Form 1295 are available at: https://ci.lubbock.tx.us/departments/purchasing/vendor-information 62. TEXAS GOVERNMENT CODE SECTION 2252.15 The Contractor (i) does not engage in business with Iran, Sudan or any foreign terror ist organization and (ii) it is not listed by the Texas Comptroller under Section 2252.153, Texas Government Code, as a company known to have contracts with or provide supplies or services to a foreign terrorist organization. As used in the immediately preceding sentence, “foreign terrorist organization” shall have the meaning given such term in Section 2252.151, Texas Government Code. 63. CHAPTER 2270 PROHIBITION ON CONTRACTS WITH COMPANIES BOYCOTTING ISRAEL Section 2270.002, Government Code, (a) This section applies only to a contract that: (1) Is between a governmental entity and a company with 10 or more full-time employees; and (2) has a value of $100,000 or more that is to be paid wholly or partly from public funds of the governmental entity. (b) A governmental entity may not enter into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 64. CONTRACTOR ACKNOWLEDGES Contractor Acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. 23 65. TEXAS PUBLIC INFORMATION ACT The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the contractor or vendor agrees that the contract can be terminated if the contractor or vendor knowingly or intentionally fails to comply with a requirement of that subchapter. To the extent Subchapter J, Chapter 552, Government Code applies to this agreement, Contractor agrees to: (1) preserve all contracting information related to the contact as provided by the records retention requirements applicable to the governmental body for the duration of the contract; (2) promptly provide to the governmental body any contracting information related to the contract that is in the custody or possession of the entity on request of the governmental body; and (3) on completion of the contract, either: (A) provide at no cost to the governmental body all contracting information related to the contract that is in the custody or possession of the entity; or (B) preserve the contracting information related to the contract as provided by the records retention requirements applicable to the governmental body. 66. HB 89 The Contractor warrants that it complies with Chapter 2270.001 of the Texas Government Code by verifying that: (1) The Contractor does not boycott Israel; and (2) The Contractor will not boycott Israel during the term of the Agreement. Pursuant to Section 2270.001, Texas Government Code: 1. “Boycott Israel” means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes; and 2. “Company” means a for-profit sole proprietorship, organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, or any limited liability company, including a wholly owned subsidiary, majority-owned subsidiary, parent company or affiliate of those entities or business associations that exist to make a profit. Page Intentionally Left Blank DAVIS-BACON WAGE DETERMINATIONS EXHIBIT A General Decision Number: TX20200002 01/03/2020 Superseded General Decision Number: TX20190002 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 $10.80 for calendar year 2020 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.80 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2020. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate, if it is higher than the conformed wage rate). The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis- Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/03/2020 * SUTX2011-002 08/02/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures)...$ 13.55 ELECTRICIAN......................$ 20.96 FORM BUILDER/FORM SETTER Paving & Curb...............$ 12.36 Structures..................$ 13.52 LABORER Asphalt Raker...............$ 12.28 Flagger.....................$ 9.30 Laborer, Common.............$ 10.30 Laborer, Utility............$ 11.80 Work Zone Barricade Servicer....................$ 10.30 POWER EQUIPMENT OPERATOR: Asphalt Distributer.........$ 14.87 Asphalt Paving Machine......$ 13.40 Broom and Sweeper...........$ 11.21 Crane, Lattice Boom 80 Tons or Less................$ 16.82 Crawler Tractor Operator....$ 13.96 Excavator, 50,000 lbs or less........................$ 13.46 Front End Loader Operator, Over 3 CY...................$ 12.77 Front End Loader, 3CY or less........................$ 12.28 Loader/Backhoe..............$ 14.18 Mechanic....................$ 20.14 Milling Machine.............$ 15.54 Motor Grader, Rough........$ 16.15 Motor Grader, Fine..........$ 17.49 Pavement Marking Machine....$ 16.42 Reclaimer/Pulverizer........$ 12.85 Roller, Asphalt.............$ 10.95 Roller, Other...............$ 10.36 Scraper.....................$ 10.61 Spreader Box................$ 12.60 Servicer.........................$ 13.98 Steel Worker (Reinforcing).......$ 13.50 TRUCK DRIVER Lowboy-Float................$ 14.46 Single Axle.................$ 12.74 Single or Tandem Axle Dump..$ 11.33 Tandem Axle Tractor with Semi........................$ 12.49 -------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================= Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). -------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of 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 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. -------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested 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 Page Intentionally Left Blank SEAL SHEET ______________________________________________ LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 – Seal Sheet Division: 01, 02, 03, 31, 32, 33 Division: 03 01/31/2020 02/11/202001/30/2020 TWDB-0551 Rev 03/18 Texas Water Development Board Supplemental Contract Conditions for the Clean Water State Revolving Fund (Non-Equivalency) For Construction Services for Projects Funded Through the CWSRF Non-Equivalency Program TWDB-0551 Rev 03/18 Page 2 of 43 Table of Contents I. INSTRUCTIONS TO APPLICANT .............................................................................................................5 1. Applicability ..............................................................................................................................................5 2. Application of Conditions ..........................................................................................................................5 3. Modifications to Provisions .......................................................................................................................5 4. Good Business Practices ............................................................................................................................5 5. Other Requirements ...................................................................................................................................6 6. Advertisements for Bids ............................................................................................................................6 7. Bid Proposal ...............................................................................................................................................7 8. Bidding Process .........................................................................................................................................8 9. Release of Funds ........................................................................................................................................8 II. INSTRUCTIONS TO BIDDERS ............................................................................................................... 10 1. Contingent Award of Contract ................................................................................................................ 10 2. Davis-Bacon Wage Rate Requirements .................................................................................................. 10 3. American Iron and Steel Requirements .................................................................................................. 10 4. Equal Employment Opportunity and Affirmative Action....................................................................... 10 5. Bid Guarantee ......................................................................................................................................... 11 6. Award of Contract to Nonresident Bidder .............................................................................................. 11 III. SUPPLEMENTAL CONTRACT CONDITIONS ................................................................................. 12 1. Supersession ........................................................................................................................................... 12 2. Privity of Contract .................................................................................................................................. 12 3. Definitions .............................................................................................................................................. 12 4. Laws to be Observed ............................................................................................................................... 12 5. Review by Owner and TWDB ................................................................................................................ 12 6. Performance and Payment Bonds ........................................................................................................... 12 7. Payment Schedule and Cost Breakdown ................................................................................................ 13 8. Workman’s Compensation Insurance Coverage (as applicable, consistent with Texas Labor Code § 406.096) .......................................................................................................................................................... 13 9. American Iron and Steel ......................................................................................................................... 14 10. Davis-Bacon Wage Rate Requirements .............................................................................................. 14 (a) Compliance Procedures .................................................................................................................. 14 (b) Subcontracts .................................................................................................................................... 16 TWDB-0551 Rev 03/18 Page 3 of 43 (c) Davis-Bacon General Wage Determinations .................................................................................. 16 Option 1 – Applies to Governmental Entities (such as Cities and Districts) .................................................. 17 Option 2 – Applies to Non-Governmental Entities (such as Water Supply Corporations and Private Companies) ..................................................................................................................................................... 27 11. Payments ............................................................................................................................................. 36 12. Equal employment opportunity and affirmative action ...................................................................... 37 13. Archeological Discoveries and Cultural Resources ............................................................................ 39 14. Endangered Species ............................................................................................................................ 40 15. Hazardous Materials ........................................................................................................................... 40 16. Changes ............................................................................................................................................... 40 17. Operation and Maintenance Manuals and Training ............................................................................ 41 18. As-Built Dimensions and Drawings ................................................................................................... 42 19. Close-Out Procedures ......................................................................................................................... 42 20. Additional Forms and Guidance: ........................................................................................................ 43 TWDB-0551 Rev 03/18 Page 4 of 43 Forms and Guidance: The Texas Water Development Board (TWDB) forms and guidance documents noted in this instruction document may be accessed through the TWDB Financial Assistance website at: http://www.twdb.texas.gov/financial/instructions/index.asp Search by either the document number or name. TWDB-0551 Rev 03/18 Page 5 of 43 I. INSTRUCTIONS TO APPLICANT 1. Applicability These Supplemental Conditions contain provisions that are worded to comply with certain statutes and regulations which specifically relate to Clean Water State Revolving Fund (CWSRF) Non-Equivalency projects. Provisions that are applicable to the project's dollar value of the contract are so noted within these provisions. Construction projects which are considered CWSRF Equivalency projects and Drinking Water State Revolving Fund projects do not use these conditions but instead use TWDB Supplemental Conditions TWDB-0550. Projects with State Loan funding use Supplemental Conditions TWDB-0552. 2. Application of Conditions The conditions and forms listed under Section II: Instructions to Bidders are to be included in the instructions to bidders for construction services. The provisions listed under Section III: Construction Contract Supplemental Conditions, shall be included, in their entirety, with the other general and special conditions that are typically included in the construction contract documents by the design engineer. 3. Modifications to Provisions These provisions shall be included as a stand-alone section in the contract documents. The Applicant may need to modify parts of these provisions to better fit the other provisions of the construction contract. The Applicant and the consulting engineer should carefully study these provisions before incorporating them into the construction contract documents. In particular, Water Districts and other types of districts should be aware of statutes relating to their creation and operation which may affect the application of these conditions. The Texas Water Development Board (TWDB) Project Engineer/Reviewer should be consulted if the Applicant thinks there is a need to modify parts of these provisions Supplemental Condition No. 13 (Archeological Discoveries and Cultural Resources) and Condition No. 14 (Endangered Species) may be superseded or modified by project specific conditions established during the environmental review process. These documents may confer certain duties and responsibilities on the consulting engineer that are beyond, or short of, what the Applicant intends to delegate. The Applicant should ensure that the contractual agreement with the engineer provides for the appropriate services. Otherwise the Applicant should revise the wording in these special conditions to agree with actually delegated functions. 4. Good Business Practices There are other contract provisions that the Applicant and consulting engineer need to include as a matter of good business practices. It is recommended that provisions addressing the following matters be included in the construction contract: (a) Specifying the time frame for accomplishing the Construction of the project, and the consequences of not completing on time, including liquidation damages. TWDB-0551 Rev 03/18 Page 6 of 43 (b) Specifying the type and dollar value of and documentation of insurance the Contractor is to carry. At a minimum the Contractor should carry worker’s compensation, liability and builder's risk insurance. (c) Identifying the responsibility of the Contractor - responsibility and warranty of work. (d) Price reductions for defective pricing of negotiated costs. (e) Differing site conditions - notice and claims regarding site conditions differing from indicated conditions. (f) Covenants against contingent fees – prohibit contingent fees for securing business. (g) Gratuities - prohibitions against offering and accepting gratuities. (h) Audit and access records. (i) Suspension of work - conditions under which the Applicant may suspend work. (j) Termination - conditions under which the Applicant may terminate. (k) Remedies - how disputes will be remedied. 5. Other Requirements There may be other local government requirements and applicable Federal and State statutes and regulations that are not accommodated by these conditions. It is the Applicant's responsibility to ensure that the project and all contract provisions are consistent with the relevant statutes and regulations. 6. Advertisements for Bids State procurement statutes require advertising a contract for bid for at least two (2) consecutive weeks. By not following this requirement, the project may need to be re-advertised. The official advertisement for bids that is published in newspapers should include certain information such as, but not limited to, the following: (a) A clear description of what is being procured. (b) How to obtain plans and specifications (P&S), necessary forms, and information. (c) The date and time by which bids are to be submitted (deadline). (d) The address where bids are to be provided. (e) This contract is contingent upon release of funds from the TWDB. (f) Any contract or contracts awarded under this Invitation for Bids are expected to be funded in part by financial assistance from the TWDB. Neither the U.S. Environmental Protection Agency (EPA) or the State of Texas, nor any of its departments, agencies, or employees are or will be a party to this Invitation for Bids or any resulting contract. (g) For CWSRF, include - Any contract(s) awarded under this Invitation for Bids is/are subject to the American Iron and Steel (AIS) requirements of Section 608 of the Federal Water Pollution Control Act. (h) Equal Opportunity in Employment - All qualified applicants will receive consideration for employment without regard to race, color, religion, sex (including pregnancy), sexual orientation, gender identity, national origin, age (40 or older), disability or genetic information. Bidders on this work will be required to comply with the Department of Labor regulations at 41 CFR Part 60-4, relating to Construction Contractors-- Affirmative Action Requirements, which include the President's Executive Order No. 11246, as amended by Executive Order 11375 and TWDB-0551 Rev 03/18 Page 7 of 43 Executive Order No. 13672, in the award and administration of contracts awarded under TWDB financial assistance agreements. Failure by the Contractor to carry out these requirements is a material breach, which may result in the termination of the awarded financial assistance. (i) Acknowledgement of any special requirements such as mandatory pre-bid conference. (j) Affirmative Action requirements. (k) Right to reject any and all bids. (l) Davis-Bacon prevailing wage requirements apply to the construction, alteration or repair of treatment works carried out, in whole or in part, with assistance made available by the Clean Water State Revolving Fund (CWSRF). (m) The Davis-Bacon prevailing wage requirements apply to Contractors and Subcontractors performing on federally funded or assisted contracts in excess of $2,000 for the construction, alteration or repair (including painting) of a treatment works project under the CWSRF. (n) For prime contracts in excess of $100,000, Contractors and Subcontractors must also, under the provisions of the Contract Work Hours and Safety Standards Act, as amended, pay laborers and mechanics, including guards and watchmen, at least one and one-half times their regular rate of pay for all hours worked over 40 in a workweek. The Fair Labor Standards Act may also apply to Davis-Bacon covered contracts. (o) Any contracts or subcontracts in excess of $2,000 must include the provisions of the Davis-Bacon Wage Rate Requirements found in TWDB Guidance No. DB-0156. (p) Wage Determinations - U.S. Department of Labor (DOL) wage determination must be included in the bidding and contract documents. DOL wage determinations may be obtained online at http://www.wdol.gov/. Once it is determined that Davis-Bacon wage rates will apply to a construction contract, the Applicant must state in the solicitation that Davis-Bacon prevailing wage rates are applicable and bid packages must include the current Davis-Bacon general wage determination for the area where construction will occur. While the solicitation remains open, the Applicant must monitor www.wdol.gov on a weekly basis to ensure that the wage determination contained in the solicitation remains current. The Applicant must amend the solicitation if the DOL issues a modification more than 10 days prior to the closing date (i.e. bid opening) for the solicitation. If DOL modifies or supersedes the applicable wage determination less than 10 days prior to the closing date, the Applicant may request a finding from TWDB that there is not reasonable time to notify interested Contractors of the modification of the wage determination. (q) For additional information on Davis-Bacon Wage Rate Requirements and its applicability to this contract, please consult TWDB Guidance No. DB-0156. 7. Bid Proposal The Bid proposal form should account for the following: (a) If a lump sum bid, include a list of the materials used and associated costs. (b) Distinguish Eligible and Ineligible items. (c) Accommodate Trench Safety requirements with separate per unit pay item for trench excavation safety protection Health and Safety Code Chapter 756, Subchapter C. (d) Include space for the Contractor to acknowledge receipt of each Addendum issued during the bidding process. TWDB-0551 Rev 03/18 Page 8 of 43 8. Bidding Process The Plans and Specifications, P&S, should include an explanation of how the bids will be processed. The explanation should include the following components: (a) Whether a Pre-bid Conference will be held, whether it is optional or mandatory, where and when it will be held. (b) Specify the criteria and process for determining responsiveness and responsibility of the bidder. (c) Specify the method of determining the successful bidder and award (e.g., award to the lowest responsive, responsible bidder, accounting for any multiple parts to bids), and accounting for non- resident bidder reciprocity requirements (d) Allow for withdrawal of a bid due to a material mistake. (e) Identify the time frame that the bids may be held by the Applicant before awarding a contract (i.e., typically for 60 or 90 days). (f) Acknowledge right of the Applicant to reject any and all bids. 9. Release of Funds Prior to the TWDB approval to issue a notice to proceed (NTP) and subsequent release of funds for construction (according to program specific requirements), the Applicant and its consultant shall provide the following bid documents: a) Submittal of Bid Documents to TWDB Project Engineer/Reviewer to allow contingent award of contract: Advertisement and Affidavit of advertisement, Bid tabulation, All Addenda submitted and approved for the contract, Bid proposal of apparent low bidder (or chosen bidder with explanation) with bid bond, Site Certificate (ED-101), Consulting engineer’s recommendation to award letter, A description of any bidding irregularities, Construction inspection proposal, Vendor compliance with Reciprocity of Non-Resident Bidder Form (TWDB-0459), Bidder’s Certifications Form (WRD-255). b) Following contingent award of the contract, TWDB Project Engineer/Reviewer should receive a bound copy of the executed contract documents (including specifications). This document should include: Executed agreement, Contractor’s Act of Assurance (TWDB Form ED -103), Contractor’s Act of Assurance Resolution (TWDB Form ED-104), Payment and Performance Bonds (must be executed on or after the date of the agreement), Contractor’s Certificate of Insurance, Sufficiency of funds letter. After reviewing and approving the executed bid documents, the TWDB will issue an authorization for the Applicant to issue a notice to proceed. At this time, TWDB staff can begin releasing construction funds in accordance with program requirements. TWDB-0551 Rev 03/18 Page 9 of 43 Once construction begins, the Applicant must submit monthly, with each Outlay Request, the following documents: - DB-0154 - Monthly Davis Bacon Wage Rate Certificate of Compliance. - TWDB-1106-A – Monthly American Iron and Steel Certificate. Failure to provide these certificates will result in denial of release of funds. For any questions and proposed modifications to these conditions, contact your TWDB Project Engineer/Reviewer. TWDB-0551 Rev 03/18 Page 10 of 43 II. INSTRUCTIONS TO BIDDERS The language and conditions listed in this section shall be included in the “Instructions to Bidders” section of the construction contract documents. 1. Contingent Award of Contract This contract is contingent upon release of funds from the Texas Water Development Board (TWDB). Any contract(s) awarded under this Invitation for Bids is/are expected to be funded in part by a loan or loan with principal forgiveness from the TWDB and a grant from the United States Environmental Protection Agency, U.S. EPA. Neither the State of Texas, the U.S. EPA, nor any of its departments, agencies, or employees, are or will be a party to this Invitation for Bids or any resulting contract. 2. Davis-Bacon Wage Rate Requirements (a) Davis-Bacon prevailing wage requirements apply to the construction, alteration or repair of treatment works carried out, in whole or in part, with assistance made available by the Clean Water State Revolving Fund (CWSRF). (b) The Davis-Bacon prevailing wage requirements apply to Contractors and Subcontractors performing on federally funded or assisted contracts in excess of $2,000 for the construction, alteration or repair (including painting) of a treatment works project under the CWSRF. (c) For prime contracts in excess of $100,000, Contractors and Subcontractors must also, under the provisions of the Contract Work Hours and Safety Standards Act, as amended, pay laborers and mechanics, including guards and watchmen, at least one and one-half times their regular rate of pay for all hours worked over 40 in a workweek. The Fair Labor Standards Act may also apply to Davis-Bacon covered contracts. (d) Any contracts in excess of $2,000 must include the provisions of the Davis-Bacon Wage Rate Requirements. If the Owner (sub-recipient) is a governmental entity such as a city or district, it must insert in full the contract clauses found in TWDB Guidance DB-0156, Appendix 1: Section 3, Section 4 if the contract exceeds $100,000, and Section 5. If the Owner (sub-recipient) is a non-governmental entity such as a water supply corporation or a private company, it must insert in full the contract clauses found in TWDB Guidance DB-0156: Appendix 2, Section 3, Section 4 if the contract exceeds $100,000, and Section 5. The Owner (sub-recipient) must ensure all prime contracts require the same full text in any subcontracts. See TWDB Guidance DB-0156 for the text of the contract language that must be included. Additional information on Davis-Bacon Wage Rate Requirements and its applicability to this contract can be found in TWDB Guidance DB-0156. 3. American Iron and Steel Requirements Any contract(s) awarded under this Invitation for Bids is/are subject to the American Iron and Steel (AIS) requirements of 33 U.S.C §1388. The Contractor must complete the statement of understanding regarding this requirement, found in Supplemental Contract Conditions, Item No. 9. 4. Equal Employment Opportunity and Affirmative Action All qualified applicants will receive consideration for employment without regard to race, color, religion, sex (including pregnancy), sexual orientation, gender identity, national origin, TWDB-0551 Rev 03/18 Page 11 of 43 age (40 or older), disability or genetic information. Bidders on this work will be required to comply with the Department of Labor regulations at 41 CFR Part 60-4, relating to Construction Contractors-- Affirmative Action Requirements, which include the President's Executive Order No. 11246, as amended by Executive Order 11375 and Executive Order No. 13672, in the award and administration of contracts awarded under TWDB financial assistance agreements. Failure by the Contractor to carry out these requirements is a material breach, which may result in the termination of the awarded financial assistance. 5. Bid Guarantee Each bidder shall furnish a bid guarantee equivalent to five percent of the bid price (Water Code 17.183). If a bid bond is provided, the Contractor shall utilize a surety company which is authorized to do business in Texas in accordance with Surety Bonds and Related Instruments, Chapter 3503 of the Insurance Code. 6. Award of Contract to Nonresident Bidder A governmental entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lowest bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. A nonresident bidder is a Contractor whose corporate offices or principal place of business is outside of the state of Texas (Source: Texas Government Code, Chapter 2252, Subchapter A, Nonresident Bidders, § 2252.002). The bidder will complete form TWDB-0459, Vender Compliance with Reciprocity on Nonresident Bidders, which must be submitted with the bid. Forms to be submitted with Bid: • WRD-255, Bidder's Certifications regarding Equal Employment Opportunity and Non-Segregated Facilities • TWDB-0459, Vendor Compliance with Reciprocity on Non-Resident Bidder. TWDB-0551 Rev 03/18 Page 12 of 43 III. SUPPLEMENTAL CONTRACT CONDITIONS 1. Supersession The Owner and the Contractor agree that the Texas Water Development Board (TWDB) Supplemental Conditions apply to that work eligible for TWDB assistance to be performed under this contract and these clauses supersede any conflicting provisions of this contract. 2. Privity of Contract Funding for this project is expected to be provided in part by the TWDB. Neither the State of Texas, nor any of its departments, agencies or employees is, or will be, a party to this contract or any lower tier contract. This contract is subject to applicable provisions 31 TAC Chapters 358, 363 and 375 in effect on the date of the assistance award for this project. 3. Definitions (a) The term “Owner” means the local entity contracting for the construction services. (b) The term "TWDB" means the Executive Administrator of the Texas Water Development Board, or other person who may be at the time acting in the capacity or authorized to perform the functions of such Executive Administrator, or the authorized representative thereof. (c) The term “Engineer” means the engineer the Owner has authorized to work on the project. 4. Laws to be Observed In the execution of the Contract, the Contractor must comply with all applicable Local, State and Federal laws, including but not limited to laws concerned with labor, safety, minimum wages, and the environment. The Contractor shall make himself familiar with and at all times shall observe and comply with all Federal, State, and Local laws, ordinances and regulations which in any manner affect the conduct of the work, and shall indemnify and save harmless the Owner, TWDB, and their representatives against any claim arising from violation of any such law, ordinance or regulation by the Contractor, their Subcontractor or their employees. 5. Review by Owner and TWDB (a) The Owner, authorized representatives and agents of the Owner, and TWDB shall, at all times have access to and be permitted to observe and review all work, materials, equipment, payrolls, personnel records, employment conditions, material invoices, and other relevant data and records pertaining to this Contract, provided, however that all instructions and approval with respect to the work will be given to the Contractor only by the Owner through authorized representatives or agents. (b) Any such inspection or review by the TWDB shall not subject the State of Texas, or its representatives, to any action for damages. 6. Performance and Payment Bonds Each Contractor awarded a construction contract must furnish performance and payment bonds: TWDB-0551 Rev 03/18 Page 13 of 43 (a) The performance bond shall include without limitation guarantees that work done under the contract will be completed and performed according to approved plans and specifications and in accordance with sound construction principles and practices. (b) The performance and payment bonds shall be in a penal sum of not less than 100 percent of the contract price and remain in effect for one year beyond the date of approval by the Engineer of the political subdivision. (c) The Contractor shall utilize a surety company which is authorized to do business in Texas in accordance with Surety Bonds and Related Instruments, Chapter 3503 of the Insurance Code. 7. Payment Schedule and Cost Breakdown (a) The Contractor shall submit for approval immediately after execution of the Agreement, a carefully prepared Progress Schedule, showing the proposed dates of starting and completing each of the various sections of the work, the anticipated monthly payments to become due to the Contractor, and the accumulated percent of progress each month. (b) The following paragraph applies only to contracts awarded on a lump sum contract price: i. COST BREAKDOWN - The Contractor shall submit to the Owner a detailed breakdown of the estimated cost of all work to be accomplished under the contract, arranged and itemized as to meet the approval of the Owner or funding agencies. This breakdown shall be submitted promptly after execution of the agreement and before any payment is made to the Contractor for the work performed under the contract. After approval by the Owner the unit prices established in the breakdown shall be used in estimating the amount of partial payments to be made to the Contractor. 8. Workman’s Compensation Insurance Coverage (as applicable, consistent with Texas Labor Code § 406.096) (a) The Contractor shall certify in writing that the Contractor provides workers' compensation insurance coverage for each employee of the Contractor employed on the public project. (b) Each Subcontractor on the public project shall provide such a certificate relating to coverage of the Subcontractor's employees to the general Contractor, who shall provide the Subcontractor's certificate to the governmental entity. (c) A Contractor who has a contract that requires workers' compensation insurance coverage may provide the coverage through a group plan or other method satisfactory to the governing body of the governmental entity. (d) The employment of a maintenance employee by an employer who is not engaging in building or construction as the employer's primary business does not constitute engaging in building or construction. i. "Building or construction" includes: • erecting or preparing to erect a structure, including a building, bridge, roadway, public utility facility, or related appurtenance • remodeling, extending, repairing, or demolishing a structure • otherwise improving real property or an appurtenance to real property through similar activities TWDB-0551 Rev 03/18 Page 14 of 43 ii. "Governmental entity" means this state or a political subdivision of this state. The term includes a municipality. 9. American Iron and Steel The following statement must be completed by the Contractor and made a part of the agreement between the Owner and the Contractor: The Contractor acknowledges to and for the benefit of the Owner (“Purchaser”) and the Texas Water Development Board (TWDB) that it understands the goods and services under this Agreement are being funded with monies made available by the Clean Water State Revolving Fund that have statutory requirements commonly known as “American Iron and Steel” that requires all of the iron and steel products used in the project to be produced in the United States (“American Iron and Steel Requirement”) including iron and steel products provided by the Contactor pursuant to this Agreement. The Contractor hereby represents and warrants to and for the benefit of the Owner and the TWDB that (a) the Contractor has reviewed and understands the American Iron and Steel Requirement, (b) all of the iron and steel products used in the project will be and/or have been produced in the United States in a manner that complies with the American Iron and Steel Requirement, unless a waiver of the requirement is approved, and (c) the Contractor will provide any further verified information, certification or assurance of compliance with this paragraph, or information necessary to support a waiver of the American Iron and Steel Requirement, as may be requested by the Owner or the TWDB. Notwithstanding any other provision of this Agreement, any failure to comply with this paragraph by the Contractor shall permit the Owner to enforce this Agreement and recover as damages against the Contractor any loss, expense, or cost (including without limitation attorney’s fees) incurred by the Owner resulting from any such failure (including without limitation any impairment or loss of funding, whether in whole or in part, from the TWDB or any damages owed to the TWDB by the Owner). While the Contractor has no direct contractual privity with the TWDB, as a lender to the Owner for the funding of its project, the Owner and the Contractor agree that the TWDB is a third-party beneficiary and neither this paragraph (nor any other provision of this Agreement necessary to give this paragraph force or effect) shall be amended or waived without the prior written consent of the TWDB. Additional information on the American Iron and Steel (AIS ) requirement and its applicability to this contract can be found in the TWDB-1106 guidance. It is recommended the Owner receive and maintain files documenting the Contractor’s use of AIS. Monthly compliance with the AIS will be verified by the Owner through the submittal of the TWDB form TWDB-1106-A. 10. Davis-Bacon Wage Rate Requirements (a) Compliance Procedures In order to be held in compliance and satisfy this federal requirement, the following must be fulfilled: i.Wage Determinations - U.S. Department of Labor (DOL) wage determination must be included in the bidding and contract documents. DOL wage determinations may be obtained online at http://www.wdol.gov/. Once it is determined that Davis-Bacon TWDB-0551 Rev 03/18 Page 15 of 43 wage rates will apply to a construction contract, the Owner must state in the solicitation that Davis-Bacon prevailing wage rates are applicable and bid packages must include the current Davis-Bacon general wage determination for the area where construction will occur. While the solicitation remains open, the Owner must monitor www.wdol.gov on a weekly basis to ensure that the wage determination contained in the solicitation remains current. The Owner must amend the solicitation if the DOL issues a modification more than 10 days prior to the closing date (i.e. bid opening) for the solicitation. If DOL modifies or supersedes the applicable wage determination less than 10 days prior to the closing date, the Owner may request a finding from the TWDB that there is not a reasonable time to notify interested Contractors of the modification of the wage determination. ii.Insert wage rate requirements in full for all contracts and subcontracts in excess of $2,000 - If the Owner is a governmental entity such as a city or district, it must insert in full the contract clauses shown below as Option 1: Section 3, Section 4 if the contract exceeds $100,000, and Section 5. If the Owner is a non-governmental entity such as a water supply corporation or a private company, it must insert in full the contract clauses shown below as Option 2: Section 3, Section 4 if the contract exceeds $100,000, and Section 5. The Owner must ensure all prime contracts require the same full text in any subcontracts. iii.Monthly Certification – The Owner must complete and submit monthly a Davis Bacon Wage Rate Certificate of Compliance once construction has begun. (Use Monthly Davis Bacon Wage Rate Certificate of Compliance Submittal by Owner (Sub-recipient) DB-0154). iv.Contractor Payroll Requirements - The Contractor is required to pay the prevailing wage rates on a weekly basis to laborers and mechanics in accordance with the requirements of 29 CFR 5.5, which are incorporated into the actual construction contract. Contractors/ Subcontractors must furnish weekly a statement with respect to the wages paid to each employee during the preceding week. They may use the Department of Labor (DOL) Payroll Form WH-347 and weekly Statement of Compliance on the reverse, or their own payroll form with all of the same data elements as the DOL Payroll Form WH-347, and the TWDB’s form, Statement of Compliance Certification by Contractor for SRF, DB-0155. The DOL Payroll Form WH-347 can be found under the forms section of this document or at the following link: http://www.dol.gov/whd/programs/dbra/wh347.htm. v.Interviews - The Owner must periodically interview a sufficient number of employees entitled to the Davis-Bacon prevailing wages to verify that Contractors or Subcontractors are paying the appropriate wage rates. All interviews must be conducted in confidence. The Owner must use Standard Form 1445 (SF 1445) found in the forms section of TWDB guidance document TWDB-0156 or equivalent documentation to memorialize the interviews. The Owner must establish and follow an interview schedule based on its assessment of the risks of noncompliance with Davis- Bacon posed by Contractors or Subcontractors and the duration of the contract or subcontract. The Owner must conduct more frequent interviews if the initial interviews TWDB-0551 Rev 03/18 Page 16 of 43 or other information indicated that there is a risk that the Contractor or Subcontractor is not complying with Davis-Bacon. The Owner must immediately conduct interviews in response to an alleged violation of the prevailing wage requirements. vi.Payroll Records - Certified payroll records are required to be retained by the Owner and Contractor for three years after completion of the construction project. The Owner must periodically conduct spot checks of a representative sample of weekly payroll data to verify that Contractors or Subcontractors are paying the appropriate wage rates. vii.Wage Rate Poster – The Contractor must post the required Poster (WH-1321) and applicable wage rates at the construction site. The wage rate poster may be found at under the forms section of TWDB Guidance DB-0156 or at http://www.dol.gov/whd/programs/dbra/wh1321.htm. viii.Report Violations – The Owner must immediately report violations of the Davis- Bacon prevailing wage requirements to the EPA Davis-Bacon Coordinator listed in the assistance agreement and to the appropriate DOL WHD Office listed at http://www.dol.gov/dol/contact/index.htm. (b) Subcontracts The Contractor will insert in full the required wage rate requirement in any subcontract in excess of $2,000 as specified in (a)(ii) of this section. (c) Davis-Bacon General Wage Determinations A "wage determination" is the listing of wage and fringe benefit for each classification of laborers and mechanics which the Administrator of the Wage and Hour Division of the U.S. DOL has determined to be prevailing in a given area for a particular type of construction. The Davis-Bacon Wage Determinations are classified by the nature of the construction projects performed, specifically listed as "schedules": residential, building, highway, and heavy construction. A brief outline of the definitions for each schedule is listed below. i. Construction Type: Heavy determination This determination includes those projects that are not properly classified as either "building," "highway," or "residential." Unlike these classifications, heavy construction is not a homogenous classification. Because of this catch-all nature, projects within the heavy classification may sometimes be distinguished on the basis of their particular project characteristics, and separate schedules may be issued for dredging projects, water and sewer line projects, dams, major bridges, and flood control projects. ii. Construction Type: Highway determination This determination includes construction, alteration or repair of roads, streets, highways, runways, taxiways, alleys, trails, paths, parking areas, and other similar projects not incidental to building or heavy construction. iii. Construction Type: Building determination This determination includes construction of sheltered enclosures with walk-in access for the purpose of housing persons, machinery, equipment or supplies; all construction of such structures; the installation of utilities and of equipment, both above and below grade TWDB-0551 Rev 03/18 Page 17 of 43 levels; as well as incidental grading, utilities and paving. Such structures need not be "habitable" to be building construction. Also, the installation of heavy machinery and/or equipment does not generally change the project's character as a building. iv. Construction Type: Residential This determination includes the construction, alteration or repair of single-family houses, apartment buildings of no more than four stories in height. This includes all incidental items such as site work, parking areas, utilities, streets, and sidewalks. The Owner should review their Contractor’s wage decisions and confirm they provide an adequate classification of the labor required for the specific construction contract. Most CWSRF projects will fall under the “Heavy” construction type, but Owners should ask their consulting Engineers if unsure. Some contracts or projects may require more than one general schedule to be included depending on the nature and extent of the work (i.e. a building is constructed in a water treatment facility). This is described in more detail in DOL’s All Agency Memorandum 130 with Addendum 131. See the DOL’s website http://www.dol.gov/whd/programs/dbra/memorand.htm. In such cases, the TWDB would designate the work to which each wage determination or part thereof applies per Federal Acquisition Regulations (FAR) 22.404-2 thru 404-3 https://www.acquisition.gov/far/current/html/Subpart%2022_4.html%20-%20wp1102017. Should overlaps occur in the wage classification schedules for the contract(s), the Owner may consider adopting the higher rate classification. In all cases, the Owner is responsible to insure an adequate classification is provided to insure compliance with the law. Where a Contractor alerts the Owner that the classification is inadequate, the Owner should work with the Contractor and the DOL to address any valid concerns. All questions regarding Davis-Bacon guidance can be directed to: U.S. Department of Labor Wage and Hour Division1-866-4USWAGE (1-866-487-9243), TTY: 1-877-889-5627, Monday-Friday 8 a.m. to 8 p.m. Eastern Time. If you require further information about Davis-Bacon and how to apply it to your project, please contact the Texas Water Development Board Project Team Manager for your region or Clay Schultz, Director, Regional Water Project Development, (512) 463-6277. The Owner and Contractor may obtain additional information on the Davis-Bacon Wage Rates requirements in the TWDB’s Guidance DB-0156 – “Guidance on Davis-Bacon Wage Rate Requirements”. Option 1 – Applies to Governmental Entities (such as Cities and Districts) 1. Applicability of the Davis-Bacon (DB) prevailing wage requirements. DB prevailing wage requirements apply to the construction, alteration, and repair of treatment works carried out in whole or in part with assistance made available by the Clean Water State Revolving Fund. If an Owner encounters a unique situation at a site that presents uncertainties regarding DB applicability, the Owner must discuss the situation with the TWDB before authorizing work on that site. TWDB-0551 Rev 03/18 Page 18 of 43 2. Obtaining Wage Determinations. (a) Owners shall obtain the wage determination for the locality in which a covered activity subject to DB will take place prior to issuing requests for bids, proposals, quotes or other methods for soliciting contracts (solicitation) for activities subject to DB. These wage determinations shall be incorporated into solicitations and any subsequent contracts. Prime contracts must contain a provision requiring that Subcontractors follow the wage determination incorporated into the prime contract. i. While the solicitation remains open, the Owner shall monitor www.wdol.gov weekly to ensure that the wage determination contained in the solicitation remains current. The recipients shall amend the solicitation if DOL issues a modification more than 10 days prior to the closing date (i.e. bid opening) for the solicitation. If DOL modifies or supersedes the applicable wage determination less than 10 days prior to the closing date, the Owners may request a finding from the TWDB that there is not a reasonable time to notify interested Contractors of the modification of the wage determination. The TWDB will provide a report of its findings to the Owner. ii. If the Owner does not award the contract within 90 days of the closure of the solicitation, any modifications or supersedes DOL makes to the wage determination contained in the solicitation shall be effective unless the TWDB, at the request of the Owner, obtains an extension of the 90 day period from DOL pursuant to 29 CFR 1.6(c)(3)(iv). The Owner shall monitor www.wdol.gov on a weekly basis if it does not award the contract within 90 days of closure of the solicitation to ensure that wage determinations contained in the solicitation remain current. (b) If the Owner carries out activity subject to DB by issuing a task order, work assignment or similar instrument to an existing Contractor (ordering instrument) rather than by publishing a solicitation, the Owner shall insert the appropriate DOL wage determination from www.wdol.gov into the ordering instrument. (c) Owners shall review all subcontracts subject to DB entered into by prime Contractors to verify that the prime Contractor has required its Subcontractors to include the applicable wage determinations. (d) As provided in 29 CFR 1.6(f), DOL may issue a revised wage determination applicable to an Owner’s contract after the award of a contract or the issuance of an ordering instrument if DOL determines that the Owner has failed to incorporate a wage determination or has used a wage determination that clearly does not apply to the contract or ordering instrument. If this occurs, the Owner shall either terminate the contract or ordering instrument and issue a revised solicitation or ordering instrument or incorporate DOL’s wage determination retroactive to the beginning of the contract or ordering instrument by change order. The Owner’s Contractor must be compensated for any increases in wages resulting from the use of DOL’s revised wage determination. TWDB-0551 Rev 03/18 Page 19 of 43 3. Contract and Subcontract provisions. (a) The Owner(s) shall insert in full in any contract in excess of $2,000 which is entered into for the actual construction, alteration and/or repair, including painting and decorating, of a treatment work under the CWSRF financed in whole or in part from Federal funds or in accordance with guarantees of a Federal agency or financed from funds obtained by pledge of any contract of a Federal agency to make a loan, grant or annual contribution (except where a different meaning is expressly indicated), and which is subject to the labor standards provisions of any of the acts listed in 29 CFR 5.1, the Water Resources Reform and Development Act of 2014 for a CWSRF-funded project, the following clauses: (1) Minimum wages. (i) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the Contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (a)(1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph (a)(1)(ii) of this section) and the Davis- Bacon poster (WH-1321) shall be posted at all times by the Contractor and its Subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. Owners may obtain wage determinations from the U.S. Department of Labor’s web site, www.dol.gov. (ii)(A) The Owner(s), on behalf of EPA, shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The TWDB shall approve a request for an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: TWDB-0551 Rev 03/18 Page 20 of 43 (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) If the Contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the Owner(s) agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), documentation of the action taken and the request, including the local wage determination shall be sent by the Owner (s) to the TWDB. The TWDB will transmit the request, to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210 and to the EPA DB Regional Coordinator concurrently. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification request within 30 days of receipt and so advise the TWDB or will notify the TWDB within the 30-day period that additional time is necessary. (C) In the event the Contractor, the laborers or mechanics to be employed in the classification or their representatives, and the Owner(s) do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the TWDB shall refer the request and the local wage determination, including the views of all interested parties and the recommendation of the TWDB, to the Administrator for determination. The request shall be sent to the EPA DB Regional Coordinator concurrently. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt of the request and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (a)(1)(ii)(B) or (C) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the Contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the Contractor does not make payments to a trustee or other third person, the Contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, provided, that the Secretary of Labor has found, upon the written request of the Contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the Contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. TWDB-0551 Rev 03/18 Page 21 of 43 (2) Withholding. The Owner(s) shall, upon written request of the EPA Award Official or an authorized representative of the Department of Labor, withhold or cause to be withheld from the Contractor under this contract or any other Federal contract with the same prime Contractor, or any oth er federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime Contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the Contractor or any Subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the EPA may, after written notice to the Contractor, sponsor, applicant, or Owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. (3) Payrolls and basic records. (i) Payrolls and basic records relating thereto shall be maintained by the Contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the Contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii)(A) The Contractor shall submit weekly, for each week in which any contract work is performed, a copy of all payrolls to the Owner, that is, the entity that receives the funds from the TWDB. Such documentation shall be available on request of the TWDB or EPA. As to each payroll copy received, the Owner shall provide written confirmation in a form satisfactory to the TWDB indicating whether or not the project is in compliance with the requirements of 29 CFR 5.5(a)(1) based on the most recent payroll copies for the specified week. The payrolls shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on the weekly payrolls. Instead the payrolls shall only need to include an individually identifying number for each employee (e.g., the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/whd/forms/wh347instr.htm or its successor site. The prime Contractor is responsible for the submission of copies of payrolls by all Subcontractors. Contractors and Subcontractors shall maintain the full social security number and current address of each TWDB-0551 Rev 03/18 Page 22 of 43 covered worker, and shall provide them upon request to the Owner(s) for transmission to the TWDB or EPA if requested by EPA, the TWDB, the Contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime Contractor to require a Subcontractor to provide addresses and social security numbers to the prime Contractor for its own records, without weekly submission to the Owner(s). (B) Each payroll submitted shall be accompanied by a “Statement of Compliance,” signed by the Contractor or Subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be provided under § 5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under § 5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete; (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the “Statement of Compliance” required by paragraph (a)(3)(ii)(B) of this section. (D) The falsification of any of the above certifications may subject the Contractor or Subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. (iii) The Contractor or Subcontractor shall make the records required under paragraph (a)(3)(i) of this section available for inspection, copying, or transcription by authorized representatives of the TWDB, EPA or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the Contractor or Subcontractor fails to submit the required records or to make them available, the EPA or TWDB may, after written notice to the Contractor, sponsor, applicant, or Owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. (4) Apprentices and trainees TWDB-0551 Rev 03/18 Page 23 of 43 (i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the Contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a Contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the Contractor's or Subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the Contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll as a trainee rate who is not registered and participating in a training plan approved by the Employment and Training TWDB-0551 Rev 03/18 Page 24 of 43 Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the Contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended and 29 CFR part 30. (5) Compliance with Copeland Act requirements. The Contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. (6) Subcontracts. The Contractor or Subcontractor shall insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as the EPA determines may by appropriate, and also a clause requiring the Subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for the compliance by any Subcontractor or lower tier Subcontractor with all the contract clauses in 29 CFR 5.5. (7) Contract termination; debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a Contractor and a Subcontractor as provided in 29 CFR 5.12. (8) Compliance with Davis-Bacon and Related Act requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. (9) Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the Contractor (or any of its Subcontractors) and Owner(s), TWDB, EPA, the U.S. Department of Labor, or the employees or their representatives. (10) Certification of eligibility. (i) By entering into this contract, the Contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the Contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. TWDB-0551 Rev 03/18 Page 25 of 43 4. Contract Provision for Contracts in Excess of $100,000. (a) Contract Work Hours and Safety Standards Act. The Owner shall insert the following clauses set forth in paragraphs (a)(1), (2), (3), and (4) of this section in full in any contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by Item 3, above or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards. (1) Overtime requirements. No Contractor or Subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (a)(1) of this section the Contractor and any Subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such Contractor and Subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (a)(1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (a)(1) of this section. (3) Withholding for unpaid wages and liquidated damages. The Owner, upon written request of the EPA Award Official or an authorized representative of the Department of Labor, shall withhold or cause to be withheld, from any moneys payable on account of work performed by the Contractor or Subcontractor under any such contract or any other Federal contract with the same prime Contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime Contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or Subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (a)(2) of this section. (4) Subcontracts. The Contractor or Subcontractor shall insert in any subcontracts the clauses set forth in paragraph (a)(1) through (4) of this section and also a clause requiring the Subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for compliance by any Subcontractor or lower tier Subcontractor with the clauses set forth in paragraphs (a)(1) through (4) of this section. (b) In addition to the clauses contained in Item 3, above, in any contract subject only to the Contract Work Hours and Safety Standards Act and not to any of the other statutes cited in 29 CFR 5.1, the Owner shall insert a clause requiring that the Contractor or Subcontractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve TWDB-0551 Rev 03/18 Page 26 of 43 them for a period of three years from the completion of the contract for all laborers and mechanics, including guards and watchmen, working on the contract. Such records shall contain the name and address of each such employee, social security number, correct classifications, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. Further, the Owner shall insert in any such contract a clause providing that the records to be maintained under this paragraph shall be made available by the Contractor or Subcontractor for inspection, copying, or transcription by authorized representatives of the EPA, TWDB, and the Department of Labor, and the Contractor or Subcontractor will permit such representatives to interview employees during working hours on the job. 5. Compliance Verification (a) The Owner shall periodically interview a sufficient number of employees entitled to DB prevailing wages (covered employees) to verify that Contractors or Subcontractors are paying the appropriate wage rates. As provided in 29 CFR 5.6(a)(6), all interviews must be conducted in confidence. The Owner must use Standard Form 1445 (SF 1445) found in the forms section of TWDB guidance document TWDB-0156 or equivalent documentation to memorialize the interviews. Copies of the SF 1445 are also available from EPA on request. (b) The Owner shall establish and follow an interview schedule based on its assessment of the risks of noncompliance with DB posed by Contractors or Subcontractors and the duration of the contract or subcontract. Owners must conduct more frequent interviews if the initial interviews or other information indicated that there is a risk that the Contractor or Subcontractor is not complying with DB. Owners shall immediately conduct interviews in response to an alleged violation of the prevailing wage requirements. All interviews shall be conducted in confidence." (c) The Owner shall periodically conduct spot checks of a representative sample of weekly payroll data to verify that Contractors or Subcontractors are paying the appropriate wage rates. The Owner shall establish and follow a spot check schedule based on its assessment of the risks of noncompliance with DB posed by Contractors or Subcontractors and the duration of the contract or subcontract. At a minimum, if practicable, the Owner should spot check payroll data within two weeks of each Contractor or Subcontractor’s submission of its initial payroll data and two weeks prior to the completion date the contract or subcontract. Owners must conduct more frequent spot checks if the initial spot check or other information indicates that there is a risk that the Contractor or Subcontractor is not complying with DB. In addition, during the examinations the Owner shall verify evidence of fringe benefit plans and payments there under by Contractors and Subcontractors who claim credit for fringe benefit contributions. (d) The Owner shall periodically review Contractors and Subcontractor’s use of apprentices and trainees to verify registration and certification with respect to apprenticeship and training programs approved by either the U.S Department of Labor or a state, as appropriate, and that Contractors and Subcontractors are not using disproportionate numbers of, laborers, trainees and apprentices. These reviews shall be conducted in accordance with the schedules for spot checks and interviews described in Item 5(b) and (c) above. TWDB-0551 Rev 03/18 Page 27 of 43 (e) Owners must immediately report potential violations of the DB prevailing wage requirements to the EPA Region 6 DB Coordinator, TWDB, and to the appropriate DOL Wage and Hour District Office listed at http://www.dol.gov/whd/america2.htm. Option 2 – Applies to Non-Governmental Entities (such as Water Supply Corporations and Private Companies) 1. Applicability of the Davis-Bacon (DB) prevailing wage requirements. DB prevailing wage requirements apply to the construction, alteration, and repair of treatment works carried out in whole or in part with assistance made available by the CWSRF. If an Owner encounters a unique situation at a site that presents uncertainties regarding DB applicability, the Owner must discuss the situation with the TWDB before authorizing work on that site. 2. Obtaining Wage Determinations. (a) Owners must obtain proposed wage determinations for specific localities at www.wdol.gov. After the Owner obtains its proposed wage determination, it must submit the wage determination to the TWDB for approval prior to inserting the wage determination into a solicitation, contract or issuing task orders, work assignments or similar instruments to existing Contractors (ordering instruments unless subsequently directed otherwise by the TWDB.) (b) Owners shall obtain the wage determination for the locality in which a covered activity subject to DB will take place prior to issuing requests for bids, proposals, quotes or other methods for soliciting contracts (solicitation) for activities subject to DB. These wage determinations shall be incorporated into solicitations and any subsequent contracts. Prime contracts must contain a provision requiring that Subcontractors follow the wage determination incorporated into the prime contract. (i) While the solicitation remains open, the Owner shall monitor www.wdol.gov on a weekly basis to ensure that the wage determination contained in the solicitation remains current. The recipients shall amend the solicitation if DOL issues a modification more than 10 days prior to the closing date (i.e. bid opening) for the solicitation. If DOL modifies or supersedes the applicable wage determination less than 10 days prior to the closing date, the Owners may request a finding from the TWDB that there is not a reasonable time to notify interested Contractors of the modification of the wage determination. The TWDB will provide a report of its findings to the Owner. (ii) If the Owner does not award the contract within 90 days of the closure of the solicitation, any modifications or supersedes DOL makes to the wage determination contained in the solicitation shall be effective unless the TWDB, at the request of the Owner, obtains an extension of the 90 day period from DOL pursuant to 29 CFR 1.6(c)(3)(iv). The Owner shall monitor www.wdol.gov on a weekly basis if it does not award the contract within 90 days of closure of the solicitation to ensure that wage determinations contained in the solicitation remain current. TWDB-0551 Rev 03/18 Page 28 of 43 (c) If the Owner carries out activity subject to DB by issuing a task order, work assignment or similar instrument to an existing Contractor (ordering instrument) rather than by publishing a solicitation, the Owner shall insert the appropriate DOL wage determination from www.wdol.gov into the ordering instrument. (d) Owners shall review all subcontracts subject to DB entered into by prime Contractors to verify that the prime Contractor has required its Subcontractors to include the applicable wage determinations. (e) As provided in 29 CFR 1.6(f), DOL may issue a revised wage determination applicable to an Owner’s contract after the award of a contract or the issuance of an ordering instrument if DOL determines that the Owner has failed to incorporate a wage determination or has used a wage determination that clearly does not apply to the contract or ordering instrument. If this occurs, the Owner shall either terminate the contract or ordering instrument and issue a revised solicitation or ordering instrument or incorporate DOL’s wage determination retroactive to the beginning of the contract or ordering instrument by change order. The Owner’s Contractor must be compensated for any increases in wages resulting from the use of DOL’s revised wage determination. 3. Contract and Subcontract provisions. (a) The Owner(s) shall insert in full in any contract in excess of $2,000 which is entered into for the actual construction, alteration and/or repair, including painting and decorating, of a treatment work under the CWSRF financed in whole or in part from Federal funds or in accordance with guarantees of a Federal agency or financed from funds obtained by pledge of any contract of a Federal agency to make a loan, grant or annual contribution (except where a different meaning is expressly indicated), and which is subject to the labor standards provisions of any of the acts listed in 29 CFR 5.1, the Water Resources Reform and Development Act of 2014 for a CWSRF-funded project, the following clauses: (1) Minimum wages. (i) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the Contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (a)(1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination TWDB-0551 Rev 03/18 Page 29 of 43 for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph (a)(1)(ii) of this section) and the Davis- Bacon poster (WH-1321) shall be posted at all times by the Contractor and its Subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. Owners may obtain wage determinations from the U.S. Department of Labor’s web site, www.dol.gov. (ii)(A) The Owner(s), on behalf of EPA, shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The TWDB shall approve a request for an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) If the Contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the Owner(s) agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), documentation of the action taken and the request, including the local wage determination shall be sent by the Owner(s) to the TWDB. The TWDB will transmit the request, to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210 and to the EPA DB Regional Coordinator concurrently. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification request within 30 days of receipt and so advise the TWDB or will notify the TWDB within the 30-day period that additional time is necessary. (C) In the event the Contractor, the laborers or mechanics to be employed in the classification or their representatives, and the Owner(s) do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the TWDB shall refer the request and the local wage determination, including the views of all interested parties and the recommendation of the TWDB, to the Administrator for determination. The request shall be sent to the EPA DB Regional Coordinator concurrently. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt of the request and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. TWDB-0551 Rev 03/18 Page 30 of 43 (D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (a)(1)(ii)(B) or (C) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the Contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the Contractor does not make payments to a trustee or other third person, the Contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the Contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the Contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (2) Withholding. The Owner(s) shall, upon written request of the EPA Award Official or an authorized representative of the Department of Labor, withhold or cause to be withheld from the Contractor under this contract or any other Federal contract with the same prime Contractor, or any other federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime Contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the Contractor or any Subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the EPA may, after written notice to the Contractor, sponsor, applicant, or Owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. (3) Payrolls and basic records. (i) Payrolls and basic records relating thereto shall be maintained by the Contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the Contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the TWDB-0551 Rev 03/18 Page 31 of 43 registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii)(A) The Contractor shall submit weekly, for each week in which any contract work is performed, a copy of all payrolls to the Owner, that is, the entity that receives the funds from the TWDB. Such documentation shall be available on request of the TWDB or EPA. As to each payroll copy received, the Owner shall provide written confirmation in a form satisfactory to the TWDB indicating whether or not the project is in compliance with the requirements of 29 CFR 5.5(a)(1) based on the most recent payroll copies for the specified week. The payrolls shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on the weekly payrolls. Instead the payrolls shall only need to include an individually identifying number for each employee (e.g., the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/whd/forms/wh347instr.htm or its successor site. The prime Contractor is responsible for the submission of copies of payrolls by all Subcontractors. Contractors and Subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the Owner(s) for transmission to the TWDB or EPA if requested by EPA, the TWDB, the Contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime Contractor to require a Subcontractor to provide addresses and social security numbers to the prime Contractor for its own records, without weekly submission to the Owner(s). (B) Each payroll submitted shall be accompanied by a “Statement of Compliance,” signed by the Contractor or Subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be provided under § 5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under § 5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete; (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the “Statement of Compliance” required by paragraph (a)(3)(ii)(B) of this section. TWDB-0551 Rev 03/18 Page 32 of 43 (D) The falsification of any of the above certifications may subject the Contractor or Subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. (iii) The Contractor or Subcontractor shall make the records required under paragraph (a)(3)(i) of this section available for inspection, copying, or transcription by authorized representatives of the TWDB, EPA or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the Contractor or Subcontractor fails to submit the required records or to make them available, the EPA or TWDB may, after written notice to the Contractor, sponsor, applicant, or Owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. (4) Apprentices and trainees (i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the Contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a Contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the Contractor's or Subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the Contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. TWDB-0551 Rev 03/18 Page 33 of 43 (ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the Contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended and 29 CFR part 30. (5) Compliance with Copeland Act requirements. The Contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. (6) Subcontracts. The Contractor or Subcontractor shall insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as the EPA determines may by appropriate, and also a clause requiring the Subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for the compliance by any Subcontractor or lower tier Subcontractor with all the contract clauses in 29 CFR 5.5. (7) Contract termination; debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a Contractor and a Subcontractor as provided in 29 CFR 5.12. (8) Compliance with Davis-Bacon and Related Act requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. (9) Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 TWDB-0551 Rev 03/18 Page 34 of 43 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the Contractor (or any of its Subcontractors) and Owner(s), TWDB, EPA, the U.S. Department of Labor, or the employees or their representatives. (10) Certification of eligibility. (i) By entering into this contract, the Contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the Contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. 4. Contract Provision for Contracts in Excess of $100,000. (a) Contract Work Hours and Safety Standards Act. The Owner shall insert the following clauses set forth in paragraphs (a)(1), (2), (3), and (4) of this section in full in any contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by Item 3, above or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards. (1) Overtime requirements. No Contractor or Subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (a)(1) of this section the Contractor and any Subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such Contractor and Subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (a)(1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (a)(1) of this section. (3) Withholding for unpaid wages and liquidated damages. The Owner shall upon the request of the EPA Award Official or an authorized representative of the Department of Labor, withhold or cause to be withheld, from any moneys payable on account of work performed by the Contractor or Subcontractor under any such contract or any other Federal contract with the same prime TWDB-0551 Rev 03/18 Page 35 of 43 Contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime Contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or Subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (a)(2) of this section. (4) Subcontracts. The Contractor or Subcontractor shall insert in any subcontracts the clauses set forth in paragraph (a)(1) through (4) of this section and also a clause requiring the Subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for compliance by any Subcontractor or lower tier Subcontractor with the clauses set forth in paragraphs (a)(1) through (4) of this section. (b) In addition to the clauses contained in Item 3, above, in any contract subject only to the Contract Work Hours and Safety Standards Act and not to any of the other statutes cited in 29 CFR 5.1, the Owner shall insert a clause requiring that the Contractor or Subcontractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve them for a period of three years from the completion of the contract for all laborers and mechanics, including guards and watchmen, working on the contract. Such records shall contain the name and address of each such employee, social security number, correct classifications, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. Further, the Owner shall insert in any such contract a clause providing that the records to be maintained under this paragraph shall be made available by the Contractor or Subcontractor for inspection, copying, or transcription by authorized representatives of the EPA, TWDB, and the Department of Labor, and the Contractor or Subcontractor will permit such representatives to interview employees during working hours on the job. 5. Compliance Verification (a) The Owner shall periodically interview a sufficient number of employees entitled to DB prevailing wages (covered employees) to verify that Contractors or Subcontractors are paying the appropriate wage rates. As provided in 29 CFR 5.6(a)(6), all interviews must be conducted in confidence. The Owner must use Standard Form 1445 (SF 1445) found in the forms section of TWDB guidance document TWDB-0156 or equivalent documentation to memorialize the interviews. Copies of the SF 1445 are also available from EPA on request. (b) The Owner shall establish and follow an interview schedule based on its assessment of the risks of noncompliance with DB posed by Contractors or Subcontractors and the duration of the contract or subcontract. Owners must conduct more frequent interviews if the initial interviews or other information indicated that there is a risk that the Contractor or Subcontractor is not complying with DB. Owners shall immediately conduct interviews in response to an alleged violation of the prevailing wage requirements. All interviews shall be conducted in confidence." (c) The Owner shall periodically conduct spot checks of a representative sample of weekly payroll data to verify that Contractors or Subcontractors are paying the appropriate wage rates. The Owner shall establish and follow a spot check schedule based on its assessment of the risks of noncompliance with DB posed by Contractors or Subcontractors and the duration of the contract or subcontract. At a minimum, if practicable the Owner should spot check payroll data within two weeks of each Contractor or Subcontractor’s submission of its initial payroll data and two weeks TWDB-0551 Rev 03/18 Page 36 of 43 prior to the completion date the contract or subcontract. Owners must conduct more frequent spot checks if the initial spot check or other information indicates that there is a risk that the Contractor or Subcontractor is not complying with DB . In addition, during the examinations the Owner shall verify evidence of fringe benefit plans and payments there under by Contractors and Subcontractors who claim credit for fringe benefit contributions. (d) The Owner shall periodically review Contractors and Subcontractor’s use of apprentices and trainees to verify registration and certification with respect to apprenticeship and training programs approved by either the U.S Department of Labor or a state, as appropriate, and that Contractors and Subcontractors are not using disproportionate numbers of, laborers, trainees and apprentices. These reviews shall be conducted in accordance with the schedules for spot checks and interviews described in Item 5(b) and (c) above. (e) Owners must immediately report potential violations of the DB prevailing wage requirements to the EPA Region 6 DB Coordinator, TWDB, and to the appropriate DOL Wage and Hour District Office listed at http://www.dol.gov/whd/america2.htm. 11. Payments a) Progress Payments: i. The Contractor shall prepare their requisition for progress payment as of the last day of the payment month and submit it, with the required number of copies, to the Engineer for review. Except as provided in paragraph (iii) of this subsection, the amount of the payment due to the Contractor shall be determined by adding to the total value of work completed to date, the value of materials properly stored on the site and deducting (1) five percent (5%) minimum of the total amount, as a retainage and (2) the amount of all previous payments. The total value of work completed to date shall be based on the actual or estimated quantities of work completed and on the unit prices contained in the agreement (or cost breakdown approved pursuant to section 7.b relating to lump sum bids) and adjusted by approved change orders. The value of materials properly stored on the site shall be based upon the estimated quantities of such materials and the invoices prices. Copies of all invoices shall be available for inspection by the Engineer. ii. The Contractor shall be responsible for the care and protection of all materials and work upon which payments have been made until final acceptance of such work and materials by the Owner. Such payments shall not constitute a waiver of the right of the Owner to require the fulfillment of all terms of the contract and the delivery of all improvements embraced in the contract complete and satisfactory to the Owner in all details. iii. This clause applies to contracts when the Owner is a District or Authority. The retainage shall be ten (10%) percent minimum of the amount otherwise due until at least fifty (50%) of the work has been completed. After the project is fifty (50%) percent completed, and if the District or Authority’s Board finds that satisfactory progress is being made, then the District may authorize any of the remaining progress payments to be made in full. The District is not obligated to pay interest earned on the first 50% of work completed (Texas Water Code Sec. 49.276(d)). TWDB-0551 Rev 03/18 Page 37 of 43 iv. The five (5%) percent retainage of the progress payments due to the Contractor may not be reduced until the building of the project is substantially complete and a reduction in the retainage has been authorized by the TWDB. b) Withholding Payments. The Owner may withhold from any payment otherwise due to the Contractor so much as may be necessary to protect the Owner and if so elects may also withhold any amounts due from the Contractor to any Subcontractors or material dealers for work performed or material furnished by them. The foregoing provisions shall be construed solely for the benefit of the Owner and will not require the Owner to determine or adjust any claims or disputes between the Contractor and his Subcontractors or material dealers, or to withhold any monies for their protection unless the Owner elects to do so. The failure or refusal of the Owner to withhold any monies from the Contractor shall in no way impair the obligations of any surety or sureties under any bond or bonds furnished under this contract. c) Payments Subject to Submission of Certificates. Each payment to the Contractor by the Owner shall be made subject to submission by the Contractor of all written certifications required of him and his Subcontractors by general and special conditions pertaining to this contract. d) Final Payment. i. Upon satisfactory completion of the work performed under this contract, as a condition before final payment under this contract or as a termination settlement under this contract the Contractor shall execute and deliver to the Owner a release of all claims against the Owner arising under, or by virtue of, this contract, except claims which are specifically exempted by the Contractor to be set forth therein. Unless otherwise provided in this contract, by State law or otherwise expressly agreed to by the parties to this contract, final payment under this contract or settlement upon termination of this contract shall not constitute a waiver of the Owner's claims against the Contractor or his sureties under this contract or applicable performance and payment bonds. ii. After final inspection and acceptance by the Owner of all work under the Contract, the Contractor shall prepare his requisition for final payment which shall be based upon the carefully measured or computed quantity of each item of work at the applicable unit prices stipulated in the Agreement or cost breakdown (if lump sum), as adjusted by approved change orders. The total amount of the final payment due the Contractor under this contract shall be the amount computed as described above less all previous payments. iii. The retainage and its interest earnings, if any, shall not be paid to the Contractor until the TWDB has authorized a reduction in, or release of, retainage on the contract work. iv. Withholding of any amount due to the Owner, under general and/or special conditions regarding "Liquidated Damages," shall be deducted from the final payment due the Contractor. 12. Equal employment opportunity and affirmative action This provision applies to Clean Water State Revolving Fund Program projects where the contract agreement is for more than $10,000. TWDB-0551 Rev 03/18 Page 38 of 43 During the performance of this contract, the Contractor agrees as follows: (1) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex (including pregnancy), sexual orientation, gender identity, national origin, age (40 or older), disability, or genetic information. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. (2) The Contractor will, in all solicitations or advancements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (3) The Contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee’s essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the Contractor’s legal duty to furnish information. (4) The Contractor will send to each labor union or representative of workers with which the Contractor has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the Contractor's commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5) The Contractor will comply with all provisions of Executive Order No. 11246 of Sept. 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (6) The Contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to TWDB-0551 Rev 03/18 Page 39 of 43 ascertain compliance with such rules, regulations, and orders. (7) In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be cancelled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of Sept. 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (8) The Contractor will include the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each Subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as may be directed by the Secretary of Labor as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that in the event the Contractor becomes involved in, or is threatened with, litigation with a Subcontractor or vendor as a result of such direction, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the notice which contains the applicable goals set for minority and female participation and which is set forth in the solicitations from which this contract resulted. 13. Archeological Discoveries and Cultural Resources No activity which may affect properties listed or properties eligible for listing in the National Register of Historic Places or eligible for designation as a State Archeological Landmark is authorized until the Owner has complied with the provisions of the National Historic Preservation Act and the Antiquities Code of Texas. The Owner has previously coordinated with the appropriate agencies and impacts to known cultural or archeological deposits have been avoided or mitigated. However, the Contractor may encounter unanticipated cultural or archeological deposits during construction. If archeological sites or historic structures which may qualify for designation as a State Archeological Landmark according to the criteria in 13 TAC Chapter 26, or that may be eligible for listing on the National Register of Historic Places in accordance with 36 CFR Part 800, are discovered after construction operations are begun, the Contractor shall immediately cease operations in that particular area and notify the Owner, the TWDB, and the Texas Antiquities Committee, P.O. Box 12276, Capitol Station, Austin, Texas 78711- 2276. The Contractor shall take reasonable steps to protect and preserve the discoveries until they have been inspected by the Owner's representative and the TWDB. The Owner will promptly coordinate with the State Historic Preservation Officer and any other TWDB-0551 Rev 03/18 Page 40 of 43 appropriate agencies to obtain any necessary approvals or permits to enable the work to continue. The Contractor shall not resume work in the area of the discovery until authorized to do so by the Owner. 14. Endangered Species No activity is authorized that is likely to jeopardize the continued existence of a threatened or endangered species as listed or proposed for listing under the Federal Endangered Species Act (ESA), and/or the State of Texas Parks and Wildlife Code on Endangered Species, or to destroy or adversely modify the habitat of such species. If a threatened or endangered species is encountered during construction, the Contractor shall immediately cease work in the area of the encounter and notify the Owner, who will immediately implement actions in accordance with the ESA and applicable State statutes. These actions shall include reporting the encounter to the TWDB, the U. S. Fish and Wildlife Service, and the Texas Parks and Wildlife Department, obtaining any necessary approvals or permits to enable the work to continue, or implement other mitigation actions. The Contractor shall not resume construction in the area of the encounter until authorized to do so by the Owner. 15. Hazardous Materials Materials utilized in the project shall be free of any hazardous materials, except as may be specifically provided for in the specifications. If the Contractor encounters existing material on sites owned or controlled by the Owner or in material sources that are suspected by visual observation or smell to contain hazardous materials, the Contractor shall immediately notify the Engineer and the Owner. The Owner will be responsible for the testing for and removal or disposal of hazardous materials on sites owned or controlled by the Owner. The Owner may suspend the work, wholly or in part during the testing, removal or disposal of hazardous materials on sites owned or controlled by the Owner. 16. Changes *Provisions identified with an asterisk below are consistent with Local Government Code 271.060. Counties and Municipalities may modify the identified provisions, when applicable, to conform to Local Government Code 262.031 (Counties) or 252.048 (Municipalities). (a) The Owner may at any time, without notice to any surety, by written order designated or indicated to be a change order, make changes in the work within the general scope of the contract, including but not limited to changes: i. In the specifications (including drawings and designs); ii. In the time, method or manner of performance of the work; iii. To decrease or increase the quantity of work to be performed or materials, equipment or supplies to be furnished; (b) *The total price of a contract may not be increased by a change order unless provision has been made for the payment of the added cost by the appropriation of current funds or bond funds for that purpose, by the authorization of the issuance of certificates, or by a combination of those procedures. TWDB-0551 Rev 03/18 Page 41 of 43 (c) *A contract with an original contract price of $1 million or more may not be increased by more than 25 percent. If a change order for a contract with an original contract price of less than $1 million increases the contract amount to $1 million or more, subsequent change orders may not increase the revised contract amount by more than 25 percent. (d) *A governing body may grant authority to an official or employee responsible for purchasing or for administering a contract to approve a change order that involves an increase or decrease of $50,000 or less. (e) Changes that involve an increase in price will be supported by documentation of the cost components. For projects funded through the EDAP program, or with grant proceeds, TWDB staff may request this information to be provided in a format equivalent to the Cost and Pricing Information form (No. WRD-277). (f) Any change orders involving a change in the project requiring a relocation of project components, sizing, or process may require additional environmental approval. A map and description of the proposed changes should be sent to the TWDB Environmental Reviewer for coordination and approval as soon as possible to avoid any delay. 17. Operation and Maintenance Manuals and Training (a) The Contractor shall obtain installation, operation, and maintenance manuals from manufacturers and suppliers for equipment furnished under the contract. The Contractor shall submit three copies of each complete manual to the Engineer within 90 days after approval of shop drawings, product data, and samples, and not later than the date of shipment of each item of equipment to the project site or storage location. (b) The Owner shall require the Engineer to promptly review each manual submitted, noting necessary corrections and revisions. If the Engineer rejects the manual, the Contractor shall correct and resubmit the manual until it is acceptable to Engineer as being in conformance with the design concept of the project and for compliance with information given in the Contract Documents. Owner may assess the Contractor a charge for reviews of the same items in excess of three (3) times. Such procedures shall not be considered cause for delay. (c) Acceptance of the manuals by Engineer does not relieve Contractor of any requirements on terms of Contract. (d) The Contractor shall provide the services of trained, qualified technicians to check final equipment installation, to assist as required in placing same in operation, and to instruct operating personnel in the proper manner of performing routine operation and maintenance of the equipment. (e) Operations and maintenance manuals specified hereinafter are in addition to any operation, maintenance, or installation instructions required by the Contractor to install, test, and start-up the equipment. Each manual is to be bound in a folder and labeled to identify the contents and project to which it applies. The manual shall contain the following applicable items: i. A listing of the manufacturer's identification, including order number, model, serial number, and location of parts and service centers. TWDB-0551 Rev 03/18 Page 42 of 43 ii. A list of recommended stock of parts, including part number and quantity. iii. Complete replacement parts list. iv. Performance data and rating tables. v. Specific instructions for installation, operation, adjustment, and maintenance. vi. Exploded view drawings for major equipment items. vii. Lubrication requirements. viii. Complete equipment wiring diagrams and control schematics with terminal identification. 18. As-Built Dimensions and Drawings (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. (b) Upon completion of each facility, the Contractor shall furnish the Owner with one set of direct prints, marked with red pencil, to show as-built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: i. Horizontal and vertical locations of work. ii. Changes in equipment and dimensions due to substitutions. iii. "Nameplate" data on all installed equipment. iv. Deletions, additions, and changes to scope of work. v. Any other changes made. 19. Close-Out Procedures To close-out the contract and release final retainage, the following steps must be completed: (a) TWDB Staff must conduct a construction contract final inspection (CCFI). (b) The following submittals must be received, reviewed, and accepted by the TWDB: i. The final change order, adjustment of quantities, or a statement that all change orders have previously been submitted and there will be no more change orders; ii. The final pay request from the Contractor; iii. An affidavit by the Contractor that all bills have been paid; iv. Certification by the consulting Engineer that the work has been completed and was constructed in accordance with the approved plans and specifications and sound engineering principals and construction practices; v. Acceptance of the project by the Owner in the form of a written resolution, or other formal action; vi. Notification of the beginning date of the warranty period for the contract; and vii. Confirmation that the Owner has received the as-built drawings from the Contractor. (c) TWDB will issue a Certificate of Approval allowing the release of retainage. TWDB-0551 Rev 03/18 Page 43 of 43 20. Additional Forms and Guidance: The following forms and guidance documents, mentioned throughout this guidance, are available on the TWDB website at: http://www.twdb.texas.gov/financial/instructions/index.asp Forms: Contractor's act of Assurance (ED-103) Contractor's Resolution on Authorized Representative (ED-104) Vendor Compliance with Reciprocity on Non-Resident Bidders (TWDB-0459) Bidder’s Certification - EEO (WRD-255) Monthly American Iron and Steel Certificate (TWDB-1106-A) American Iron and Steel (AIS) De Minimis Log (TWDB-1106-B) Monthly Davis Bacon Wage Rate Certificate of Compliance Submittal by Owner (Sub- Recipient) (DB-0154) Guidance Documents: CWSRF Guidance Manual (TWDB-0100) Guidance on Davis-Bacon Wage Rate Requirements for State Revolving Fund Projects (DB-0156) Requirements for American Iron and Steel (AIS) Guidance (TWDB-1106) DIVISION 1 GENERAL REQUIREMENTS Summary of Work 01 11 00 - 1 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 01 11 00 SUMMARY OF WORK PART 1 - GENERAL 1.01 SUMMARY A. Construct Work as described in the Contract Documents. 1. Provide the materials, equipment, and incidentals required to make the Project completely and fully operable. 2. Provide the labor, equipment, tools, and consumable supplies required for a complete Project. 3. Provide the civil, structural, and all other Work required for a complete and functional Project. 4. The Contract Documents do not indicate or describe all Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the Construction Manager. 1.02 DESCRIPTION OF WORK A. Work is described in general, non-inclusive terms as: 1. Installation of storm sewer pipe. 2. Installation of manholes. 3. Construction of drainage inlet structures. 4. Construct connections to existing storm sewer infrastructure. 5. Installation of water quality treatment units and vaults. 6. Grading at inlet locations. 7. Removal and reconstruction of concrete channel and concrete riprap. 8. Construction of roadways including repair, concrete flatwork, curb and gutter, and seal coat. 1.03 WORK UNDER OTHER CONTRACTS A. The following items of work are not included in this Contract, but may impact construction scheduling, testing, and startup: Owner Description Atmos Energy Gas Line Replacement along West curb line of Quaker Ave B. Bring any discrepancies in the list to the attention of the Construction Manager. It will be deemed that the Contractor included the more expensive listing in the Contract Price if the Contractor fails to bring any discrepancies to the attention of the Construction Manager prior to executing the Agreement. C. Completion of the Work described in this Contract may impact the construction and testing of the items listed above. Summary of Work 01 11 00 - 2 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 1. Coordinate construction activities through the Construction Manager. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. 1.04 WORK BY OWNER A. The Owner has no knowledge of work, other than the Work included in this Contract that may impact construction scheduling, testing, and startup. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION Change Management 01 26 00 - 1 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 01 26 00 CHANGE MANAGEMENT PART 1 - GENERAL 1.01 REQUESTS FOR CHANGE PROPOSAL A. Construction Manager will initiate Modifications by issuing a Request for Change Proposal (RCP). 1. Construction Manager and Design Professional will prepare a description of proposed Modifications. 2. Construction Manager will issue the Request for Change Proposal form to Contractor. A number will be assigned to the Request for a Change Proposal when issued. 3. Return a Change Proposal in accordance with Paragraph 1.02 for evaluation by the OPT. 1.02 CHANGE PROPOSALS A. Submit a Change Proposal (CP) to the Construction Manager for Contractor initiated changes in the Contract Documents or in response to a Request for Change Proposal. Submit the Change Proposal and attach the forms provided by the Construction Manager. 1. Use the Change Proposal form provided by the Construction Manager. 2. Include with the Change Proposal: a. A complete description of the proposed Modification if Contractor initiated or proposed changes to the OPT’s description of the proposed Modification. b. The reason the Modification is requested, if not in response to a Request for a Change Proposal. c. A detailed breakdown of the cost of the change if the Modification requires a change in Contract Price. The itemized breakdown is to include: 1) List of materials and equipment to be installed; 2) Man hours for labor by classification; 3) Equipment used in construction; 4) Consumable supplies, fuels, and materials; 5) Royalties and patent fees; 6) Bonds and insurance; 7) Overhead and profit; 8) Field office costs; 9) Home office cost; and 10) Other items of cost. d. Provide the level of detail outlined in the paragraph above for each Subcontractor or Supplier actually performing the Work if Work is to be provided by a Change Management 01 26 00 - 2 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 Subcontractor or Supplier. Indicate appropriate Contractor mark ups for Work provided through Subcontractors and Suppliers. Provide the level of detail outlined in the paragraph above for self-performed Work. e. Submit Change Proposals that comply with the General Conditions for Cost of Work. f. Provide a revised schedule. Show the effect of the change on the Project Schedule and the Contract Times. B. Submit a Change Proposal to the Construction Manager to request a Field Order. C. A Change Proposal is required for all substitutions or deviations from the Contract Documents. D. Request changes to products in accordance with Section 01 33 02 “Shop Drawings.” 1.03 CONSTRUCTION MANAGER WILL EVALUATE THE REQUEST FOR A MODIFICATION A. Construction Manager will issue a Modification per the General Conditions if the Change Proposal is acceptable to the Owner. Construction Manager will issue a Change Order or Contract Amendment for any changes in Contract Price or Contract Times. 1. Change Orders and Contract Amendments will be sent to the Contractor for execution with a copy to the Owner recommending approval. A Work Change Directive may be issued if Work needs to progress before the Change Order or Contract Amendment can be authorized by the Owner. 2. Work Change Directives, Change Orders, and Contract Amendments can only be approved by the Owner. a. Work performed on the Change Proposal prior to receiving a Work Change Directive or approval of the Change Order or Contract Amendment is performed at the Contractor’s risk. b. No payment will be made for Work on Change Orders or Contract Amendments until approved by the Owner. B. Contractor may be informed that the Change Proposal is not approved and construction is to proceed in accordance with the Contract Documents. 1.04 EQUAL NON-SPECIFIED PRODUCTS A. The products of the listed manufacturers are to be furnished where the Specifications list several manufacturers and do not specifically list “or equal” or “or approved equal” products. Use of any products other than those specifically listed is a substitution. Follow the procedures in Paragraph 1.05 for a substitution. B. Contractor may submit other manufacturers’ products that are in full compliance with the Specifications where Specifications list one or more manufacturers followed by the phrase “or equal” or “or approved equal.” 1. Submit a Shop Drawing as required by Section 01 33 02 “Shop Drawings” to document that the proposed product is equal or superior to the specified product. Change Management 01 26 00 - 3 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 2. Prove that the product is equal. It is not the OPT’s responsibility to prove the product is not equal. a. Indicate on a point-by-point basis for each specified feature that the product is equal to the Contract Document requirements. b. Make a direct comparison with the specified manufacturer’s published data sheets and available information. Provide this printed material with the Shop Drawing. c. The decision of the Design Professional regarding the acceptability of the proposed product is final. 3. Provide a certification that, in furnishing the proposed product as an equal, the Contractor: a. Has thoroughly examined the proposed product and has determined that it is equal or superior in all respects to the product specified. b. Has determined that the product will perform in the same manner and result in the same process as the specified product. c. Will provide the same warranties and/or bonds as for the product specified. d. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the product into the construction and will waive all claims for additional Work which may be necessary to incorporate the product into the Project which may subsequently become apparent. e. Will maintain the same time schedule as for the specified product. C. A Change Proposal is not required for any product that is in full compliance with the Contract Documents. If the product is not in full compliance, it may be offered as a Substitution. 1.05 SUBSTITUTIONS A. Substitutions are defined as any product that the Contractor proposes to provide for the Project in lieu of the specified product. Submit a Change Proposal per Paragraph 1.02 along with documents required for a Shop Drawing as required by Section 01 33 02 “Shop Drawings” to request approval of a substitution. B. Prove that the product is acceptable as a substitute. It is not the Design Professional’s responsibility to prove the product is not acceptable as a substitute. 1. Indicate on a point-by-point basis for each specified feature that the product is acceptable to meet the intent of the Contract Documents requirements. 2. Make a direct comparison with the specified Suppliers published data sheets and available information. Provide this printed material with the Shop Drawing. 3. The decision of the Design Professional regarding the acceptability of the proposed substitute product is final. Change Management 01 26 00 - 4 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 C. Provide a certification that, in making the substitution request, the Contractor: 1. Has determined that the substituted product will perform in substantially the same manner and result in the same ability to meet the specified performance as the specified product; 2. Will provide the same warranties and/or bonds for the substituted product as specified or as would be provided by the manufacturer of the specified product; 3. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the substituted product into the Project and will waive all claims for additional Work which may be necessary to incorporate the substituted product into the Project which may subsequently become apparent; and 4. Will maintain the same time schedule as for the specified product. D. Pay for review of substitutions in accordance with Section 01 33 02 “Shop Drawings.” PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION Application for Payment Procedures 01 29 00 - 1 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 01 29 00 APPLICATION FOR PAYMENT PROCEDURES PART 1 - GENERAL 1.01 SUMMARY A. Submit Applications for Payment for completed Work and for materials and equipment in accordance with the General Conditions, the Supplementary Conditions, the Agreement, and this Section. The Contract Price is to include costs for: 1. Providing the Work in accordance with the Contract Documents; 2. Installing Owner furnished equipment and materials, if any; 3. Providing Work for alternates and allowances, if any; 4. Providing Work for extra work items, if any and if authorized 5. Commissioning, startup, training, and initial maintenance and operation; 6. Acceptance testing at the manufacturer’s facilities or at the Site; 7. All home office overhead costs and expenses, including profit made directly or indirectly from the Project; 8. Project management, contract administration, and field office and field operations staff including supervision, clerical support, and technology system support; 9. Professional services including design fees, legal fees, and other professional services; 10. Bonds and insurance; 11. Permits, licenses, patent fees, and royalties; 12. Taxes; 13. Providing all documentation and Samples required by the Contract Documents; 14. Facilities and equipment at the Site including: a. Field offices, office furnishings, and all related office supplies, software, and equipment, b. Storage facilities for Contractor’s use and storage facilities for stored materials and equipment including spare parts storage, c. Shops, physical plant, construction equipment, small tools, vehicles, and technology and telecommunications equipment, d. Safety equipment and facilities to provide safe access and working conditions for workers and for others working at the Site, e. Temporary facilities for power and communications, f. Potable water and sanitation facilities, and g. Mobilization and demobilization for all these facilities and equipment. 15. Products, materials, and equipment stored at the Site or other suitable location in accordance with Section 01 31 00 “Project Management and Coordination”; Application for Payment Procedures 01 29 00 - 2 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 16. Products, materials, and equipment permanently incorporated into the Project; 17. Temporary facilities for managing water including facilities for pumping, storage, and treatment as required for construction and protection of the environment; 18. Temporary facilities for managing environmental conditions and Constituents of Concern; 19. Temporary facilities such as sheeting, shoring, bracing, formwork, embankments, storage facilities, working areas, and other facilities required for construction of the Project; 20. Temporary and permanent facilities for protection of all overhead, surface, or underground structures or features; 21. Temporary and permanent facilities for removal, relocation, or replacement of any overhead, surface, or underground structures or features; 22. Products, materials, and equipment consumed during the construction of the Project; 23. Contractor labor and supervision to complete the Project including that provided through Subcontractors or Suppliers; 24. Correcting Defective Work during the Contract Times, during the Correction Period, or as required to meet any warranty provision of the Contract Documents; 25. Risk associated with weather and environmental conditions, startup, and initial operation of facilities including equipment, processes, and systems; 26. Contractor safety programs, including management, administration, and training; 27. Maintenance of facilities including equipment, processes, and systems until operation is transferred to Owner; 28. Warranties, extended or special warranties, or extended service agreements; 29. Cleanup and disposal of any and all surplus materials; and 30. Demobilization of all physical, temporary facilities not incorporated into the Project. B. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price. C. Provide written approval of the surety company providing performance and payment bonds for the Schedule of Values, Application for Payment form, and method of payment prior to submitting the first Application for Payment. Submit approval using the “Consent of Surety Company to Payment Procedures” form provided by the Construction Manager. Payment will not be made without this approval. D. Construction Manager may withhold processing the Applications for Payment if any of the following processes or documentation is not up to date: 1. Progress Schedule per Section 01 33 05 “Construction Progress Schedule.” 2. Project videos and photographs per Section 01 33 06 “Graphic Documentation.” 3. Record Documents per Section 01 31 13 “Project Coordination.” Application for Payment Procedures 01 29 00 - 3 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 1.02 SCHEDULE OF VALUES A. Divide the Contract Price into an adequate number of line items to allow more accurate determination of the earned value for each line item when evaluating progress payments. Submit a detailed Schedule of Values for the Project at least 10 days prior to submitting the first Application for Payment using forms provided by the Construction Manager. B. Do not apply for payment until the Schedule of Values has been approved by the Construction Manager. C. Divide the cost associated with each line item in the Schedule of Values into installation and materials components. 1. Installation cost is to include all cost associated with the line item except materials cost. 2. Materials cost is the direct cost (as verified by invoice values) for products, materials, and equipment to be permanently incorporated into the Project associated with the line item. 3. Installation cost is to include all direct costs and a proportionate amount of the indirect costs for the Work associated with each line item. Include costs not specifically set forth as an individual payment item but required to provide a complete and functional system. 4. The sum of materials and installation costs for all line items must equal the Contract Price. D. Use each unit price line item in the Agreement as a line item in the Schedule of Values. The sum of materials and installation costs for each line item for unit price contracts must equal the value of the line item in the Agreement. In addition to the installation cost described in Paragraph 1.02.C.3, installation costs for unit price items are to include costs for waste and overages. 1. Installation and materials cost may be left as a single installation component if: a. Contractor does not intend to request payment for stored materials for that line item; or b. Work in the line item will be completed within a single payment period. 2. Provide adequate detail to allow a more accurate determination of the earned value for installation costs, expressed as a decimal fraction of Work completed, for each line item. 3. Installation cost line items may not exceed $50,000.00. Items that are not subdivided into smaller units may only be included in the Application for Payment when Work on the entire unit is complete. 4. Lump sum items may be divided into an estimated number of units to estimate earned value. The estimated number of units times the cost per unit must equal the lump sum amount for that line item. 5. Include Contractor’s overhead and profit in the installation costs each line item in proportion to the value of the line item to the Contract Price. Application for Payment Procedures 01 29 00 - 4 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 6. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price for each item. 7. Line items may be used to establish the value of Work to be added or deleted from the Project. E. Include a breakdown of mobilization costs in the Schedule of Values. The total cost for both mobilization and demobilization may not exceed five percent (5%) percent of the total Contract Price. Payment for mobilization and demobilization will be based on the earned value of Work completed. Payment for these costs will only be made for Work completed for the following: 1. Bonds and insurance; 2. Transportation and setup for equipment; 3. Transportation and/or erection of all field offices, sheds, and storage facilities; 4. Salaries for preparation of documents required before the first Application for Payment; and 5. Salaries for field personnel directly related to the mobilization of the Project. 1.03 SCHEDULE OF ANTICIPATED PAYMENTS A. Submit a schedule of the anticipated Application for Payments showing the anticipated application numbers, submission dates, and the amount to be requested for each Application for Payment on the form provided by the Construction Manager. B. Update the schedule of anticipated payments as necessary to provide a reasonably accurate indication of the funds required to make payments each month to the Contractor for Work performed. 1.04 ALTERNATES, ALLOWANCES, AND EXTRA WORK ITEMS A. Include line items and amounts for specified alternate Work and allowances for Work in the Agreement, if any, and as described in Section 01 23 10 “Alternates and Allowances.” B. Include line items and amounts for Extra Work items in the Agreement, if any, and as described in Section 01 29 01 “Measurement and Basis for Payment.” 1.05 RETAINAGE AND SET-OFFS A. Retainage will be withheld from each Application for Payment per the Agreement. B. Reduce payments for set-offs per the General Conditions as directed by the Construction Manager. Application for Payment Procedures 01 29 00 - 5 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 1.06 PROCEDURES FOR SUBMITTING AN APPLICATION FOR PAYMENT A. Submit a draft Application for Payment to the Construction Manager each month at least [20] days before the date established in the Agreement for Owner to make progress payments. Do not submit Applications for Payment more often than monthly. Review the draft Application for Payment with the Construction Manager to determine concurrence with: 1. Values requested for materials and equipment, stored or incorporated into the Project as documented by invoices; 2. The earned value for installation costs for each line item in the Application for Payment form expressed as a percent complete for that line item; 3. The quantity of Work completed for each unit price item; 4. Amount of retainage to be held; and 5. Set-offs included in the Application for Payment. B. Submit Applications for Payment to the Construction Manager after agreement has been reached on the draft Application for Payment with the Construction Manager. C. Provide all information requested in the Application for Payment form. Do not leave any blanks incomplete. If information is not applicable, enter “N/A” in the space provided. 1. Number each application sequentially and include the dates for the application period. 2. Complete the “Contract Time Summary” section on the Application for Payment form. If the Final Completion date shows the Project is more than 30 days behind schedule, revise the Schedule of Anticipated Payments to correspond to the updated schedule required per Section 01 33 05 “Construction Progress Schedule.” 3. Complete the “Summary of Earned Value and Set-offs” section on the Application for Payment form. Show the total amounts for earned value of original Contract performed, earned value for Work on approved Contract Amendments and Change Orders, retainage and set-offs. 4. Sign and date the Contractor’s Certification on the Application for Payment form that all Work, including materials, covered by this Application for Payment have been completed or delivered and stored in accordance with the Contract Documents, that all amounts have been paid for Work, materials, and equipment for which previous Payment has been made by the Owner, and that the current payment amount shown in this Application for Payment is now due. 5. Include “Attachment A - Tabulation of Earned Value of Original Contract Performed” to show the value of materials stored and successfully incorporated into the Project and the earned value for installation of the Work for each line item in the Application for Payment for Work. Attachment A includes Work on the original Contract Price and on approved Contract Amendments and Change Orders. 6. Include “Attachment B - Tabulation of Values for Materials and Equipment” to track invoices used to support amounts requested as materials in Attachment A. Enter materials to show the amount of the invoice assigned to each item in Attachment A if an invoice includes materials used on several line items. Application for Payment Procedures 01 29 00 - 6 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 7. Include “Attachment C - Summary of Set-offs” to document set-offs made per the Contract Documents. Show each set-off as it is applied. Show a corresponding line item to reduce the set-off amount if a payment held by a set-off is released for payment. 8. Include “Attachment D - Retainage Calculation” to show method for calculating retainage. The amount of retainage with respect to progress payments is stipulated in the Agreement. Any request for a reduction in retainage must be accompanied by a Consent of Surety to Reduction or Partial Release of Retainage. 9. Include “Attachment E - EVA Calculation” and the EVA Chart showing the anticipated and actual total earned value of fees, Work, and materials. Create a graphic representation (curve) of the anticipated progress on the Project each month. Compare the anticipated cumulative total earned value of fees, Work, and materials to the actual total earned value of fees, Work, and materials to determine performance on budget and schedule. Adjust the table and curve to incorporate Modifications. D. Submit attachments in Portable Document Format (PDF). 1. Generate attachments to the Application for Payment using the Excel spreadsheet provided by the Construction Manager. 2. Submit PDF documents with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. 1.07 ADJUSTMENTS TO THE SCHEDULE OF VALUES IN THE APPLICATION FOR PAYMENT A. Submit a Change Proposal to request any changes to the Schedule of Values incorporated into the Application for Payment once approved. A Field Order will be issued by the Construction Manager to modify the Application for Payment form if approved. B. Payment for materials and equipment shown in the Application for Payment will be made for the total of associated invoice amounts, up to the value shown for materials in the Application for Payment for that line item. 1. If the total amount for invoices for materials and equipment for a line item are less than the amount shown for the materials component of that line item in the Application for Payment, and it can be demonstrated that no additional materials or equipment are required to complete Work described in that item, the difference between the total invoice for materials and equipment and the materials component for that line item can be added to the installation component of that Work item. 2. Costs for material and equipment in excess of the value shown in the Schedule of Values may not be paid for under other line items. 1.08 CONSTRUCTION MANAGER’S RESPONSIBILITY A. Construction Manager will review each draft Application for Payment with Contractor to reach an agreement on the amount to be recommended to Owner for payment. Contractor is to revise the Application for Payment to incorporate changes, if any, resulting from this review process. Application for Payment Procedures 01 29 00 - 7 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 B. Construction Manager will review the Application for Payment to determine that the Application for Payment has been properly submitted and is in accordance with the agreed to draft Application for Payment. C. Construction Manager will either recommend payment of the Application for Payment to Owner or notify the Contractor of the reasons for not recommending payment. Contractor may make necessary corrections and resubmit the Application for Payment. Construction Manager will review resubmitted Application for Payment and reject or recommend payment of the Application for Payment to Owner as appropriate. D. Construction Manager’s recommendation of the Application for Payment constitutes a representation that based on its experience and the information available: 1. The Work has progressed to the point indicated; 2. The quality of the Work is generally in accordance with the Contract Documents; and 3. Requirements prerequisite to payment have been met. E. This representation is subject to: 1. Further evaluation of the Work as a functioning whole; 2. The results of subsequent tests called for in the Contract Documents; or 3. Any other qualifications stated in the recommendation. F. Construction Manager does not represent by recommending payment that: 1. Inspections made to check the quality or the quantity of the Work as it was performed were exhaustive or extended to every aspect of the Work in progress; or 2. Other matters or issues that might entitle Contractor to additional compensation or entitle Owner to withhold payment to Contractor exist. G. Neither Construction Manager’s review of Contractor’s Work for the purposes of recommending payments nor Construction Manager’s recommendation of payment imposes responsibility on the Construction Manager or Owner: 1. To supervise, direct, or control the Work; 2. For the means, methods, techniques, sequences, or procedures of construction, or safety precautions and programs; 3. For Contractor’s failure to comply with Laws and Regulations applicable to Contractor’s performance of the Work; 4. To make examinations to ascertain how or for what purposes Contractor has used the monies paid on account of the Contract Price; or 5. To determine that title to the Work, materials, or equipment has passed to Owner free and clear of Liens. 1.09 FINAL APPLICATION FOR PAYMENT A. Include adjustments to the Contract Price in the final Application for Payment for: 1. Approved Change Orders and Contract Amendments; Application for Payment Procedures 01 29 00 - 8 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 2. Allowances not previously adjusted by Change Order; 3. Deductions for Defective Work that have been accepted by the Owner; 4. Penalties and bonuses; 5. Deduction for all final set-offs; and 6. Other adjustments if needed. B. Construction Manager will prepare a final Change Order reflecting the approved adjustments to the Contract Price which have not been covered by previously approved Change Orders and, if necessary, to reconcile estimated unit price quantities with actual quantities. C. Submit the final Application for Payment per the General Conditions, including the final Change Order. Provide the following with the final Application for Payment: 1. Evidence of payment or release of Liens on the forms provided by the Construction Manager and as required by the General Conditions. 2. Consent from surety to final payment. D. Final payment will also require additional procedures and documentation per Section 01 70 00 “Execution and Closeout Requirements.” 1.10 PAYMENT BY OWNER A. Owner is to pay the amount recommended for monthly payments within 30 days after receipt of the Construction Manager’s recommended Application for Payment. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment 01 29 01 - 1 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT PART 1 - GENERAL 1.01 PAYMENT FOR MATERIALS AND EQUIPMENT A. Payment will be made for materials and equipment materials properly stored and successfully incorporated into the Project less the specified retainage. B. Provide a bill of sale, invoice, or other documentation warranting that Owner has received the materials and equipment free and clear of Liens. Provide documentation of payment for materials and equipment with the next Application for Payment. Remove items from the tabulation of materials and equipment if this documentation is not provided with the next Application for Payment. C. Provide evidence that the materials and equipment are covered by appropriate property insurance or other arrangements to protect Owner’s interest. D. The Work covered by progress payments becomes the property of the Owner at the time of payment. The Contractor’s obligations with regard to proper care and maintenance, insurance, and other requirements are not changed by this transfer of ownership until final acceptance in accordance with the General Conditions. E. Payment for materials and equipment does not constitute acceptance of the product. 1.02 MEASUREMENT AND BASIS FOR PAYMENTS ON LUMP SUM ITEMS A. Measurement for progress payments is the invoice value for stored materials and the earned value for all other cost for constructing each item. Earned value is expressed as the value of the Work completed divided by the total value of installation cost. The total amount paid will be equal to the total lump sum amount for that item. 1.03 MEASUREMENT AND BASIS FOR PAYMENTS ON UNIT PRICE ITEMS A. Measure the Work using the unit of measure indicated in this Section for each unit price line item. Payment will be made only for the actual measured unit and/or computed length, area, solid contents, number, and weight unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside dimensions shown in the Contract Documents. B. Payment will be made for the actual quantity of Work completed and for materials and equipment stored during the payment period. Payment amount is the Work quantity measured per Paragraph A above multiplied by the unit price for that line item in the Agreement. 1.04 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE ITEMS A. Item 1 - Mobilization: 1. Include the following costs in this offer item: a. Bonds and Insurance; b. Transportation and setup of equipment; Measurement and Basis for Payment 01 29 01 - 2 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 c. Transportation and/or erection of all field offices, sheds and storage facilities; d. Salaries for preparation of documents required before the first Application for Payment; e. Salaries for field personnel assigned to the Project related to the mobilization of the Project; and f. Mobilization may not exceed 5 percent of the total Contract Price. 2. Measuring for payment is on a lump sum basis. Payment for mobilization will be based on the earned value of Work completed. B. Item 2 – Stormwater Pollution Prevention Plan: 1. Includes Stormwater Pollution Prevention Plan measures, furnished, installed, periodically inspected and properly maintained. 2. Measuring for payment is on a lump sum basis. Payment will be based on the percentage of the total storm sewer project that is accepted for payment. Payment will be made for up to 60% of the total amount, with the remaining 40% paid upon final stabilization and removal of measures. No payment will be made for measures that are not in compliance with the TPDES permit. C. Item 3 – Barricades, Signs, and Traffic Handling: 1. Includes installation and removal of temporary paving, signage, barricades, channelization devices and work zone pavement markings. 2. Measuring for payment will be made on a lump sum basis. Partial payment will be made for this item based on the percentage of the total storm sewer project that is accepted for payment. D. Items 4-7 – Storm Sewer Lines, Open Cut or Other than Open Cut: 1. Includes storm sewer conduit, trench excavation, compacted backfill, any special bedding or backfill, ties to existing pipelines, hauling, protection of existing utilities, testing of lines, project cleanup and any changing surface and/or subsurface conditions. 2. Measuring for payment will be made on a linear foot basis, up to the maximum quantity listed in the bid proposal, for pipe furnished and installed in accordance with the plans and specifications. 3. Incremental payment factors will be applied to the unit bid price as follows for the stage of construction where the project crosses paved areas for Open Cut method: Trench excavated, shoring installed, but conduit not installed 0.25 Trench excavated and conduit installed 0.50 Conduit installed and trench backfilled to street subgrade 0.80 Conduit installed and trench backfilled to street subgrade, leakage test completed 0.90 Applicable mandrel test completed 1.00 4. Incremental payment factors will be applied to the unit bid price as follows for the stage of construction where the project crosses paved areas for Other than Open Cut method: Measurement and Basis for Payment 01 29 01 - 3 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 Tunnel or bore excavated and shoring installed 0.50 Conduit installed and tunnel or bore space grouted 0.75 Access shafts backfilled to street subgrade, applicable leakage test completed 0.90 Applicable mandrel test completed 1.00 5. Incremental payment factors will be applied to the unit bid price as follows for the stage of construction where the project crosses unpaved areas for Open Cut method: Trench excavated, shoring installed, but conduit not installed 0.25 Trench excavated and conduit installed 0.50 Conduit installed and trench backfilled to topsoil subgrade 0.80 Conduit installed and trench backfilled to topsoil subgrade, leakage test completed 0.90 Topsoil installed 0.95 Applicable mandrel test completed 1.00 6. Incremental payment factors will be applied to the unit bid price as follows for the stage of construction where the project crosses unpaved areas for Other than Open Cut method: Tunnel or bore excavated and shoring installed 0.50 Conduit installed and tunnel or bore space grouted 0.75 Access shafts backfilled to topsoil subgrade, applicable leakage test completed 0.90 Topsoil installed at access shafts 0.95 Grading and cleanup completed and applicable mandrel test completed 1.00 7. Cost for trench access safety system and Other than Open Cut access shaft safety system will be subsidiary to the unit price bid for storm sewer lines in Open Cut and Other than Open cut. E. Item 8 – Storm Sewer Manholes: 1. Includes manhole riser sections, excavation, any special bedding and backfill and support, the ring and cover, any grade rings or appurtenances, the connection of the manhole to the lines, and other incidental work. 2. Measuring for payment will be made on a per unit basis for each manhole furnished and installed. F. Item 9 – Remove and Salvage Existing Asphalt Pavement: 1. Includes sawing, separating for salvage, break-up into specified maximum size, hauling to City of Lubbock specified stockpile location, labor and equipment, and any other item necessary and incidental to the work. 2. Measuring for payment will be made on a per square yard basis for removed and salvaged pavement. G. Item 10 – Subgrade Preparation: 1. Includes hauling, wetting, rolling, compacting, testing, grading, materials, and all other items incidental to the work within the areas designated as eligible for payment on the Paving Plans. 2. Includes the top 12-inches of trench density backfill. 3. Measuring for payment will be made on a per square yard basis for subgrade prepared. Measurement and Basis for Payment 01 29 01 - 4 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 H. Item 11 – Flexible Base: 1. Includes material, hauling, spreading, wetting, rolling, compacting, blading, testing, and all other items incidental to work within the areas designated as eligible for payment on the Paving Plans. 2. Measuring for payment will be made on a per square yard basis for flexible base (6- inches) installed. I. Item 12 – Prime Coat: 1. Includes materials, equipment, labor, freight, hauling, spraying, and all other items incidental to the work within the areas designated as eligible for payment on the Paving Plans. 2. Measuring for payment will be made on a per square yard basis for Prime Coat installed. J. Items 13 and 14 – Asphaltic Concrete Paving: 1. Includes materials, hauling, placing, compacting, rolling, testing, tack coat, and all other items incidental to the work within the areas designated as eligible for payment on the Paving Plans and in compliance with City requirements. a. Type D Hot-Mix Asphaltic Concrete Paving will be used within the eligible limits along Elkhart and 17th Street. 2. Measuring for payment of HMAC (Type D) will be made on a per square yard basis for 2” HMAC installed. 3. Measuring for payment of Seal Coat will be made on a per square yard basis for Seal Coat installed. K. Items 15-19 - Reflective Pavement Marking: 1. Payment of reflective pavement markings will be made on a linear foot or per unit basis for pavement markings furnished and installed, as specified within the areas designated as eligible for payment on the Paving Plans. L. Item 20 – Cofferdams: 1. Includes materials, installation, dewatering, removal, and all other items incidental to the work. 2. Measuring for payment will be made on a per unit basis for each cofferdam installed, dewatered, and removed. Partial payment can be requested for this item, up to 60% of the total amount can be requested after the installation and dewatering is complete. The remaining 40% will be paid upon completion of the work and subsequent removal of the cofferdam. M. Items 21 and 22 – Inlet Structures: 1. Includes excavation, earthwork, grading, bedding, backfill, materials, all other appurtenances, and connection to the storm sewer conduit for tower and pre-cast inlet structures. 2. Measuring for payment will be made on a per unit basis for each inlet structure installed. Measurement and Basis for Payment 01 29 01 - 5 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 N. Item 23 – Articulated Concrete Block Mattresses and Geotextile Fabric: 1. Includes articulated concrete block mattresses, geotextile fabric, and any other materials, anchorages, labor, equipment, and superintendence necessary to install the mattresses as specified. 2. Measuring for payment will be made on a per square foot basis of articulated concrete block mattress installed as specified and according to manufacturer requirements. O. Items 24 and 25 – Crossing Sanitary Sewer Line: 1. Includes all required for removal and replacement of crossing sanitary sewer lines, including cutting existing crossing pipe, new pipe as specified, connection to existing sanitary sewer line, existing pipe removal and disposal, required pump around, and any other materials, labor, equipment, and superintendence necessary to install new sanitary sewer lines at the listed diameters and at the locations shown on the plans. 2. Measuring for payment will be made on a per linear foot basis of sanitary sewer line installed as specified. P. Item 26 – Crossing Water Line: 1. Includes all required for removal and replacement of crossing water lines, including cutting existing crossing pipe, new pipe as specified, ductile iron fittings, connection to existing water line, existing pipe removal and disposal, and any other materials, labor, equipment, and superintendence necessary to install new water lines at the listed diameters and at the locations shown on the plans. 2. Measuring for payment will be made on a per linear foot basis of water line installed as specified. Q. Item 27 – Remove Concrete Curb and Gutter: 1. Includes all sawing, chipping, breaking, hauling, disposal or recycling, and all other items incidental to the work within the areas designated as eligible for payment on the Paving Plans. 2. Measuring for payment will be made on a per linear foot basis of curb and gutter removed and the Owner’s Representative will be the final authority on the quantity eligible for payment. R. Item 28 – Concrete Curb and Gutter: 1. Includes all materials, labor, forms, placement, finishing, curing, subgrade preparation, ancillary pavement cuts and repairs, joint sealants, and all other items incidental to the work within the areas designated as eligible for payment on the Paving Plans. 2. Measuring for payment will be made on a per linear foot basis of curb and gutter constructed. S. Items 29-32 – Removal and Replacement of Concrete Flatwork: 1. Includes all sawing, chipping, breaking, hauling, disposal or recycling, and all other items incidental to removal of concrete flatwork (valley gutter, pilot channel, riprap, and sidewalk) as specified within the areas designated as eligible for payment on the Paving Plans. 2. Includes all materials, labor, forms, placement, finishing, curing, subgrade preparation, ancillary pavement cuts and repairs, joint sealants, and all other items incidental to the Measurement and Basis for Payment 01 29 01 - 6 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 replacement of concrete flatwork (valley gutter, pilot channel, riprap, and sidewalk) as specified within the areas designated as eligible for payment on the Paving Plans. 3. Measuring for payment will be made on a per square yard basis of concrete flatwork removed and replaced and the Owner’s Representative will be the final authority on the removal quantity eligible for payment. T. Item 33 – Driveway Repair 1. Includes all material, labor, equipment, and superintendence to repair the driveway within the areas designated as eligible for payment on the Paving Plans. This item pertains specifically to the driveway to Texas Tech property from 4th Street (Line R). 2. Measuring for payment will be made on a per square yard basis of driveway removed and replaced. U. Item 34 - Clearing and Grubbing 1. Includes all labor, equipment, and superintendence necessary for clearing and grubbing within the work and trench zone for Line R near Lake 046N. 2. Measuring for payment will be made on a per acre basis for area cleared and grubbed, up to the maximum quantity in the bid item. V. Item 35 – Vegetation Restoration 1. Includes seed, proper preparation of the soil, adequate watering and fertilization until vegetation is established. 2. Measuring for payment will be made on a per acre basis for seed of restored vegetation. Partial payment can be requested. Following installation up to 60% of the total payment may be requested. The remaining 40% will be held until the Owner’s Representative determines vegetation has been established. W. Item 36 – Storm Water Treatment Device 1. Includes all materials, labor, equipment, and superintendence necessary to install water quality treatment units and connect to the storm sewer line in the locations shown on the plans and according to manufacturer requirements. 2. Measuring for payment will be on a per unit basis for treatment units furnished and installed. 1.05 MEASUREMENT AND BASIS FOR PAYMENT FOR ADDITIVE ALTERNATE ITEMS A. Items A1-1 and A1-2 – Storm Sewer Lines, Open Cut or Other than Open Cut: 1. Includes storm sewer conduit, trench excavation, compacted backfill, any special bedding or backfill, ties to existing pipelines, hauling, protection of existing utilities, testing of lines, project cleanup and any changing surface and/or subsurface conditions. 2. Measuring for payment will be made on a linear foot basis, up to the maximum quantity listed in the bid proposal, for pipe furnished and installed in accordance with the plans and specifications. 3. Incremental payment factors will be applied to the unit bid price as follows for the stage of construction where the project crosses paved areas for Open Cut method: Measurement and Basis for Payment 01 29 01 - 7 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 Trench excavated, shoring installed, but conduit not installed 0.25 Trench excavated and conduit installed 0.50 Conduit installed and trench backfilled to street subgrade 0.80 Conduit installed and trench backfilled to street subgrade, leakage test completed 0.90 Applicable mandrel test completed 1.00 4. Incremental payment factors will be applied to the unit bid price as follows for the stage of construction where the project crosses paved areas for Other than Open Cut method: Tunnel or bore excavated and shoring installed 0.50 Conduit installed and tunnel or bore space grouted 0.75 Access shafts backfilled to street subgrade, applicable leakage test completed 0.90 Applicable mandrel test completed 1.00 5. Incremental payment factors will be applied to the unit bid price as follows for the stage of construction where the project crosses unpaved areas for Open Cut method: Trench excavated, shoring installed, but conduit not installed 0.25 Trench excavated and conduit installed 0.50 Conduit installed and trench backfilled to topsoil subgrade 0.80 Conduit installed and trench backfilled to topsoil subgrade, leakage test completed 0.90 Topsoil installed 0.95 Applicable mandrel test completed 1.00 6. Incremental payment factors will be applied to the unit bid price as follows for the stage of construction where the project crosses unpaved areas for Other than Open Cut method: Tunnel or bore excavated and shoring installed 0.50 Conduit installed and tunnel or bore space grouted 0.75 Access shafts backfilled to topsoil subgrade, applicable leakage test completed 0.90 Topsoil installed at access shafts 0.95 Grading and cleanup completed and applicable mandrel test completed 1.00 7. Cost for trench access safety system and Other than Open Cut access shaft safety system will be subsidiary to the unit price bid for storm sewer lines in Open Cut and Other than Open cut. B. Items A1-3 and A1-4 – Storm Sewer Manholes: 1. Includes manhole riser sections, excavation, any special bedding and backfill and support, the ring and cover, any grade rings or appurtenances, the connection of the manhole to the lines, and other incidental work. 2. Measuring for payment will be made on a per unit basis for each manhole furnished and installed. 3. Payment for the Outside Drop Manhole will be made on a per unit basis and will include all materials and labor required to install. C. Item A1-5 – Remove and Salvage Existing Asphalt Pavement: 1. Includes sawing, separating for salvage, break-up into specified maximum size, hauling to City of Lubbock specified stockpile location, labor and equipment, and any other item necessary and incidental to the work. 2. Measuring for payment will be made on a per square yard basis for removed and salvaged pavement. Measurement and Basis for Payment 01 29 01 - 8 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 D. Item A1-6 – Subgrade Preparation: 1. Includes hauling, wetting, rolling, compacting, testing, grading, materials, and all other items incidental to the work within the areas designated as eligible for payment on the Paving Plans. 2. Includes the top 12-inches of trench density backfill. 3. Measuring for payment will be made on a per square yard basis for subgrade prepared. E. Item A1-7 – Asphalt Stabilized Base Material: 1. Includes material, hauling, spreading, rolling, compacting, testing, and all other items incidental to work within the areas designated as eligible for payment on the Paving Plans. This item pertains specifically to the pavement repair on Quaker Avenue. 2. Measuring for payment will be made on a per square yard basis for asphalt stabilized base (9-inches) installed. F. Item A1-8 – Flexible Base: 1. Includes material, hauling, spreading, wetting, rolling, compacting, blading, testing, and all other items incidental to work within the areas designated as eligible for payment on the Paving Plans. 2. Measuring for payment will be made on a per square yard basis for flexible base (6- inches) installed. G. Item A1-9 – Prime Coat: 1. Includes materials, equipment, labor, freight, hauling, spraying, and all other items incidental to the work within the areas designated as eligible for payment on the Paving Plans. 2. Measuring for payment will be made on a per square yard basis for Prime Coat installed. H. Items A1-10 – A1-12 –Asphaltic Concrete Paving: 1. Includes materials, hauling, placing, compacting, rolling, testing, tack coat, and all other items incidental to the work within the areas designated as eligible for payment on the Paving Plans and in compliance with City requirements. a. Type C Hot-Mix Asphaltic Concrete Paving will be used within the eligible limits along Quaker Avenue. b. Type D Hot-Mix Asphaltic Concrete Paving will be used within the eligible limits along Elkhart and 17th Street. 2. Measuring for payment of HMAC (Type C and Type D) will be made on a per square yard basis for 2” HMAC installed. 3. Measuring for payment of Seal Coat will be made on a per square yard basis for Seal Coat installed. I. Items A1-13 – A1-18 - Reflective Pavement Marking: 1. Payment of reflective pavement markings will be made on a linear foot or per unit basis for pavement markings furnished and installed, as specified within the areas designated as eligible for payment on the Paving Plans. Measurement and Basis for Payment 01 29 01 - 9 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 J. Item A1-19 – Cofferdams: 1. Includes materials, installation, dewatering, removal, and all other items incidental to the work. 2. Measuring for payment will be made on a per unit basis for each cofferdam installed, dewatered, and removed. Partial payment can be requested for this item, up to 60% of the total amount can be requested after the installation and dewatering is complete. The remaining 40% will be paid upon completion of the work and subsequent removal of the cofferdam. K. Item A1-20 – Inlet Structures: 1. Includes excavation, earthwork, grading, bedding, backfill, materials, all other appurtenances, and connection to the storm sewer conduit for tower and pre-cast inlet structures. 2. Measuring for payment will be made on a per unit basis for each inlet structure installed. L. Item A1-21 – Articulated Concrete Block Mattresses and Geotextile Fabric: 1. Includes articulated concrete block mattresses, geotextile fabric, and any other materials, anchorages, labor, equipment, and superintendence necessary to install the mattresses as specified. 2. Measuring for payment will be made on a per square foot basis of articulated concrete block mattress installed as specified and according to manufacturer requirements. M. Item A1-22 – Crossing Sanitary Sewer Line: 1. Includes all required for removal and replacement of crossing sanitary sewer lines, including cutting existing crossing pipe, new pipe as specified, connection to existing sanitary sewer line, existing pipe removal and disposal, required pump around, and any other materials, labor, equipment, and superintendence necessary to install new sanitary sewer lines at the listed diameters and at the locations shown on the plans. 2. Measuring for payment will be made on a per linear foot basis of sanitary sewer line installed as specified. N. Items A1-23 and A1-24 – Crossing Water Line: 1. Includes all required for removal and replacement of crossing water lines, including cutting existing crossing pipe, new pipe as specified, ductile iron fittings, connection to existing water line, existing pipe removal and disposal, and any other materials, labor, equipment, and superintendence necessary to install new water lines at the listed diameters and at the locations shown on the plans. 2. Measuring for payment will be made on a per linear foot basis of water line installed as specified. O. Item A1-25 – Remove Concrete Curb and Gutter: 1. Includes all sawing, chipping, breaking, hauling, disposal or recycling, and all other items incidental to the work within the areas designated as eligible for payment on the Paving Plans. 2. Measuring for payment will be made on a per linear foot basis of curb and gutter removed and the Owner’s Representative will be the final authority on the quantity eligible for payment. Measurement and Basis for Payment 01 29 01 - 10 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 P. Item A1-26 – Concrete Curb and Gutter: 1. Includes all materials, labor, forms, placement, finishing, curing, subgrade preparation, ancillary pavement cuts and repairs, joint sealants, and all other items incidental to the work within the areas designated as eligible for payment on the Paving Plans. 2. Measuring for payment will be made on a per linear foot basis of curb and gutter constructed. Q. Items A1-27 – A1-30 – Removal and Replacement of Concrete Flatwork: 1. Includes all sawing, chipping, breaking, hauling, disposal or recycling, and all other items incidental to removal of concrete flatwork (valley gutter, pilot channel, riprap, and sidewalk) as specified within the areas designated as eligible for payment on the Paving Plans. 2. Includes all materials, labor, forms, placement, finishing, curing, subgrade preparation, ancillary pavement cuts and repairs, joint sealants, and all other items incidental to the replacement of concrete flatwork (valley gutter, pilot channel, riprap, and sidewalk) as specified within the areas designated as eligible for payment on the Paving Plans. 3. Measuring for payment will be made on a per square yard basis of concrete flatwork removed and replaced and the Owner’s Representative will be the final authority on the removal quantity eligible for payment. R. Items A1-31 and A1-32 – Remove and Replace Walking Trail: 1. Includes material, hauling, spreading, rolling, compacting, testing, and all other items incidental to removal and replacement within the areas designated as eligible for payment on the Paving Plans. This item pertains specifically to the walking path in Higinbotham Park. 2. Measuring for payment will be made on a lump sum basis of walking trail removed and replaced. S. Item A1-33 – Vegetation Restoration 1. Includes sod, proper preparation of the soil, adequate watering and fertilization until vegetation is established. 2. Measuring for payment will be made on a per square yard basis for sod of restored vegetation. Partial payment can be requested. Following installation up to 60% of the total payment may be requested. The remaining 40% will be held until the Owner’s Representative determines vegetation has been established. T. Item A1-34 – Tree Protection 1. Includes all labor, equipment, and superintendence necessary to provide tree protection as specified in the areas shown on the plans. 2. Measuring for payment will be made on a lump sum basis. U. Items A1-35 and A1-36 – Storm Water Treatment Device 1. Includes all materials, labor, equipment, and superintendence necessary to install water quality treatment units and connect to the storm sewer line in the locations shown on the plans and according to manufacturer requirements. Measurement and Basis for Payment 01 29 01 - 11 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 V. Measuring for payment will be on a per unit basis for treatment units furnished and installed.Items A2-1 – A2-4 – Soil Vapor Extraction: 1. Payment for soil vapor extraction wells will be made on a per unit basis for wells up to 40 feet deep each, including temporary surface seal sheeting. 2. Payment for soil vapor vacuum blower will be made on a per unit basis for each vacuum blowers installed and removed. 3. Payment for soil vapor extraction piping and exhaust stack will be made on a per unit basis for soil vapor extraction piping and exhaust stack installed and removed. 4. Payment for soil vapor extraction continuous operation will be made on a per day basis for continuous operations and effective vapor control days. W. Items A2-5 – A2-10 – Petroleum Contaminated Groundwater Treatment: 1. Includes materials, labor, superintendence, piping, treatment equipment, equipment removal, disposal/disposition of treatment equipment, and all other items necessary and incidental to treatment of petroleum contaminated groundwater. 2. Measuring for payment for Petroleum Contaminated Groundwater Treatment, Continuous & Effective Control will be made on a per day basis for continuous operations and effective control days. 3. Payment for all other items will be made on a per unit basis. X. Item A2-11 – Petroleum Hydrocarbon-Contaminated Geologic Material: 1. Includes full compensation for excavation, hauling, stockpiling as specified, contractor- based testing, disposal at WTRDF (or returned as backfill if test results indicate such compatibility), disposal fees, and other related items as required. Payment does not include disposal at a permitted industrial waste landfill, permitted hazardous waste landfill, or treatment to reduce contaminant concentrations. 2. Measuring for payment will be made on a per cubic yard basis and the Owner’s Representative will be the final authority on the volume eligible for payment. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION Project Management and Coordination 01 31 00 - 1 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 01 31 00 PROJECT MANAGEMENT AND COORDINATION PART 1 - GENERAL 1.01 SUMMARY A. Furnish resources required to complete the Project in accordance with the Contract Documents and within the Contract Times. B. Construct Project in accordance with current safety practices. C. Manage Site to allow access to Site and control construction operations. D. Construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. E. Provide temporary controls for pollution, management of water, and management of excess earth as required in Section 01 57 00 “Temporary Controls” and in Section 01 57 23 “Temporary Stormwater Pollution Control.” 1.02 STANDARDS A. Perform Work to comply with: 1. Requirements of the Contract Documents; 2. Laws and Regulations; and 3. Specified industry standards. 1.03 DOCUMENTATION A. Provide documents in accordance with Section 01 33 00 “Document Management.” B. Provide copies of Supplier’s printed storage instructions prior to furnishing materials or products and installation instructions prior to beginning the installation. C. Incorporate field notes, sketches, recordings, and computations made by the Contractor in Record Drawings per Section 01 31 13 “Project Coordination.” 1.04 PERMITS A. Obtain environmental permits required for construction at the Site. B. Provide required permits for transporting heavy or oversized loads. C. Provide other permits required to conduct any part of the Work. 1. City of Lubbock Barricade Permit 2. TxDOT Utility Crossing Permit D. Arrange for inspections and certification by agencies having jurisdiction over the Work and include the cost for these inspections and certifications in the Contract Price. E. Make arrangements with private utility companies and pay fees associated with obtaining services or inspections. Project Management and Coordination 01 31 00 - 2 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 F. Retain copies of permits and licenses at the Site and comply with all regulations and conditions of the permit or license. 1.05 SAFETY REQUIREMENTS A. Manage safety to protect the safety and welfare of persons at the Site. B. Provide safe access to move through the Site. Provide protective devices to warn and protect from hazards at the Site. C. Provide safe access for those performing tests and inspections. D. Maintain a supply of personal protective equipment for visitors to the Site. E. Comply with latest provisions of the Occupational Health and Safety Administration (OSHA) and other Laws and Regulations. F. Cooperate with accident investigations. Provide two copies of all reports, including insurance company reports, prepared concerning accidents, injuries, or deaths related to the Project to the Construction Manager as Record Data per Section 01 31 13 “Project Coordination.” 1.06 ACCESS TO THE SITE A. Maintain access to the facilities at all times. Do not obstruct roads, pedestrian walks, or access to the various buildings, structures, stairways, or entrances. Provide safe access for normal operations during construction. B. Provide adequate and safe access for inspections. Leave ladders, bridges, scaffolding, and protective equipment in place until inspections have been completed. Construct additional safe access if required for inspections. C. Use roadways for construction traffic only with written approval of the appropriate representatives of each entity. Roadways may not be approved for construction traffic. Obtain written approval to use roads to deliver heavy or oversized loads to the Site. Furnish copies of the written approvals to the Construction Manager as Record Data per Section 01 31 13 “Project Coordination.” 1.07 CONTRACTOR’S USE OF THE SITE A. Limit the use of Site for Work and storage to those areas designated on the Drawings or approved by the Construction Manager. Coordinate the use of the Site with the Construction Manager. B. Provide security at the Site as necessary to protect against vandalism and loss by theft. C. Park construction equipment in designated areas only and provide spill control measures as discussed in Section 01 57 00 “Temporary Controls.” D. Park employees’ vehicles in designated areas only. E. Obtain written permission of the property owner before entering privately-owned land outside of the Owner’s property, rights-of-way, or easements. Project Management and Coordination 01 31 00 - 3 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 F. Cooperate with public and private agencies with facilities operating within the limits of the Project. Provide 48 hours’ notice to any applicable agency when Work is anticipated to proceed in the vicinity of any facility by using Dig Tess and calling 1-800-344-8377. G. Conduct of Contractor’s or Subcontractor’s Employees: 1. Do not permit alcoholic beverages or illegal substances on the Site. Do not allow persons under the influence of alcoholic beverages or illegal substances to enter or remain on the Site at any time. Persons on Site under the influence of alcoholic beverages or illegal substances will be permanently prohibited from returning to the Site. Criminal or civil penalties may also apply. 2. Do not allow the use of offensive language or sexual harassment in any form. These actions will cause immediate and permanent removal of the offender from the premises. Criminal or civil penalties may apply. 3. Require workers to wear clothing that is inoffensive and meets safety requirements. Do not allow sleeveless shirts, shorts, or any exceedingly torn, ripped, or soiled clothing to be worn on the Site. 4. Do not allow the use, possession, concealment, transportation, promotion, or sale of the following prohibited items anywhere on the Site: a. Firearms (including air rifles and pistols and BB or pellet guns) and ammunition; b. Bows, crossbows, arrows, bolts, or any other projectile weapons; c. Explosives of any kind, including fireworks; d. Illegal knives; e. Other weapons prohibited by state Laws and Regulations; and f. Any other item that has been designed or intended to be used as a weapon. No exceptions will be made for the possession of a firearm by a person that has a valid state-issued license to carry a firearm. Remove any of the prohibited items listed above from the Site immediately and permanently. Any person found to be in possession of any prohibited item must also be removed from the Site and may be reported to local law enforcement. 1.08 PROTECTION OF EXISTING STRUCTURES AND UTILITIES A. Examine the Site and review the available information concerning the Site. Locate utilities, underground facilities, and existing structures. Verify the elevations of the structures adjacent to excavations. Report any discrepancies from information in the Contract Documents to the Construction Manager before beginning construction. B. Determine if existing structures, poles, piping, or other utilities at excavations will require relocation or replacement. Prepare a Plan of Action per Section 01 31 13 “Project Coordination.” Coordinate Work with local utility company and others for the relocation or replacement. C. Protect utilities, underground facilities and existing structures unless they are shown to be replaced or relocated on the Drawings. Restore damaged items to the satisfaction of the Owner and utility or property owner. Project Management and Coordination 01 31 00 - 4 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 D. Carefully support and protect all structures and/or utilities so that there will be no failure or settlement where excavation or demolition endangers adjacent structures and utilities. Do not take existing utilities out of service unless required by the Contract Documents or approved by the Construction Manager. Notify and cooperate with the utility owner if it is necessary to move services, poles, guy wires, pipelines, or other obstructions. E. Protect existing trees and landscaping at the Site. Mark trees that may be removed during construction and review with the Construction Manager for approval before removing. Protect trees to remain from damage limiting activity, including stockpiling of materials within the drip line of the tree. F. Protect buildings from damage when handling material or equipment. Protect finished surfaces, including floors, doors, and jambs. Remove doors and install temporary wood protective coverings over jambs, if needed. 1.09 FIELD VERIFICATION A. Perform complete field measurements prior to purchasing products or beginning construction for products required to fit existing conditions. B. Verify property lines, control lines, grades, and levels indicated on the Drawings. C. Verify pipe class, equipment capacities, existing electrical systems, and power sources for existing conditions. D. Check Shop Drawings and indicate the actual dimensions available where products are to be installed. E. Include field measurements in Record Documents as required in Section 01 31 13 “Project Coordination.” 1.10 REFERENCE DATA AND CONTROL POINTS A. Construction Manager will provide the following control points: 1. Base line or grid reference points for horizontal control. 2. Benchmarks for vertical control. B. Locate and protect control points prior to starting the Work and preserve permanent reference points during construction. Designated control points may be on an existing structure or monument. Do not change or relocate points without prior approval of the Construction Manager. Notify Construction Manager when a reference point is lost, destroyed, or requires relocation. Replace Project control points on the basis of the original survey. Control points or benchmarks damaged, disturbed or destroyed as a result of the Contractor’s negligence will be restored by the Construction Manager. Owner will impose a set-off as compensation for the effort required. C. Provide complete engineering layout of the Work needed for construction. 1. Provide competent personnel. Provide equipment including accurate surveying instruments, stakes, platforms, tools, and materials. Project Management and Coordination 01 31 00 - 5 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 2. Provide surveying with accuracy meeting the requirements established for Category 5 Construction Surveying as established in the Manual of Practice of Land Surveying in Texas published by the Texas Society of Professional Surveyors, latest revision. 3. Provide Record Data per Section 01 31 13 “Project Coordination” and measurements per standards. 1.11 DELIVERY AND STORAGE A. Deliver products and materials to the Site in time to prevent delays in construction. B. Deliver packaged products to Site in original undamaged containers with identifying labels attached. Open cartons as necessary to check for damage and to verify invoices. Reseal cartons and store properly until used. Leave products in original packages or other containers until installed. If original packages or containers are damaged, repackage in containers and include packing slips, labels and other information from the original packaging. C. Deliver products that are too large to fit through openings to the Site in advance of the time enclosing walls and roofs are erected. Set in place, raised above floor on cribs or pallets. D. Assume full responsibility for the protection and safekeeping of products stored at the Site. E. Store products at locations acceptable to the Construction Manager and to allow Owner access to maintain and operate existing facilities. F. Store products in accordance with the Supplier’s storage instructions immediately upon delivery. Leave seals and labels intact. Arrange storage to allow access for maintenance of stored items and for inspection. Store unpacked and loose products on shelves, in bins, or in neat groups of like items. G. Provide additional storage areas as needed for construction. Store products subject to damage by elements in substantial weather-tight enclosures or storage sheds. Provide and maintain storage sheds as required for the protection of products. Provide temperature, humidity control, and ventilation within the ranges stated in the Supplier’s instructions. Remove storage facilities at the completion of the Project. H. Protect the pipe interior. Keep all foreign materials such as dirt, debris, animals, or other objects out of the pipe during the Work. I. Provide adequate exterior storage for products that may be stored out-of-doors. 1. Provide substantial platforms, blocking, or skids to support materials and products above ground which has been sloped to provide drainage. Protect products from soiling or staining. 2. Cover products subject to discoloration or deterioration from exposure to the elements, with impervious sheet materials. Provide ventilation to prevent condensation below covering. 3. Store loose, granular materials on clean, solid surfaces, or on rigid sheet materials, to prevent mixing with foreign matter. 4. Provide surface drainage to prevent erosion and ponding of water. Project Management and Coordination 01 31 00 - 6 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 5. Prevent mixing of refuse or chemically injurious materials or liquids with stored materials. 6. Pipes and conduits stored outdoors are to have open ends sealed to prevent the entrance of dirt, moisture, and other injurious materials. Protect PVC pipe from ultraviolet light exposure. 7. Store products to prevent wind damage. J. Maintain storage facilities. Inspect stored products on a weekly basis and after periods of severe weather to verify that: 1. Storage facilities continue to meet specified requirements; 2. Supplier’s required environmental conditions are continually maintained; and 3. Products that can be damaged by exposure to the elements are not adversely affected. K. Replace any stored item damaged by inadequate protection or environmental controls. L. Payment may be withheld for any products not properly stored. 1.12 CLEANING DURING CONSTRUCTION A. Provide positive methods to minimize raising dust from construction operations and provide positive means to prevent air-borne dust from disbursing into the atmosphere. Control dust and dirt from demolition, cutting, and patching operations. B. Clean the Site as Work progresses and dispose of waste materials, keeping the Site free from accumulations of waste or rubbish. Provide containers at the Site for waste collection. Do not allow waste materials or debris to blow around or off of the Site. Control dust from waste materials. Transport waste materials with as few handlings as possible. C. Comply with Laws and Regulations. Do not burn or bury waste materials. Remove waste materials, rubbish, and debris from the Site and legally dispose of these at public or private disposal facilities. 1.13 MAINTENANCE OF ROADS, DRIVEWAYS, AND ACCESS A. Maintain roads and streets in a manner that is suitable for safe operations of public vehicle during all phases of construction unless the Owner approves a street closing. Do not close public roads overnight. Coordinate and arrange for emergency vehicle access when streets are to be closed. B. Submit a Notification by Contractor for Owner’s approval of a street closing. The request must state: 1. The reason for closing the street. 2. How long the street will remain closed. 3. Procedures to be taken to maintain the flow of traffic. C. Obtain permits and permissions of the entity that owns the road prior to any Work and provide a copy of the permit or permission Record Data per Section 01 31 13 “Project Coordination.” Project Management and Coordination 01 31 00 - 7 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 D. Construct temporary detours, including by-pass roads around construction, with adequately clear width to maintain the free flow of traffic at all times. Maintain barricades, signs, and safety features around the detour and excavations. Maintain barricades, signs, and safety features around the Work in accordance with all provisions of the latest edition of the Manual on Uniform Traffic Control Devices (MUTCD). E. Assume responsibility for any damage resulting from construction along roads or drives. 1.14 BLASTING A. Blasting is not allowed for any purpose. 1.15 ARCHAEOLOGICAL REQUIREMENTS A. Cease operations immediately and contact the Owner for instructions if historical or archaeological artifacts are found during construction. B. Conduct all construction activities to avoid adverse impact of the sites where significant historical or archaeological artifacts are found or identified as an area where other artifacts could be found. 1. Obtain details for working in these areas from regulatory agencies. 2. Maintain confidentiality regarding the site(s) of artifacts. 3. Adhere to the requirements of applicable local, state, and federal Laws and Regulations. 4. Notify the Construction Manager and any local, state, or federal agency as required by applicable Laws and Regulations. C. Do not disturb archaeological sites. 1. Obtain the services of a qualified archaeological specialist to instruct construction personnel on how to identify and protect archaeological finds on an emergency basis. 2. Coordinate activities to permit archaeological work to take place within the area. a. Attempt to archaeologically clear areas needed for construction as soon as possible. b. Provide a determination of priority for such areas. D. Assume responsibility for any unauthorized destruction that might result to such sites by construction personnel, and pay all penalties assessed by state or federal agencies for non- compliance with these requirements. E. Contract Times will be modified to compensate for delays caused by such archaeological finds. No additional compensation will be paid for delays. 1.16 ENDANGERED SPECIES RESOURCES A. Do not perform any activity that is likely to destroy or adversely modify the habitat or jeopardize the continued existence of a threatened or endangered species as listed or proposed for listing under the Federal Endangered Species Act (ESA) or applicable state Laws and Regulations. Project Management and Coordination 01 31 00 - 8 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 B. Cease Work immediately in the area of the encounter and notify the Construction Manager if a threatened or endangered species is encountered during construction. Construction Manager will implement actions in accordance with the ESA and applicable state statutes. Resume construction in the area of the encounter when authorized to do so by the Construction Manager. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION Project Coordination 01 31 13 - 1 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 01 31 13 PROJECT COORDINATION PART 1 - GENERAL 1.01 WORK INCLUDED A. Administer contract requirements to construct the Project. Provide documentation per the requirements of this Section. Provide information as requested by the OPT. 1.02 DOCUMENTATION A. Provide documents in accordance with Section 01 33 00 “Document Management.” 1.03 COMMUNICATION DURING THE PROJECT A. Construction Manager is to be the first point of contact for all parties on matters concerning this Project. B. Construction Manager will coordinate correspondence concerning: 1. Contract administration; 2. Clarification and interpretation of the Contract Documents; 3. Contract modifications; 4. Observation of Work and testing; and 5. Claims. C. Construction Manager will normally communicate only with the Contractor. Any required communication with Subcontractors or Suppliers will only be with the direct involvement of the Contractor. D. Direct written communications to the Construction Manager at the address indicated at the pre-construction conference. Include the following with communications as a minimum: 1. Name of the Owner; 2. Project name; 3. Contract title; 4. Project number; 5. Date; and 6. A reference statement. E. Submit communications on the forms referenced in this Section or in Section 01 33 00 “Document Management.” 1.04 PROJECT MEETINGS A. Pre-Construction Conference: 1. Attend a pre-construction conference; 2. The location of the conference will be determined by the Construction Manager; Project Coordination 01 31 13 - 2 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 3. The time of the conference will be determined by the Construction Manager, but will be after the Notice of Award is issued and not later than 15 days after the Notice to Proceed is issued; 4. The OPT, Contractor’s project manager and superintendent, representatives of utility companies, and representatives from major Subcontractors and Suppliers may attend the conference; and 5. Provide and be prepared to discuss: a. Preliminary construction schedule per Section 01 33 05 “Construction Progress Schedule”; b. Preliminary Schedule of Documents per Section 01 33 00 “Document Management”; c. Schedule of Values and anticipated schedule of payments per Section 01 29 00 “Application for Payment Procedures”; d. List of Subcontractors and Suppliers; e. Contractor’s organizational chart as it relates to this Project; and f. Letter indicating the agents of authority for the Contractor and the limit of that authority with respect to the execution of legal documents, contract modifications, and payment requests. B. Progress Meetings: 1. Attend meetings with the Construction Manager, Design Professional, and Owner. a. Meet monthly or as requested by the Construction Manager to discuss the Project. b. Meet at the Site or other location as designated by the Construction Manager. c. Contractor’s superintendent and other key personnel are to attend the meeting. Other individuals may be requested to attend to discuss specific matters. d. Notify the Construction Manager of any specific items to be discussed a minimum of 1 week prior to the meeting. 2. Provide information as requested by the Construction Manager, Design Professional or Owner concerning this Project. Prepare to discuss: a. Status of overall project schedule; b. Contractor’s detailed schedule for the next month; c. Anticipated delivery dates for equipment; d. Coordination with the Owner; e. Status of documents; f. Information or clarification of the Contract Documents; g. Claims and proposed modifications to the Contract; h. Field observations, problems, or conflicts; and Project Coordination 01 31 13 - 3 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 i. Maintenance of quality standards. 3. Construction Manager will prepare a record of meeting proceedings. Review the record of the meeting and notify the Construction Manager of any discrepancies within 10 days of the date the record of the meeting is provided. The record will not be corrected after the 10 days have expired. Corrections will be reflected in the record of the following meeting. C. Pre-Documentation and Pre-Installation Meetings: 1. Conduct pre documentation and pre installation meetings as required in the individual technical Specifications or as determined necessary by the Construction Manager (for example, instrumentation, roofing, concrete mix design, etc.). 2. Set the time and location of the meetings when ready to proceed with the associated Work. Submit a Notification by Contractor in accordance with Paragraph [1.07] for the meeting 2 weeks before the meeting. OPT must approve of the proposed time and location. 3. Attend the meeting and require the participation of appropriate Subcontractors and Suppliers in the meeting. 4. Construction Manager will prepare a record of meeting proceedings. Review the record of the meeting and notify the Construction Manager of any discrepancies within 10 days of the date the record of the meeting is provided. The record will not be corrected after the 10 days have expired. Corrections will be reflected in the record of the following meeting. D. Weekly Coordination Meetings: Meet on a weekly basis with the Construction Manager or designated on-site representative of the OPT to discuss Work planned for the following week, review coordination issues, testing required, or other issues. Records of these meetings are not required. 1.05 REQUESTS FOR INFORMATION A. Submit a Request for Information to the Construction Manager to obtain additional information or clarification of the Contract Documents. 1. Submit a separate Request for Information for each item on the form provided by the Construction Manager. 2. Attach adequate information to permit a response without further clarification. Construction Manager will return requests that do not have adequate information to the Contractor for additional information. Contractor is responsible for all delays resulting from multiple reviews due to inadequate information. 3. A response will be made when adequate information is provided. The response will be made on the Request for Information form provided by the Construction Manager. B. Response to a Request for Information is given to provide additional information, interpretation, or clarification of the requirements of the Contract Documents, and does not modify the Contract Documents. 1. Submit a Change Proposal per Section 01 26 00 “Change Management” if a contract modification is suggested or required. Project Coordination 01 31 13 - 4 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 C. Use the Decision Register to document decisions made at meetings and actions to be taken in accordance with Paragraph 1.06. D. Use the Action Item Register to document assignments for actions to be taken in accordance with Paragraph 1.06. 1.06 DECISION AND ACTION ITEM REGISTER A. Construction Manager will maintain a Decision Register to document key decisions made during meetings, telephone conversations, or visits to the Site using the format provided by the Construction Manager: 1. Review the Decision Register prior to each regular meeting. 2. Report any discrepancies to the Construction Manager for correction or discussion at the next monthly meeting. B. Construction Manager will maintain an Action Item Register in conjunction with the Decision Register to track assignments made during meetings, telephone conversations or visits to the Site using the format provided by the Construction Manager: 1. Review the Action Item Register prior to each regular meeting. 2. Report actions taken after the previous progress meeting on items in the register assigned to the Contractor or through the Contractor to a Subcontractor or Supplier to the Construction Manager. Report on status of progress 1 week prior to each progress meeting established in Paragraph 1.04 to allow Construction Manager to update the register prior to the Progress Meetings. 3. Be prepared to discuss the status at each meeting. C. Decisions or action items in the register that require a change in the Contract Documents will have the preparation of a Modification as an action items if appropriate. The Contract Documents can only be changed by a Modification. 1.07 NOTIFICATION BY CONTRACTOR A. Notify the Construction Manager of: 1. Need for testing; 2. Intent to work outside regular working hours; 3. Request to shut down facilities or utilities; 4. Proposed utility connections; 5. Required observation by Construction Manager, Engineer, or inspection agencies prior to covering Work; and 6. Training. B. Provide notification a minimum of 2 weeks in advance in order to allow OPT time to respond appropriately to the notification. C. Use the Notification by Contractor form provided by the Construction Manager. Project Coordination 01 31 13 - 5 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 1.08 REQUESTS FOR MODIFICATIONS A. Submit requests for Modifications per Section 01 26 00 “Change Management.” 1.09 RECORD DATA A. Submit information required by the Contract Documents that is not related to a product as Record Data using the form provided by the Construction Manager. 1.10 RECORD DOCUMENTS A. Maintain one complete set of printed Record Documents at the Site including: 1. Drawings; 2. Specifications; 3. Addenda; 4. Modifications; 5. Product Data and approved Shop Drawings; 6. Construction photographs; 7. Test Reports; 8. Clarifications and other information provided in Request for Information responses; and 9. Reference standards. B. Store printed Record Documents and Samples in the Contractor’s field office. 1. Record Documents are to remain separate from documents used for construction. 2. Provide files and racks for the storage of Record Documents. 3. Provide a secure storage space for the storage of Samples. 4. Maintain Record Documents in clean, dry, legible conditions, and in good order. 5. Make Record Documents and Samples available at all times for inspection by the OPT. C. Maintain an electronic record of Specifications and Addenda to identify products provided in PDF format. 1. Reference the Product Data number, Shop Drawing number, and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. D. Maintain an electronic record of Drawings in PDF format. 1. Reference the Product Data number, Shop Drawing number, and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. 3. Record information as construction is being performed. Do not conceal any Work until the required information is recorded. Project Coordination 01 31 13 - 6 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 4. Mark drawings to record actual construction. a. Depths of various elements of the foundation in relation to finished first floor datum or the top of walls. b. Horizontal and vertical locations of underground utilities and appurtenances constructed, and existing utilities encountered during construction. c. Location of utilities and appurtenances concealed in the Work. Refer measurements to permanent structures on the surface. Include the following equipment: 1) Piping; 2) Ductwork; 3) Equipment and control devices requiring periodic maintenance or repair; 4) Valves, unions, traps, and tanks; 5) Services entrance; 6) Feeders; and 7) Outlets. d. Changes of dimension and detail. e. Changes by Modifications. f. Information in Requests for Information or included in the Decision Register. g. Details not on the original Drawings. Include field verified dimensions and clarifications, interpretations, and additional information issued in response to Requests for Information. 5. Mark Drawings with the following colors: a. Highlight references to other documents, including Modifications in blue. b. Highlight mark ups for new or revised Work (lines added) in yellow. c. Highlight items deleted or not installed (lines to be removed) in red. d. Highlight items constructed per the Contract Documents in green. 6. Submit Record Documents to Construction Manager for review and acceptance 30 days prior to Final Completion of the Project. E. Applications for Payment will not be recommended for payment if Record Documents are found to be incomplete or not in order. Final payment will not be recommended without complete Record Documents. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION Document Management 01 33 00- 1 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 01 33 00 DOCUMENT MANAGEMENT PART 1 - GENERAL 1.01 SUMMARY A. Submit documentation as required by the Contract Documents and as requested by the Construction Manager. B. Use the Project Management Information System (PMIS) provided by the Construction Manager. Software for the PMIS is FNiManager which has the following system requirements: 1. Operating Systems: Windows 7 or later and OS X v10.8 or later. 2. Supported Internet Browsers: Internet Explorer 11.0 or later, Google Chrome 70.0 or later, Firefox 63.0 or later, Safari 11.0 or later, and Microsoft Edge 17.0 or later. 3. Screen Resolution: The recommended screen resolution is 1280 x 1024 or higher. The minimum screen resolution required to support all features is 1024 x 768. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, complete documents presented in a clear, easily understood manner. Documents not meeting these criteria will be returned without review as “Not Approved.” 1.03 CONTRACTOR’S RESPONSIBILITIES A. Review documents prior to submission. Make certifications as required by the Contract Documents and as indicated on Construction Manager provided forms. B. Provide a Schedule of Documents to list the documents that are to be submitted, the dates on which documents are to be sent to the Construction Manager for review. Use the form provided by the Construction Manager for this list. C. Incorporate the dates for processing documents into the Progress Schedule required by Section 01 33 05 “Construction Progress Schedule.” 1. Provide documents in accordance with the schedule so construction of the Project is not delayed. 2. Allow a reasonable time for the review of documents when preparing the Progress Schedule. Assume a 14-day review cycle for each document unless a longer period of time is indicated in the Contract Documents or agreed to by Construction Manager and Contractor. 3. Schedule delivery of review documents to provide all information for interrelated Work at one time. 4. Allow adequate time for processing documents so construction of the Project is not delayed. Document Management 01 33 00- 2 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 1.04 FORMS AND WORKFLOWS A. Use the forms or workflow process provided by the Construction Manager for project documentation. 1.05 DOCUMENT PREPARATION AND DELIVERY PROCEDURES A. Deliver documents in electronic format as directed by the Construction Manager. 1. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. 2. Deliver all documents in Portable Document Format (PDF). a. Create PDF document using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Provide PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the document. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. g. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. h. Use Bluebeam Revu software to reduce file size using default settings except the option for “Drop Metadata”. Uncheck the “Drop Metadata” box when reducing file size. i. Add footers to each document with the name of the Project. B. Software Requirements: 1. OPT and Contractor will each acquire the software and software licenses necessary to create and transmit Electronic Documents and to read and to use any Electronic Documents received from the other party (and if relevant from third parties), using the following software formats: Document Document Format Email .htm, .rtf, or .txt without formatting that impairs legibility of content on screen or in printed copies Submittals Bluebeam PDF Applications for Payment Bluebeam PDF and Microsoft® Excel Progress Schedules PDF and Schedule in Native Format Document Management 01 33 00- 3 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 Document Document Format Layouts and drawings to be submitted to Owner for future use and modification. Autodesk® AutoCAD .dwg format or Bentley® Microstation .dgn format Document submitted to OPT for future word processing use and modification.Microsoft® Word Spreadsheets and data submitted to OPT for future data processing use and modification.Microsoft® Excel 2. Software will be the version currently published at the time Contract is signed, unless a specific software version in listed in the Supplementary Conditions. Prior to using any updated version of the software required in this Section for sending Electronic Documents to the other party, the originating party will first notify and receive concurrence from the other party for use of the updated version or convert to comply with this Paragraph 1.05.B. 1.06 DOCUMENTATION A. Furnish documents as indicated in Section 01 33 01 “Document Register” or in the individual Specification Sections. Submit documents per the procedures described in the Contract Documents. B. Submit documents per the Specification Sections shown in the following table: Document Type Specification Section Application for Payment 01 29 00 Certified Test Report 01 33 02 for approval of product 01 40 00 to demonstrate compliance Change Management 01 26 00 Equipment Installation Report 01 75 00 Graphic Documentation 01 33 06 Notification by Contractor 01 31 13 Operation & Maintenance Manuals 01 33 04 Product Data 01 33 03 Progress Schedules 01 33 05 Record Data 01 31 13 Request for Information 01 31 13 Schedule of Values 01 29 00 Shop Drawing 01 33 02 Substitutions 01 26 00 Suppliers and Subcontractors 01 31 13 01 33 03 Document Management 01 33 00- 4 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION Document Register LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 01 33 01-1 01 33 01 DOCUMENT REGISTER Specification Section Specification Description Paragraph No. Types of Documents Required Product Information Sample or Mockup Operation Data Shop Drawings 01 33 02 - 1 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 01 33 02 SHOP DRAWINGS PART 1 - GENERAL 1.01 SUMMARY A. Shop Drawings are required for those products that cannot adequately be described in the Contract Documents to allow fabrication, erection, or installation of the product without additional detailed information from the Supplier. B. Submit Shop Drawings as required by the Contract Documents and as reasonably requested by the Construction Manager to: 1. Record the products incorporated into the Project; 2. Provide detailed information for the products proposed for the Project regarding their fabrication, installation, commissioning, and testing; and 3. Allow the Design Professional to advise the Owner if products proposed for the Project by the Contractor conform, in general, to the design concepts of the Contract Documents. C. Contractor’s responsibility for full compliance with the Contract Documents is not relieved by the review of Shop Drawings, Samples, or mockups. D. Submit a Change Proposal per Section 01 26 00 “Change Management” to request modifications to the Contract Documents, including those for approval of “or equal” products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. Deviations from the Contract Documents can only be approved Change Order or Field Order. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Shop Drawings not meeting these criteria will not be approved. B. Demonstrate that the proposed products are in full compliance with the design criteria and requirements of the Contract Documents, or will be if deviations requested per Paragraph 1.10 are approved. C. Furnish and install products that fully comply with the information included in the Shop Drawings. 1.03 CONTRACTOR’S RESPONSIBILITIES A. Furnish Shop Drawings for products as indicated in Section 01 33 01 “Document Register” or in the individual Specification Sections. B. Include Shop Drawings in the Document Register required by Section 01 33 00 “Document Management” to indicate the Shop Drawings to be submitted, the dates on which Shop Drawings are to be sent to the Construction Manager for review, and proposed dates that the product will be incorporated into the Project. C. Incorporate the dates for processing Shop Drawings into the Progress Schedule required by Section 01 33 05 “Construction Progress Schedule.” Shop Drawings 01 33 02 - 2 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 1. Submit Shop Drawings in accordance with the schedule so construction of the Project is not delayed. 2. Submit Shop Drawings for interrelated Work at one time. 3. Allow adequate time for ordering, fabricating, delivering, and installing products so construction of the Project is not delayed. D. Complete the following before submitting a Shop Drawing or Sample: 1. Prepare and review the Shop Drawing or Sample. Coordinate the Shop Drawing or Sample with other Shop Drawings and Samples, with the requirements of the Work, and the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information with respect to Shop Drawings and Samples; 3. Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and 4. Determine and verify information relative to Contractor’s responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. E. Determine and verify: 1. Field measurements, quantities, and dimensions are shown on the Shop Drawing and are accurate; 2. Location of existing structures, utilities, and equipment related to the Shop Drawing have been shown and conflicts between the products, existing structures, utilities, and equipment have been identified; 3. Conflicts that impact the installation of the products have been brought to the attention of the Construction Manager; 4. Shop Drawing is complete for its intended purpose; and 5. Conflicts between the Shop Drawing related to the various Subcontractors and Suppliers have been resolved. F. Review Shop Drawings prior to submitting to the Construction Manager. Certify that all Shop Drawings have been reviewed by the Contractor and are in strict conformance with the Contract Documents as modified by Addenda, Change Order, Field Order, or Contract Amendment when submitting Shop Drawings except for deviations specifically brought to the Construction Manager’s attention on an attached Shop Drawing Deviation Request form in accordance with Paragraph 1.09. G. Fabrication or installation of any products prior to the approval of Shop Drawings is done at the Contractor’s risk. Defective products may be rejected at the Owner’s option. H. Payment will not be made for products for which Shop Drawings or Samples are required until these are approved by the Construction Manager and Design Professional. Shop Drawings 01 33 02 - 3 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 1.04 DOCUMENTATION A. Provide adequate information in Shop Drawings and with Samples so the Design Professional can: 1. Assist the Owner in selecting colors, textures, or other aesthetic features. 2. Compare the proposed features of the product with the specified features and advise Owner that the product does, in general, conform to the Contract Documents. 3. Compare the performance features of the proposed product with those specified and advise the Owner that the product does, in general, conform to the performance criteria specified in the Contract Documents. 4. Review required certifications, guarantees, warranties, and service agreements for compliance with the Contract Documents. B. Include a complete description of the material or equipment to be furnished, including: 1. Type, dimensions, size, arrangement, model number, and operational parameters of the components; 2. Weights, gauges, materials of construction, external connections, anchors, and supports required; 3. Performance characteristics, capacities, engineering data, motor curves, and other information necessary to allow a complete evaluation of mechanical components; 4. All applicable standards; 5. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 6. Wiring and piping diagrams and related controls; 7. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and 8. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document that the measurements represent actual dimensions obtained at the Site. C. Submit Shop Drawings that require coordination with other Shop Drawings for fabrication at the same time. Shop Drawings requiring coordination with other Shop Drawings will not be approved until a complete package is submitted, unless approved by the Construction Manager. D. Submit information for all of the components and related equipment required for a complete and operational system in one Submittal. 1. Include electrical, mechanical, and other information required to indicate how the various components of the system function together as a system. 2. Provide certifications, warranties, and written guarantees and service contracts with the document package for review when these are required. Shop Drawings 01 33 02 - 4 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 1.05 SPECIAL CERTIFICATIONS AND REPORTS A. Provide all required special certifications, reports, and other documentation with the Shop Drawings as specified in the individual Specification Sections which may include: 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. This report is to demonstrate that the product, when installed, will meet the requirements of the Contract Documents and is part of the Shop Drawing. Field tests may be performed by the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Shop Drawing. 2. Certification of Local Field Service (CLS): A certified letter stating that field service is available from a factory or supplier approved service organization located within a 300-mile radius of the Site. Include the names, addresses, and telephone numbers of approved service organizations with the certificate. 3. Certification of Adequacy of Design (CAD): A certified letter from the manufacturer of the equipment stating that the equipment has been designed to be structurally stable and to withstand all imposed loads without deformation, failure, or adverse effects to the performance and operational requirements of the unit. The letter must state that mechanical and electrical components have been adequately sized to be fully operational for the conditions specified or normally encountered by the product’s intended use. 4. Certification of Applicator/Subcontractor (CSQ): A certified letter stating that the applicator or subcontractor proposed to perform a specified function is duly designated as factory authorized and trained for the application of the specified product. 1.06 EXTENDED SERVICE AGREEMENTS A. Provide Extended Service Agreements and related documents with the Product Data. An Extended Service Agreement is a contract between the Owner and an approved Subcontractor or Supplier to provide service and or maintenance beyond that required to fulfill requirements for warranty repairs, or to perform routine maintenance for a definite period beyond the one-year correction period specified in the General Conditions. B. An Extended Service Agreement does not relieve the Contractor from obligations under the one-year correction period or warranty provisions specified in the General Conditions. C. An Extended Service Agreement does not relieve the Contractor from obligations under the maintenance bond, if a maintenance bond is required by the Contract. D. Requirements for the Extended Service Agreement are described in the Specification Sections for each piece of equipment or system requiring an Extended Service Agreement. E. Enter into a contract with the service provider and assign the service contract to the Owner on the date Substantial Completion. Once assigned to the Owner, Contract requirements for the Extended Service Agreement will be complete and will not extend the Contract between the Owner and Contractor. Shop Drawings 01 33 02 - 5 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 F. Owner may require that a performance bond be provided for the Extended Service Agreement. Provide a separate bond meeting the same requirements as those for the Contractor’s performance bond if required. The bond will be in the amount of the Extended Service Agreement. G. Include an additional copy of Extended Service Agreements in operation and maintenance manuals. H. Provide a copy of Extended Service Agreements in a separate document in accordance with Section 01 70 00 “Execution and Closeout Requirements.” 1.07 SHOP DRAWING SUBMITTAL PROCEDURES A. Submit Shop Drawings to the Construction Manager. Send all documents in digital format for processing. 1. Provide all information requested. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. 2. Submit all documents in Portable Document Format (PDF) as required by Section 01 33 00 “Document Management.” Provide color PDF documents where color is required to interpret the Shop Drawing. Provide Samples and color charts per Paragraph 1.08. 3. Submit each specific product, class of material, or equipment system separately so these can be tracked and processed independently. Do not submit Shop Drawings for more than one independent system in the same Submittal. 4. Submit items specified in different Specification Sections separately unless they are part of an integrated system. 5. Define abbreviations and symbols used in Shop Drawings. a. Use terms and symbols in Shop Drawings consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the Shop Drawings. c. Provide a legend for symbols used on Shop Drawings. 6. Mark Shop Drawings to reference: a. Related Specification Sections; b. Drawing number and detail designation; c. Equipment designation or name; d. Schedule references; e. System into which the product is incorporated; and f. Location where the product is incorporated into the Project. B. Use the following conventions to markup Shop Drawings for review: 1. Make comments and corrections in the color blue. Add explanatory comments to the markup. Shop Drawings 01 33 02 - 6 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 2. Highlight items in black (redact) that are not being furnished when the Supplier’s standard drawings or information sheets are provided so that only the products to be provided are in their original color. 3. Make comments in yellow where selections or decisions by the Design Professional are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action requested of the Design Professional. 4. Make comments in orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on the Shop Drawing Deviation Request form. Include explanatory comments in the Shop Drawing Deviation Request form. 5. Mark dimensions with the prefix “FD” to indicate field verified dimensions on the Shop Drawings. C. Designate a document as requiring priority treatment to place the review of the Shop Drawing ahead of other Shop Drawings previously delivered. Shop Drawings are typically reviewed in the order received, unless Contractor requests that a different priority be assigned. Priority Shop Drawings will be reviewed before other Shop Drawings already received but not yet reviewed. Use of this priority designation for Shop Drawings may delay the review of Shop Drawings previously submitted. Contractor is responsible for delays resulting from the use of the priority designation status on Shop Drawings. D. Complete the certification required by Paragraph 1.03.G. 1.08 SAMPLE AND MOCKUP SUBMITTAL PROCEDURES A. Submit color charts and Samples for every product requiring color, texture, or finish selection. 1. Submit color charts and Samples only after Shop Drawings for the products have been approved. 2. Deliver all color charts and Samples at one time. 3. Provide Samples of adequate size to clearly illustrate the functional characteristics of the product, with integrally related parts and attachment devices. 4. Indicate the full range of color, texture, and patterns. 5. Deliver color charts and Samples to the field office and store for the duration of the Project. 6. Notify the Construction Manager that color charts and Samples have been delivered for approval using the Notification by Contractor form. 7. Submit color charts and Samples not less than 30 days prior to when these products are to be ordered or released for fabrication to comply with the Project schedule. 8. Remove Samples that have not been approved. Submit new Samples following the same process as for the initial Sample until Samples are approved. Shop Drawings 01 33 02 - 7 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 9. Dispose of Samples when related Work has been completed and approved and disposal is approved by the Construction Manager. At Owner’s option, Samples will become the property of the Owner. B. Construct mockups for comparison with the Work being performed. 1. Construct mockups from the actual products to be used in construction per the detailed specifications. 2. Construct mockups of the size and in the area indicated in the Contract Documents. 3. Construct mockups complete with texture and finish to represent the finished product. 4. Notify the Construction Manager that mockups have been constructed and are ready for approval using the Notification by Contractor form. Allow 2 weeks for Construction Manager to approve of the mockup before beginning the Work represented by the mockup. 5. Remove mockups that have not been approved. Construct new mockups following the same process as for the initial mockup until mockup is approved. 6. Protect mockups until Work has been completed and accepted by the Construction Manager. 7. Dispose of mockups when related Work has been completed and disposal is approved by the Construction Manager. 1.09 REQUESTS FOR DEVIATION A. Submit a Change Proposal per Section 01 26 00 “Change Management” to request modifications to the Contract Documents, including those for approval of “or equal” products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. B. Provide a Shop Drawing with the Change Proposal that clearly identifies deviations for any product or component of the product that does not fully comply with the Contract Documents using the Shop Drawing Deviation Request form provided by the Construction Manager. Mark deviations on the Shop Drawing per Paragraph 1.08.B. C. Include a description of why the deviation is required and the impact on Contract Price or Contract Times. Include the amount of any cost savings to the Owner for deviations that result in a reduction in cost. D. Identify each deviation request as a separate item. Include all requested deviations that must be approved as a group together and identify them as a single item. E. Construction Manager will issue a Field Order or Change Order to approve acceptable deviations. Approval of a requested Shop Drawing deviation by the Design Professional on the Shop Drawings Deviation Request form indicates approval of the requested deviation only on its technical merits as generally conforming to the Contract Documents. Deviations from the Contract Documents can only be approved by a Modification issued by the Construction Manager. Shop Drawings 01 33 02 - 8 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 1.10 CONSTRUCTION MANAGER AND DESIGN PROFESSIONAL RESPONSIBILITIES A. Shop Drawings will be received by the Construction Manager. Construction Manager will log the documents and forward to the Design Professional for review per this Section for general conformance with the Contract Documents. 1. Design Professional’s review and approval will be only to determine if the products described in the Shop Drawing or Sample will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. Design Professional’s review and approval will not extend to means, methods, techniques, sequences, or procedures of construction or to safety precautions or programs incident thereto. 3. Design Professional’s review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. B. Comments will be made on items called to the attention of the Design Professional for review and comment. Any marks made by the Design Professional do not constitute a blanket review of the document or relieve the Contractor from responsibility for errors or deviations from the Contract requirements. 1. Design Professional will respond to Contractor’s markups by either making markups directly in the Shop Drawing file using the color red or by attaching a Document Review Comments form with review comments keyed to the Drawings or Shop Drawing Deviation Request. 2. Shop Drawings that are reviewed will be returned with one or more of the following status designations: a. Approved: Shop Drawing is found to be acceptable as submitted. b. Approved as Noted: Shop Drawing is approved so long as corrections or notations made by Design Professional are incorporated into the Shop Drawing. c. Not Approved: Shop Drawing or products described are not acceptable. d. Cancelled: This action indicates that for some reason, the Shop Drawing is to be removed from consideration and all efforts regarding the processing of that document are to cease. 3. Shop Drawings will also be designated for one of the following actions: a. Documents Filed: Shop Drawing is acceptable without further action and has been filed as a record document. b. Shop Drawing Not Required: A Shop Drawing was not required by the Contract Documents. Resubmit the document per Section 01 33 03 “Product Data.” c. Cancelled: This action indicates that for some reason, the Shop Drawing is to be removed from consideration and all efforts regarding the processing of that document are to cease. Shop Drawings 01 33 02 - 9 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 d. Revise and Resubmit: Shop Drawing has deviations from the Contract Documents, significant errors, or is inadequate and must be revised and resubmitted for subsequent review. Actions “a” through “c” will close out the Shop Drawing review process and no further action is required as a Shop Drawing. Action “d” requires follow up action to close out the review process. 4. Drawings with a significant or substantial number of markings by the Contractor may be marked “Approved as Noted.” These drawings are to be revised to provide a clean record of the document. Proceed with ordering products as the documents are revised. 5. Dimensions or other data that do not appear to conform to the Contract Documents will be marked as “At Variance With” (AVW) the Contract Documents or other information provided. The Contractor is to make revisions as appropriate to comply with the Contract Documents. C. Bring deviations to the Shop Drawings to the attention of the Design Professional for approval by using the Shop Drawing Deviation Request form. Use a single line for each requested deviation so the Status and Action for each deviation can be determined for that requested deviation. If approval or rejection of a requested deviation will impact other requested deviation, then all related deviations should be included in that requested deviation line so the status and action can be determined on the requested deviation as a whole. D. Requested deviations will be reviewed as a possible Modification to the Contract Documents. 1. A requested deviation will be marked as “Not Approved” if the requested deviation is unacceptable. Contractor is to revise and resubmit the Shop Drawing with corrections for approval. 2. A Field Order will be issued by the Construction Manager for deviations approved by the Design Professional if the requested deviation is acceptable and if the requested deviation will not result in a change in Contract Price or Contract Times. Requested deviations from the Contract Documents may only be approved by Field Order. 3. A requested deviation will not be approved if the requested deviation is acceptable but the requested deviation will or should result in a change in Contract Price or Contract Times. Submit any requested deviation that requires a change in Contract Price or Contract Times as a Change Proposal for approval prior to resubmitting the Shop Drawing. E. Contractor is to resubmit a complete Shop Drawing incorporating revisions until it is acceptable and marked “Approved” or “Approved as Noted” and is assigned an action per Paragraph 1.11.B.3 that indicates that the Shop Drawing process is closed. F. Information that is submitted as a Shop Drawing that should be submitted as Product Data or other type of document, or is not required may be returned without review, or may be deleted. No further action is required and the Shop Drawing process for this document will be closed. Shop Drawings 01 33 02 - 10 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 1.11 RESUBMISSION REQUIREMENTS A. Make all corrections or changes required by the Design Professional in the document and resubmit to the Construction Manager until approved. B. Resubmit a complete Shop Drawing for each resubmittal. The last approved Shop Drawing must not rely on previous submissions. The final Shop Drawing is to provide a complete record for the Owner’s records. C. Revise initial drawings or data and resubmit as specified for the reviewed document. 1. Highlight or cloud in green those revisions which have been made in response to the previous reviews by the Design Professional. This will include changes previously highlighted or clouded in yellow to direct attention to Design Professional to items requiring selections, decisions by the Design Professional or highlighted or clouded in orange for a requested deviation from the Contract Documents, or comments in red made by the Construction Manager. 2. Highlight and cloud new items in yellow where selections or decisions by the Design Professional are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Design Professional. 3. Highlight and cloud new items in orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on the Shop Drawing Deviation Request form. Numbering for these new items is to start with the next number following the last Shop Drawing deviation requested. Include explanatory comments in the Shop Drawing Deviation Request form. D. Pay for excessive review of Shop Drawings. 1. Excessive review of Shop Drawings is defined as any review required after the original review has been made and the first resubmittal has been checked to see that corrections have been made. 2. Review of Shop Drawings or Samples will be an additional service requiring payment by the Contractor if the Contractor submits a substitution for a product for which a Shop Drawing or Sample has previously been approved, unless the need for such change is beyond the control of Contractor. 3. Cost for additional review time will be billed to the Owner by the Design Professional for the actual hours required for the review of Shop Drawings by Design Professional and in accordance with the rates listed in Section 00 73 00 “Supplementary Conditions.” 4. A set-off will be included in each Application for Payment to pay the cost for the additional review. The set-off will be based on invoices submitted to the Owner for these services. 5. Need for more than one resubmission or any other delay in obtaining Design Professional’s approval of Shop Drawings will not entitle the Contractor to an adjustment in Contract Price or an extension of Contract Times. Shop Drawings 01 33 02 - 11 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION Product Data 01 33 03 - 1 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 01 33 03 PRODUCT DATA PART 1 - GENERAL 1.01 SUMMARY A. Submit Product Data as required by the Contract Documents and as reasonably requested by the Construction Manager. Provide Product Data for all products unless a Shop Drawing is required for the same item. B. Submit Product Data to provide documents that allow the Owner to: 1. Record the products incorporated into the Project; 2. Record detailed information about products regarding their fabrication, installation, commissioning, and testing; and 3. Provide replacement or repair of products at some future date. C. Contractor’s responsibility for full compliance with the Contract Documents is not relieved by the receipt or cursory review of Product Data. D. Submit a Change Proposal per Section 01 26 00 “Change Management” to request modifications to the Contract Documents, including those for approval of “or equal” products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. Deviations from the Contract Documents can only be made by an approved Change Order or Field Order. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Product Data not meeting these criteria will not be accepted and must be resubmitted. 1.03 CONTRACTOR’S RESPONSIBILITIES A. Furnish Product Data for products as indicated in Section 01 33 01 “Document Register” or in the individual Specification Sections. B. Include Product Data in the Document Register required by Section 01 33 00 “Document Management” to indicate the Product Data to be submitted, the dates on which documents are to be sent to the Construction Manager for review, and proposed dates that the product will be incorporated into the Project. C. Complete the following before submitting Product Data: 1. Prepare Product Data and coordinate with Shop Drawings, Samples, Product Data for related products, and with the requirements of the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information; 3. Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and Product Data 01 33 03 - 2 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 4. Determine and verify information relative to Contractor’s responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. D. Determine and verify: 1. Field measurements, quantities, and dimensions are shown on the Product Data and are accurate; 2. Location of existing structures, utilities, and equipment related to the Product Data have been shown and conflicts between the products, existing structures, utilities, and equipment have been brought to the attention of the Construction Manager; 3. Conflicts that impact the installation of the products have been brought to the attention of the Construction Manager; 4. Product Data is complete for its intended purpose; and 5. Conflicts between the Product Data related to the various Subcontractors and Suppliers have been resolved. E. Review Product Data prior to submitting to the Construction Manager. Certify that all Product Data has been reviewed by the Contractor and is in strict conformance with the Contract Documents as modified by Addenda, Change Order, Field Order, or Contract Amendment when submitting Product Data. 1.04 DOCUMENTATION A. Include a complete description of the material or equipment to be furnished, including: 1. Type, dimensions, size, arrangement, model number, and operational parameters of the components; 2. Weights, gauges, materials of construction, external connections, anchors, and supports required; 3. Performance characteristics, capacities, engineering data, motor curves, and other information necessary to allow a complete evaluation of mechanical components; 4. All applicable standards; 5. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 6. Wiring and piping diagrams and related controls; 7. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and 8. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document that the measurements represent actual dimensions obtained at the Site. B. Submit information for all components and related equipment required for a complete and operational system in one submittal. 1. Include electrical, mechanical, and other information required to indicate how the various components of the system function together as a system. Product Data 01 33 03 - 3 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 2. Provide certifications, warranties, and written guarantees and service contracts with the document package for review when these are required. 1.05 SPECIAL CERTIFICATIONS AND REPORTS A. Provide all required certifications with the Product Data as specified in the individual Specification Sections: 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. This report is to demonstrate that the product when installed will meet the requirements of the Contract Documents and is part of the Product Data. Field tests may be performed by the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Product Data. 2. Certification of Local Field Service (CLS): A certified letter stating that field service is available from a factory or supplier approved service organization located within a 300-mile radius of the Site. Include the names, addresses, and telephone numbers of approved service organizations with the certificate. 3. Certification of Adequacy of Design (CAD): A certified letter from the manufacturer of the equipment stating that the equipment has been designed to be structurally stable and to withstand all imposed loads without deformation, failure, or adverse effects to the performance and operational requirements of the unit. The letter must state that mechanical and electrical components have been adequately sized to be fully operational for the conditions specified or normally encountered by the product’s intended use. 4. Certification of Applicator/Subcontractor (CSQ): A certified letter stating that the applicator or subcontractor proposed to perform a specified function is duly designated as factory authorized and trained for the application of the specified product. 1.06 WARRANTIES AND SERVICE AGREEMENTS A. Provide warranties and service agreements per Section 01 78 36 “Warranties and Service Agreements.” 1.07 EXTENDED SERVICE AGREEMENTS A. Provide Extended Service Agreements and related documents with the Product Data. An Extended Service Agreement is a contract between the Owner and an approved Subcontractor or Supplier to provide service and or maintenance beyond that required to fulfill requirements for warranty repairs, or to perform routine maintenance for a definite period beyond the one-year correction period specified in the General Conditions. B. An Extended Service Agreement does not relieve the Contractor from obligations under the one-year correction period or Warranty provisions specified in the General Conditions. C. An Extended Service Agreement does not relieve the Contractor from obligations under the maintenance bond, if a maintenance bond is required by the Contract. Product Data 01 33 03 - 4 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 D. Requirements for the Extended Service Agreement are described in the Specification Sections for each piece of equipment or system requiring an Extended Service Agreement. E. Enter into a contract with the service provider and assign the service contract to the Owner on the date of Substantial Completion. Once assigned to the Owner, Contract requirements for the Extended Service Agreement will be complete and will not extend the Contract between the Owner and Contractor. F. Owner may require that a performance bond be provided for the Extended Service Agreement. Provide a separate bond meeting the same requirements as those for the Contractor’s performance bond if required. The bond will be in the amount of the Extended Service Agreement. G. Include an additional copy of Extended Service Agreements in operation and maintenance manuals. H. Provide a copy of Extended Service Agreements in a separate document in accordance with Section 01 70 00 “Execution and Closeout Requirements.” 1.08 PRODUCT DATA SUBMITTAL PROCEDURES A. Submit Product Data to the Construction Manager. Send all documents in digital format for processing. 1. Provide all information requested. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. 2. Submit all documents in Portable Document Format (PDF) as required by Section 01 33 00 “Document Management.” Provide color PDF documents where color is required to interpret the Product Data. 3. Submit each specific product, class of material, or equipment system separately so these can be tracked and processed independently. Do not submit Product Data for more than one system in the same Submittal. 4. Submit items specified in different Specification Sections separately unless they are part of an integrated system. 5. Define abbreviations and symbols used in Product Data. a. Use terms and symbols in Product Data consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the Product Data. c. Provide a legend for symbols used on Product Data. 6. Mark Product Data to reference: a. Related Specification Sections; b. Drawing number and detail designation; c. Equipment designation or name; d. Schedule references; e. System into which the product is incorporated; and f. Location where the product is incorporated into the Project. Product Data 01 33 03 - 5 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 B. Complete the certification required by Paragraph 1.03.F. 1.09 CONSTRUCTION MANAGER AND DESIGN PROFESSIONAL RESPONSIBILITIES A. Product Data will be received by the Construction Manager, logged, and provided to Owner as the Project record. 1. Product Data may be reviewed to see that the information provided is adequate for the purpose intended. Product Data not meeting the requirements of Paragraph 1.02 may not be approved. 2. Product Data is not reviewed for compliance with the Contract Documents. Comments may be returned if deviations from the Contract Documents are noted during the cursory review performed to see that the information is adequate. 3. Contractor’s responsibility for full compliance with the Contract Documents is not relieved by the review of Product Data. Contract modifications can only be approved by a Change Order or Field Order. B. Construction Manager may take the following action in processing Product Data: 1. File Product Data as received if the cursory review indicates that the document meets the requirements of Paragraph 1.02. Document will be marked “Filed as Received” and “Documents Filed.” No further action is required on that Product Data. 2. Not approve the Product Data for one of the following reasons: a. The documentation requirements of the Contract Documents indicate that the document submitted as Product Data should have been submitted as a Shop Drawing. The Product Data will be marked “Not Approved” and “Submit as Shop Drawing.” No further action is required on this document as Product Data and the Product Data process will be closed. Resubmit the document as a Shop Drawing per Section 01 33 02 “Shop Drawings.” b. The cursory review indicates that the document does not meet the requirements of Paragraph 1.02. The Product Data will be marked “Not Approved” and “Revise and Resubmit.” Contractor is to resubmit the Product Data until it is acceptable and marked “Filed as Received.” When Product Data is filed, no further action is required and the Product Data process will be closed. c. The Product Data is not required by the Contract Documents nor is applicable to the Project. The Product Data will be marked “Not Approved” and “Cancelled.” No further action is required and the Product Data process will be closed. C. Contractor is to resubmit the Product Data until it is acceptable and marked “Filed as Received.” PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION Construction Progress Schedule 01 33 05 - 1 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 01 33 05 CONSTRUCTION PROGRESS SCHEDULE PART 1 - GENERAL 1.01 SUMMARY A. Prepare and submit a Progress Schedule for the Work and update the schedule on a monthly basis for the duration of the Project. B. Provide Progress Schedule in adequate detail to allow Owner to monitor progress and to relate submittal processing to sequential activities of the Work. C. Incorporate Contract Milestones into the schedule and show activities leading to achievement of these milestones. D. Assume complete responsibility for maintaining the progress of the Work per the Progress Schedule submitted. 1.02 DOCUMENTATION A. Submit the schedules to the Construction Manager. Send all documents in digital format for processing. B. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. C. Provide schedules, schedule updates and revisions to the Construction Manager in electronic format in its originating software and in Portable Document Format (PDF) as required by Section 01 33 00 “Document Management.” D. Submit a preliminary Progress Schedule at the pre-construction conference. E. Submit a detailed Progress Schedule at least 10 days prior to the first payment request. F. Submit Progress Schedule updates monthly within 10 days after submitting Applications for Payment to indicate the progress made on the Project to the closing date for the Application for Payment. Failure to submit Progress Schedules will cause delay in the review and approval of subsequent Applications for Payment. 1.03 PROGRESS SCHEDULE REQUIREMENTS A. Progress Schedule is to be in adequate detail to: 1. Ensure adequate planning, scheduling, and reporting during the execution of the Work; 2. Ensure the coordination of the Work of the Contractor and the various Subcontractors and Suppliers; 3. Monitor the progress of the Work; and 4. Evaluate the impact of proposed changes to the Contract Times and Project Schedule. B. Provide personnel with 5 years’ minimum experience in scheduling construction work comparable to this Project. Prepare the Progress Schedule using acceptable scheduling software. Construction Progress Schedule 01 33 05 - 2 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 C. Provide the Progress Schedule in the form of a computer-generated critical path schedule which includes Work to be performed on the Project. It is intended that the Progress Schedule accomplish the following: 1. Give early warning of delays in time for correction. 2. Provide detailed plans for the execution of the Work in the form of future activities and events in sequential relationships. 3. Establish relationships of significant planned Work activities and provide a logical sequence for planned Work activities. 4. Provide continuous current status information. 5. Allow analysis of the Contractor’s program for the completion of the Project. 6. Permit schedules to be revised when the existing schedule is not achievable. 7. Log the progress of the Work as it actually occurs. D. Provide a time-scaled horizontal bar chart which indicates graphically the Work scheduled at any time during the Project. The chart is to indicate: 1. Complete sequence of construction by activity; 2. Identification of the activity by structure, location, and type of Work; 3. Chronological order of the start of each item of Work; 4. The activity start and stop dates; 5. The activity duration; and production rates used to determine the duration; 6. Successor and predecessor relationships for each activity; 7. A clearly indicated single critical path; and 8. Projected percentage of completion, based on dollar value of the Work included in each activity as of the first day of each month. E. Provide a Progress Schedule for Submittals: 1. Indicate the specific dates each document is to be delivered to the Construction Manager. 2. Allow a reasonable time to review each document, taking into consideration the size and complexity of the document, other documents being processed, and other factors that may affect review time. 3. Include time for making revisions to the Shop Drawings and resubmitting the Shop Drawing for at least a second review. 4. Assume a 14-day review cycle for each time a Shop Drawing is submitted for review unless a longer period is indicated in the Contract Documents or provided by the Construction Manager. 5. Contractor is responsible for delays associated with additional time required to review incomplete or erroneous documents and for time lost when documents are submitted for products that do not meet specification requirements. Construction Progress Schedule 01 33 05 - 3 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 1.04 PROGRESS SCHEDULE REVISIONS A. Revise the Progress Schedule if it appears that the schedule no longer represents the actual progress of the Work. 1. Submit a Plan of Action for schedule recovery if the Progress Schedule or earned value analysis indicates that the Project is more than 30 days behind schedule. The report is to include: a. Number of days behind schedule; b. Narrative description of the steps to be taken to bring the Project back on schedule; and c. Anticipated time required to bring the Project back on schedule. 2. Submit a revised Progress Schedule indicating the action that the Contractor proposes to take to bring the Project back on schedule. B. Revise the Progress Schedule to indicate any adjustments in Contract Times approved by a Modification. 1. Include a revised Progress Schedule with Change Proposals if a change in Contract Times is requested. 2. Construction Manager will deem any Change Proposal that does not have a revised Progress Schedule and request for a change in Contract Times as having no impact on the ability of the Contractor to complete the Project within the Contract Times. C. Updating the Progress Schedule to reflect actual progress is not considered a revision to the schedule. D. Applications for Payment will not be recommended for payment without a revised Progress Schedule and if required, the report indicating the Contractor’s plan for bringing the Project back on schedule. 1.05 FLOAT TIME A. Define float time as the amount of time between the earliest start date and the latest start date of a chain of activities on the construction schedule. B. Float time is not for the exclusive use or benefit of either the Contractor or Owner. C. Where several subsystems each have a critical path, the subsystem with the longest time of completion is the critical path and float time is to be assigned to other subsystems. D. Schedule completion date must be the same as the Contract completion date. Time between the end of construction and the Contract completion date is float time. 1.06 MODIFICATION OF CONTRACT TIMES A. Contract Times cannot be changed by the submission of a Progress Schedule. Contract Times can only be modified by a Change Order or Contract Amendment. B. Submit a Change Proposal for any proposed change in Contract Times, and include justification for the change in accordance with the provisions of the Contract Documents. Construction Progress Schedule 01 33 05 - 4 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 1.07 NEAR-TERM LOOK AHEAD SCHEDULES A. Provide a near-term look ahead schedule (NTLA Schedule) every 30 days, typically at periodic coordination meetings, using the form provided by the Construction Manager which shows the days of planned activity for the following: 1. Submittals to be provided and day of anticipated return; 2. Equipment and material deliveries; 3. Arrival and departure of key construction equipment; and 4. Activities for the Contractor and each Subcontractor. B. Coordinate NTLA Schedule with Project Schedule. Submit a report with each NTLA Schedule identifying deviations from the Project Schedule. C. Submit a report of near-term work planned in the previous NTLA Schedule that was delayed or not executed by marking actual activity on the previous near term look ahead schedule. Provide explanation of why planned work was not executed and plan to execute in the future and regain time lost. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION Graphic Documentation 01 33 06 - 1 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 01 33 06 GRAPHIC DOCUMENTATION PART 1 - GENERAL 1.01 SUMMARY A. Provide aerial photographs of the completed Project. Include one photograph for each storm sewer line of the Project with adequate overlap to provide a continuous photograph of the Project without gaps. Each photograph should be taken from approximately the same distance above ground and that the same angle to provide a consistent perspective. B. Provide a video recording of the Site. 1. Record the condition of all existing facilities in or abutting the construction area (right- of-way) including streets, curbs and gutter, utilities, driveways, fencing, landscaping, etc., prior to the beginning of construction. Record after construction staking is complete but prior to any clearing. Provide one copy of the dated and labeled recording to the Construction Manager before the start of construction. Provide additional recording as directed by the Construction Manager if the recording provided is not considered suitable for the purpose of recording pre-existing conditions. 2. Provide a video recording of the completed Project. Make the recording from approximately the same distance above ground and that the same angle to provide a consistent perspective. Record the Project while flying the same direction for all segments. 3. Format must allow photographic still shots to be extracted from the video recording. C. All photographs and video recordings are to become the property of the Owner. Photographs or recordings may not be used for public or private publication or display without the written consent of the Owner. 1.02 DOCUMENTATION A. Submit photographic documentation and two DVDs of the video recording in accordance with Section 01 33 00 “Document Management.” 1.03 QUALITY ASSURANCE A. Provide clear photographs and video recordings taken with proper exposure. View photographs and video recordings in the field and take new photographs or video recordings immediately if photos of an adequate print quality cannot be produced or video quality is not adequate. Provide photographs with adequate quality and resolution to permit enlargements. PART 2 - PRODUCTS 2.01 PHOTOGRAPHS A. Provide photographs in digital format with a minimum resolution of 1280x960, accomplished without a digital zoom. Graphic Documentation 01 33 06 - 2 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 B. Take photographs at locations acceptable to the Construction Manager. C. Provide two color prints of each photograph and a digital copy on a DVD of each photograph taken. D. Identify each print on back with: 1. Name of the Project. 2. Date, time, location, and orientation of the exposure. 3. Description of the subject of photograph. E. Submit photograph in clear plastic sheets designed for photographs. Place only one photograph in each sheet to allow the description on the back to be read without removing the photograph. F. Final photographs are to include two 8-inch x 10-inch glossy color prints for each of the 10 photographs selected by the Construction Manager. These photographs are in addition to normal prints. 2.02 VIDEO RECORDING A. Provide video recordings in digital format on a DVD that can be played with Windows Media Player in common format in full screen mode without loss of resolution. B. Identify Project on video by audio or visual means. C. Provide video with file size that does not exceed 1 GB. D. Provide video resolution of at least 1080p. E. The quality of the video must be sufficient to determine the existing conditions of the construction area. Camera panning must be performed while at rest; do not pan the camera while walking or driving. Camera pans should be performed at intervals sufficient to clearly view the entire construction area. F. Label the DVD with construction stationing. Stationing is to be annotated in the video. G. The entire construction area recording must be submitted at once. Sections submitted separately will not be accepted. H. Linear projects should be recorded linearly from beginning to end. PART 3 - EXECUTION (NOT USED) END OF SECTION Quality Management 01 40 00 - 1 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 01 40 00 QUALITY MANAGEMENT PART 1 - GENERAL 1.01 OVERVIEW A. Quality management refers to the overall process of delivering a completed Project to the Owner that complies with the requirements of the Contract Documents. Quality management applies to documentation, products, services and the Work. B. The Contractor is responsible for the quality of documentation, products, services and the Work provided. 1. Contractor is to integrate quality control procedures into the execution of the Work that are adequate to produce a Project that meets the requirements of the Contract Documents while minimizing loss of time and increased cost. Contractor is solely responsible for time and cost impacts of correcting Defective Work. 2. Contractor is to provide all testing and inspection required to control the quality of the Work in progress to determine that completed Work will comply with the requirements of the Contract Documents. 3. Contractor is to provide verification or acceptance testing as required by the Contract Documents to demonstrate that the completed Work complies with the requirements of the Contract Documents, except for those test that the OPT has determined are to be conducted independent of the Contractor and identified as OPT testing in the Owner’s Quality Management Plan. 1.02 STANDARDS A. Provide testing laboratories that comply with the American Council of Independent Laboratories (ACIL) “Recommended Requirements for Independent Laboratory Qualifications.” B. Perform testing per recognized test procedures as listed in the various Sections of the Specifications, standards of the State Department of Transportation, ASTM International (American Society for Testing and Materials), or other testing associations. Perform tests in accordance with published procedures for testing issued by these organizations. 1.03 DOCUMENTATION A. Provide documentation which includes: 1. Contractor’s Quality Management Plan that establishes the methods of ensuring compliance with the Contract Documents. Submit this plan as Product Data per Section 01 31 13 “Project Coordination.” 2. A statement of qualifications for any proposed testing laboratory that includes a list of the engineers and technical staff that will provide testing services on the Project, descriptions of the qualifications of these individuals, list of tests that can be Quality Management 01 40 00 - 2 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 performed, equipment used with date of last certification, and a list of recent projects for which testing has been performed with references for those projects. 3. Certified Test Reports for products to be incorporated into the Project. Provide reports to indicate that the proposed products comply with the Contract Documents or indicate that the proposed products do not comply with the Contract Documents and why those products do not comply. Submit Certified Test Reports as part of a Shop Drawing submitted per Section 01 33 02 “Shop Drawings.” 4. Certified Test Reports for inspections and testing required in this Section and in other Sections of the Specifications. Provide reports to indicate that the Work complies with the Contract Documents or indicate that the Work does not comply with the Contract Documents and why the Work does not comply. Submit these test reports on forms provided by the Construction Manager per Section 01 33 00 “Document Management.” 5. Certified Test Reports of Defective Work and Certified Test Reports documenting that successful corrective action has produced Work that complies with the Contract Documents. Construction Manager will maintain a Defective Work register. Progress on correction of Defective Work will be discussed at progress meetings as described in Paragraph 1.05.E. The final Defective Work register will be incorporated into closeout documentation required per Section 01 70 00 “Execution and Closeout Requirements” as a record that all Defective Work has been corrected. 1.04 OWNER’S QUALITY MANAGEMENT ACTIVITIES A. OPT may perform its own verification testing independent of the Contractor. Owner’s Quality Management Plan describes the OPT’s anticipated verification testing program for this Project. The preliminary testing plan is shown in Paragraph 3.05. This plan outlines the anticipated testing in general terms and may not reflect the actual testing performed by the OPT. Actual testing will depend on the Contractor’s means, methods, and procedures of construction which will not be known until the Contractor submits the Contractor’s Quality Control Plan (CQCP) to the OPT. There is no guarantee that all testing in the preliminary OQMP included in the Bidding/Proposal Documents will be performed by the OPT. Contractor will arrange and pay for all production control testing deemed necessary by the Contractor to produce quality results. B. Quality management activities of the OPT are for verifying the results of the Contractor’s Work complies with the requirements of the Contract Documents. Performance or non- performance of verification activities by the OPT: 1. Does not relieve the Contractor of its responsibility to provide Work and furnish products that comply with the requirements of the Contract Documents; 2. Does not relieve the Contractor of its responsibility to provide adequate quality control measures to produce quality documents, products, services or Work; 3. Does not relieve the Contractor of its responsibility for damage to or loss of Work or products before OPT’s acceptance; and 4. Does not affect the continuing rights of the Owner after OPT’s acceptance of the completed Work. Quality Management 01 40 00 - 3 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 C. The Work is subject to OPT’s observations or testing at any time. Products which have been tested or inspected and accepted by the OPT at a supply source or staging area may be inspected or tested again by the OPT before, during, or after incorporation into the Work and rejected if products do not comply with the Contract Documents. Verification testing performed by the OPT will be paid for by the Owner, except for testing related to Defective Work as discussed in Paragraph 3.03. 1.05 CONTRACTOR’S RESPONSIBILITIES A. Review the OQMP and provide a Contractor’s Quality Control Plan (CQCP) outlining testing to be provided by the Contractor per Paragraph 1.07. B. Implement the CQCP to provide Work that complies with the requirements of the Contract Documents. 1. Provide quality documents meeting the requirements of the Contract Documents. 2. Provide services meeting the requirements of the Contract Documents. 3. Provide the services of a Construction Materials Inspection and Testing (CMIT) provider meeting the requirements of this Section to provide testing required by the Contract Documents to demonstrate that products proposed for the Project in Shop Drawings and Product Data fully comply with the Contract Documents. 4. Inspect and test products to be incorporated into the Project to identify defects before installing them. Do not install Defective products. Conspicuously mark Defective products and remove from the Site. If products are installed before the defect is recognized, remove the Defective products, mark them as Defective and remove them from the Site when the defect is recognized. 5. Integrate production quality control measures into construction activities to produce Work meeting the requirements of the Contract Documents. Inspect self-performed Work and the Work of Subcontractors and Suppliers to identify defects. Correct or replace Defective Work. 6. Provide facilities, equipment, and Samples required for inspections and tests. a. Give the Construction Manager adequate notice before proceeding with Work that would interfere with inspections or testing. b. Notify the Construction Manager and CMIT provider prior to the time that testing is required, providing adequate lead time to allow arrangements for inspections or testing to be performed. c. Do not proceed with Work that would impact the ability to correct defects, or with Work that would require that it be removed to correct defects, until testing is complete, and test results indicate that the corrected Work is acceptable. d. Provide safe access for all CMIT activities, including those to be conducted as part of the Owner’s Quality Management Program. e. Cooperate fully with the performance of sampling, inspection, and testing. Provide personnel to assist with sampling or to assist in making inspections and field tests. Quality Management 01 40 00 - 4 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 f. Provide Samples and products in adequate quantities for testing at the Site or at the production source of the product for testing. g. Provide facilities required to store and cure test Samples. h. Provide calibrated scales and measuring devices for OPT’s use in performing inspections and testing. i. Provide adequate lighting to allow OPT observations. j. Make Contract Documents available to testing agencies when requested. C. Perform tests as indicated in Contract Documents. All verification testing is to be observed by the Construction Manager or its designated representative. D. Submit test reports to the Construction Manager. E. Provide an update on quality control activities performed the previous month and planned for the coming month at monthly progress meetings required by Section 01 31 13 “Project Coordination.” F. Determine testing or inspections required to implement the CQCP. Include costs for additional testing and inspections required to meet Contractor’s quality control obligations in the Contract Price. 1.06 CONTRACTOR’S QUALITY CONTROL MANAGER A. Provide a Quality Control Manager for the Project. The Quality Control Manager must have authority to reject Defective Work, redirect the efforts of the Contractor, Subcontractor and Suppliers to correct Defective Work and implement steps to prevent future Defective Work. B. The resident superintendent or an approved assistant can serve as Quality Control Manager, provided other duties will allow adequate time to serve in this capacity. 1.07 CONTRACTOR’S QUALITY CONTROL PLAN A. Provide a CQCP that describes testing and inspections for Work performed at the Site and at remote locations. Include Work by Subcontractors and Suppliers. The CQCP is to include: 1. A description of the quality control organization, including an organization chart showing lines of authority to control the quality of Work; 2. Documentation describing name, qualifications (in resume format), duties, responsibilities, and level of authority of the Quality Control Manager.; 3. The name, qualifications (in resume format), duties, responsibilities, and authorities of other persons assigned a quality control function; 4. Procedures for scheduling, reviewing, certifying, and managing documentation including documentation provided by Subcontractors and Suppliers; 5. Control, verification, and acceptance testing procedures for each specific test. Include: a. Name of tests to be performed, b. Specification paragraph requiring test, Quality Management 01 40 00 - 5 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 c. Parameters of Work to be tested, d. Test frequency, e. Persons responsible for each test, and f. Applicable industry testing standards and laboratory facilities to be used for the test; 6. Incorporate the testing specified in the OQMP into the CQCP, specifically identifying the tests or inspections that will be provided by the OQMP; 7. Procedures for tracking and documenting quality management efforts per Paragraph 1.03. 8. Reporting procedures which incorporate the use of forms provided by the Construction Manager. 9. The name of the proposed testing laboratories along with documentation of qualifications per Paragraph 1.03. B. Use the Contractor’s Quality Control Plan Checklist provided by the Construction Manager to review the CQCP before submitting and include a copy of the completed checklist with the CQCP. Do not begin Work until the CQCP is accepted. Submit an interim plan covering only the portion of Work to be performed if the Contractor plans to begin Work prior to submitting the complete CQCP for the Project. Do not begin Work on other parts of the Project until the complete CQCP is accepted. C. Meet with the OPT 7 days after CQCP is submitted and before start of construction to discuss the CQCP. D. Notify the Construction Manager of any changes to the CQCP or quality control personnel. 1.08 CONTRACTOR’S USE OF OWNER’S TEST REPORTS A. Contractor will receive copies of all test reports documenting Owner’s verification tests. Contractor is entitled to rely on the accuracy of these tests results and use these as part of its quality control efforts. B. Contractor may submit a Change Proposal if the Owner’s testing program deviates significantly from the OQMP. Contractor must demonstrate that actual testing and inspection costs were incurred implementing the CQCP as a result of OPT’s decision to not provide testing described in the OQMP. 1.09 LIMITATION OF AUTHORITY OF THE TESTING LABORATORY A. The testing laboratory representatives are limited to providing testing services and interpreting the results of the test performed. B. The testing laboratory is not authorized to: 1. Alter the requirements of the Contract Documents; 2. Accept or reject any portion of the Work; 3. Perform any of the duties of the Contractor; or 4. Direct or stop the Work. Quality Management 01 40 00 - 6 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 1.10 TEST REPORTS A. Certified Test Reports are to be prepared for all tests. 1. Tests performed by testing laboratories may be submitted on their standard test report forms if acceptable to the OPT using the process directed by the Construction Manager. These reports must include the following: a. Name of the Owner, Project title and number, and name of the Contractor; b. Name, address, and telephone number of the laboratory; c. Name and signature of the laboratory personnel performing the test; d. Description of the product being sampled or tested; e. Date and time of sampling, inspection, and testing; f. Date the report was issued; g. Description of the test performed; h. Weather conditions and temperature at time of test or sampling; i. Location at the Site or structure where the test was taken; j. Standard or test procedure used in making the test; k. A description of the results of the test; l. Statement of compliance or non-compliance with the Contract Documents; and m. Interpretations of test results, if appropriate. 2. Submit reports on tests performed by Contractor, Subcontractors, or Suppliers on the as directed by the Construction Manager. 3. OPT will prepare test reports on tests performed by the OPT. B. Submit test reports as directed by the Construction Manager within 24 hours of completing the test. Flag tests reports with results that do not comply with Contract Documents for immediate attention. Notify the Construction Manager using acceptable means other than the test report, immediately of any test that fails to comply with the Contract Documents. 1.11 DELIVERY, STORAGE, AND HANDLING A. Handle and protect test specimens of products and construction materials at the Site in accordance with recognized test procedures. Provide facilities for storing, curing, and processing test specimens as required by test standards to maintain the integrity of Samples. Transport test specimens in a manner to prevent damage to specimens while in transit. PART 2 - PRODUCTS 2.01 TESTING APPARATUS A. Furnish testing apparatus and related accessories necessary to perform the tests. Quality Management 01 40 00 - 7 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 2.02 SAMPLE PRODUCTS A. Provide Samples of products in adequate quantity for testing. PART 3 - EXECUTION 3.01 IMPLEMENTING CONTRACTOR’S QUALITY CONTROL PLAN A. Perform quality control observations and testing as required in each Section of the Specifications and where indicated on the Drawings. B. Include the following phases for each definable work task. A definable work task is one which is separate and distinct from other tasks, has separate control requirements, may be provided by different trades or disciplines, or may be work by the same trade in a different environment. 1. Planning Phase: Perform the following before beginning each definable work task: a. Review the Contract Documents. b. Review documents the Contractor will submit and determine that they are complete in accordance with the Contract Documents. c. Check to ensure that all materials and/or equipment have been tested, submitted, and approved. d. Examine the work area to ensure that all required preliminary Work has been completed and complies with the Contract Documents. e. Examine required materials, equipment, and sample Work to ensure that they are on hand, conform to Contract Documents, Shop Drawings and Product Data, and are properly stored. f. Review requirements for quality control inspection and testing. g. Discuss procedures for controlling quality of the Work. Document construction tolerances and workmanship standards for the work task. h. Check that the portion of the plan for the Work to be performed incorporates document review comments. i. Discuss results of planning phase with the Construction Manager. Conduct a meeting attended by the Construction Manager, Quality Control Manager, superintendent, other quality control personnel as applicable, and the foreman responsible for the work task. Instruct applicable workers as to the acceptable level of workmanship required to meet the requirements of the Contract Documents. Document the results of the planning phase actions by separate meeting minutes prepared by the Quality Control Manager and attached to the quality control report. j. Do not move to the next phase unless results of investigations required for the planning phase indicate that requirements have been met. Quality Management 01 40 00 - 8 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 2. Work Phase: Complete this phase after the planning phase: a. Notify the Construction Manager at least 1 week in advance of beginning the Work and discuss the review of the planning phase effort to indicate that requirements have been met. b. Check the Work to ensure that it is in full compliance with the Contract Documents. c. Verify adequacy of controls to ensure full compliance with Contract Documents. Verify required control inspection and testing is performed. d. Verify that established levels of workmanship meet acceptable workmanship standards. Compare with required Sample panels as appropriate. e. Repeat the work phase for each new crew to work on-site, or any time acceptable specified quality standards are not being met. 3. Follow-Up Phase: Perform daily checks to ensure control activities, including control testing, are providing continued compliance with contract requirements: a. Make checks daily and record observations in the quality control documentation. b. Conduct follow-up checks and correct all defects prior to the start of additional work tasks that may be affected by the Defective Work. Do not build upon nor conceal Defective Work. c. Conduct a review of the Work at least 1 month prior to the expiration of the correction period prescribed in the General Conditions with the OPT. Correct defects as noted during the review. C. Conduct additional planning and work phases if: 1. The quality of on-going Work is unacceptable; 2. Changes are made in applicable quality control staff, on-site production supervision, or crews; 3. Work on a task is resumed after a substantial period of inactivity; or 4. Other quality problems develop. 3.02 DEFECTIVE WORK A. Immediately correct any Defective Work or notify the Construction Manager why the Work is not to be corrected immediately and when corrective action will be completed. B. Work performed that is connected or adjacent to Defective Work or Work that would have to be removed to correct Defective Work is also considered to be Defective. Contractor is responsible for all costs associated with replacing any acceptable Work that must be removed, or might be damaged by corrective actions. C. Document Defective Work, corrective actions taken to correct defects and that corrected Work complies with the Contract Documents. D. Implement countermeasures to prevent future Defective Work. Quality Management 01 40 00 - 9 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 E. No payment will be made for Defective Work. Remove Work from the Application for Payment if Work paid for on a previous Application for Payment is found to be Defective. F. Owner will withhold payment for Defective Work or Work that has not been tested or inspected in accordance with the CQCP, OQCP, or the Contract Documents. 3.03 VERIFICATION TESTING FOR CORRECTED DEFECTS A. Provide verification testing on corrected Work when corrective action is complete to demonstrate that the corrected Work complies with the Contract Documents. Conduct the same tests or inspections used to determine that the original Work was Defective. Different tests or methods may be used if approved by the OPT. Document that Defective Work has been corrected with the Construction Manager. B. Pay for verification testing until Work meets quality requirement set forth in the Contract Documents. OPT may perform verification testing as part of its Quality Management Program and impose a Set-off to recover the cost for this testing. 3.04 OWNER’S PRELIMINARY QUALITY CONTROL PLAN Spec. Section Test / Frequency OPT or Contractor 03 30 00 Compressive strength. One set of three cylinders for each concrete placement with one additional set of cylinders for each 50 yards in a single placement. OPT All Pipes Pressure and leakage test (entire pipeline) Contractor All Pipes Internal deflection testing of pipelines Contractor 31 23 33 Density and Moisture. One test per 12” lift for every 200 linear feet of trench. OPT Factory witness testing OPT COL Ch. 8 Density and Moisture. Subgrade and base – one test for every 300 linear feet of trench. OPT COL Ch. 8 Density. HMAC – one test every 300 linear feet of trench. OPT END OF SECTION Temporary Facilities and Controls 01 50 00 - 1 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 01 50 00 TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.01 SUMMARY A. Provide temporary facilities, including OPT’s field office, Contractor’s field offices, storage sheds, workshops, and other facilities needed to complete the Work. B. Provide temporary utilities needed to support the operation of the facilities and construction activities. C. Provide and maintain temporary project identification signs for Owner and Texas Water Development Board. D. Provide temporary informational signs to identify key elements of construction and direct the flow of traffic. E. Provide a weatherproof kiosk for display of permits and other notices required by Laws and Regulations. 1.02 DOCUMENTATION A. Submit a Shop Drawing, in accordance with Section 01 33 02 “Shop Drawings,” showing a scaled office floor plan prior to installation of OPT’s field office. Include details for: 1. Telephone equipment; 2. Internet equipment; 3. Computer equipment; 4. Security/alarm systems; and 5. Office furniture and appliances. 1.03 QUALITY ASSURANCE A. Inspect and test each utility before using facilities. Arrange for all required inspections and tests by regulatory agencies, and obtain required certifications and permits for use of facilities. 1.04 DELIVERY, STORAGE, AND HANDLING A. Transport, unload, and set up all temporary buildings and utilities. 1.05 JOB CONDITIONS A. Locate buildings and sheds at the Site as indicated or as approved by the OPT. B. Prepare the Site by removing trees, brush, or debris and performing demolition or grubbing needed to clear a space adequate for the structures. C. Provide Contractor’s temporary facilities and utilities in time to avoid delays in the performance of the Work. Temporary Facilities and Controls 01 50 00 - 2 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 D. Provide OPT’s field office, complete and ready for occupancy, and use no later than 7 days after the Notice to Proceed. Applications for Payment will not be processed until OPT’s field office facilities are completed and approved. E. Provide and maintain temporary facilities and utilities. F. Operate temporary facilities in a safe and efficient manner. 1. Restrict loads on utilities to operate within their designed or designated capacities. 2. Provide sanitary conditions. Prevent public nuisance or hazardous conditions from developing or existing at the Site. 3. Prevent freezing of pipes, flooding, or the contamination of water. 4. Maintain site security and protection of the facilities. G. Remove temporary facilities and utilities when construction is complete and removal is approved by the Construction Manager. PART 2 - PRODUCTS 2.01 SIGN MATERIALS A. Provide wood or metal signs in sound condition, structurally adequate to withstand wind and weather. B. Provide 3/4-inch exterior grade A/D face veneer plywood with medium density overlay for sign surface. C. Provide galvanized or stainless steel bolts, brackets, fasteners, and other hardware. D. Provide exterior quality coatings. 2.02 OPT FIELD OFFICES A. Provide and continuously maintain OPT’s field office separate from Contractor’s field office. Provide an office with a minimum nominal size of 24 feet by 60 feet. 1. Office and/or materials of construction may be new or slightly used but must be serviceable, adequate for the intended purpose, acceptable to the Construction Manager, and must not violate codes or regulations. 2. Offices are to be structurally sound, weather-tight, insulated and have floor raised above the ground. Brace and anchor offices to prevent movement. 3. Skirt around perimeter of structures with the same material as structure siding. 4. Divide the office into four separate spaces (four offices, restroom, and conference). Provide two 12-foot by 12-foot offices at both ends with full height walls and interior 3-foot by 6-foot-8-inch doors. 5. Provide an ADA compliant restroom with door in the center section of the office. 6. Provide vinyl or VCT tile on floors. 7. Provide burglar bar security on doors and windows. 8. Provide outside doors with padlocks and door locks. Temporary Facilities and Controls 01 50 00 - 3 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 9. Provide operable, screened windows with locks. 10. Provide Venetian type window blinds. 11. Provide mounted boot brush / cleaner / scraper on porch at entrances. B. Construct a wood porch with steps and a covered overhang at doors that ensures that rain will be completely diverted from doors. Provide wooden railing around porch and on the steps. C. Provide electricity to the field office adequate to power equipment, appliances, and heating and cooling systems. 1. Provide sufficient lighting for office environment using fluorescent light fixtures with lenses energized by wall switches. Provide separate switches just inside exterior doors for the main area, inside of offices and inside the restroom. 2. Provide outside security lighting. 3. Provide three duplex receptacles in each office and five duplex receptacles in remainder of building at locations designated by Construction Manager. D. Provide an electric heating and cooling system for the field office capable of maintaining the following conditions: 1. Heat to a minimum of 75 deg. F inside when outside temperatures are 10 deg. F. 2. Cool to a minimum 72 deg. F inside temperature when outside temperatures are 105 deg. F. 3. Maintain relative humidity between 48 to 54 percent. E. Provide fully plumbed indoor restroom with flush toilet, sink, hot water, mirror, and storage cabinet for paper goods. Connect fixtures to complete potable water, sanitary, and vent systems. F. Provide an electric water cooler and a supply of bottled water. G. Provide furnishings at the field office as follows: Qty. Furnishing 2 2’-6” x 5’-0” office desks with credenzas 2 Fabric covered cushioned arm chairs with swivel/tilt/roll capabilities 20 Folding chairs (Lifetime Commercial Grade white granite) 5 3’-0” x 8’-0” folding tables (Lifetime Commercial Grade white granite) 2 Legal size, four-drawer metal filing cabinets 2 6’' X 48” x 12” book shelves 1 Full-size drafting/plan table 4 Plastic waste cans for each office 2 Large waste cans for open area and restroom H. Provide two separate outside telephone lines. Provide long distance calling service for OPT’s field office for the duration of the Project. Pay for OPT’s monthly long distance charges of up to $100 per month. Provide an exterior telephone bell to indicate incoming Temporary Facilities and Controls 01 50 00 - 4 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 calls. Location of phone outlets (minimum of six) is to be determined by Construction Manager. Provide four telephones equipped with the following features: 1. “Hold” button; 2. Ability to transfer calls between each phone; 3. Ability to roll incoming calls to available open lines; 4. Lighted buttons to indicate lines in use or on hold; 5. Built-in speaker phone; 6. Caller ID; 7. Call forwarding; 8. Voice mail; and 9. Call waiting. I. Provide analog teleconference speaker phone with two extended microphones. J. Provide internet service at the field office with the following features: 1. Minimum 10 Mbps download, 3 Mbps upload speed; 2. Maximum file transfer size of 100 MB; and 3. Unlimited email/storage size. K. Provide wireless router for internet services with adequate range to reach all areas of the office. L. Provide four new desktop computers systems at the field office as follows: 1. Pentium Dual-Core Processor 4.2 GHz minimum. 2. Wireless mouse. 3. Wireless 104-key keyboard. 4. 4 GB DDR2 800 MHz SDRAM (2 DIMMS). 5. 10BaseT/100BaseTX Mbps High Speed Ethernet Connection PCI LAN Card. 6. Two 27-inch widescreen LCD Monitors for each computer. a. Resolution 1920 x 1200 at 60 Hertz with 1000:1 contrast ratio. b. Anti-glare, anti-static screen. c. Super VGA video board with 256 MB RAM. 7. Minimum of four USB 2.0 connections, two USB 3.0 connections and two DVI-I Video Connection or appropriate splitter cable to allow concurrent use of both monitors. 8. 16X DVD+/-R/RW Drive. 9. 500 GB 7200 RPM SATA Hard Drive. 10. Windows 10 or latest version installed and on CD ROM. 11. Microsoft Office 2010 Ultimate or latest version. Temporary Facilities and Controls 01 50 00 - 5 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 12. Bluebeam PDF Review Version 15 or latest. M. Provide color copier with the following capabilities: 1. Provide service and maintenance agreement throughout the Project. Provide toner, paper supply for the duration of the Project, and other supplies as needed to operate the copier. 2. Ability to scan to email/file/folder. 3. Ability to print, sort and collate. 4. Produce up to 45 copies per minute in black and white. 5. Ability to scan and print in black and white, grayscale, or color. 6. Ability to auto feed and auto duplex. 7. Provide a minimum of two paper trays with 500-sheet capacity. 8. Reduction and enlargement capability with range from 25 to 400 percent. 9. Ability to scan, copy, and print up to 11 x 17 format. N. Provide external hard drive with the following capabilities: 1. Dual drive storage system with mirroring. 2. 2 terabyte total capacity with 1 TB capacity in RAID configuration. 3. Provides automatic data backup software. 4. USB 3.0 Connection with serial bus. O. One projector capable of displaying a computer image 5 feet by 3 feet and projector screen. P. Provide a fire extinguisher and commercially serviced first aid kit. Q. Furnish a microwave unit with a minimum cooking volume of 1.5 cubic feet. R. Furnish a refrigerator/freezer with minimum storage capacity of 3.5 cubic feet. S. Provide a digital camera with 40X zoom lens capable of taking photographs at 20 MP minimum. Camera should provide date stamp capability. Provide camera accessories including battery charger and leather carrying case. T. Furnish and maintain office supply stock, including but not limited to, pens, pencils, markers, staples, notepads, paper, posted notes, CD-WR computer disks, file folders, paper clips, binder clips, etc., for duration of Project. Pay for OPT’s office supply purchases up to $50 per month. U. Field office and furniture will remain the property of the Contractor. Computer equipment must be turned over to the Owner at the end of the Project. V. Provide access to reserved parking spaces for six vehicles adjacent to the OPT’s field offices. Provide a durable parking area surface to prevent erosion, mud, dust, or rutting caused by vehicles. Provide a minimum of 4 inches of flexible crushed limestone base material. Temporary Facilities and Controls 01 50 00 - 6 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 2.03 CONTRACTOR’S FIELD OFFICE A. Furnish a field office of adequate size for Contractor’s use. B. Subcontractors may provide their own field offices only when space is available on the Site and the OPT agrees to its size, condition, and location. 2.04 TEMPORARY STORAGE BUILDINGS A. Furnish storage buildings of adequate size to store any materials or equipment delivered to the Site that might be affected by weather. 2.05 TEMPORARY SANITARY FACILITIES A. Provide sanitary facilities at the Site for the entire duration of the Project. Maintain these facilities in a clean and sanitary condition at all times, and comply with the requirements of the local health authority. On large sites, provide portable toilets at such locations so that no point at the Site will be more than 600 feet from a toilet. B. Use these sanitary facilities. Do not use restrooms within existing or Owner-occupied buildings. 2.06 TEMPORARY HEAT A. Provide heating devices needed to protect buildings during construction. Provide fuel needed to operate the heating devices and attend the heating devices at all times they are in operation, including overnight operations. 2.07 TEMPORARY UTILITIES A. Provide the temporary utilities for administration, construction, testing, disinfection, and startup of the Work, including electrical power, water, and telephone. Pay all costs associated with furnishing temporary utilities. 1. Provide a source of temporary electrical power of adequate size for construction procedures. a. Use existing power systems where spare capacity is available. Provide temporary power connections that do not adversely affect the existing power supply. Submit connections to the Construction Manager for approval prior to installation. b. Provide electrical pole and service connections that comply with Laws and Regulations and the requirements of the power company. 2. Provide temporary water. 3. Provide telephone service to the Site and install telephones inside the Contractor’s and OPT’s field offices. B. Provide power for construction and storage. Provide power to energize space heaters for stored electrical equipment. Temporary Facilities and Controls 01 50 00 - 7 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 2.08 WATER FOR CONSTRUCTION A. Provide temporary water. Potable water may be purchased from the Owner by obtaining a water meter from the Owner and transporting water from a water hydrant. Non-potable water may be used for hydraulic testing of non-potable basins or pipelines. Include the cost of water in the Contract Price. 2.09 TEMPORARY FENCE A. The primary purpose of the temporary fence is to prevent accidental or casual entry of pedestrians and animals into the work site excavations B. Temporary fence can be a ground driven installation, wherein the line, corner and pull posts are driven into the soil, or the temporary fence can be interlocking portable panels with the panels consisting of an interlocking steel pipe frame with fence fabric attached to each panel’s steel frame work. C. Ground Driven Installation: Minimum 2-inch, 12-gauge, galvanized steel, chain-link fabric fencing; minimum six feet in height, with minimum 1-5/8-inch-OD galvanized line posts. Provide and install corner and pull posts of minimum 2-3/8-inch-OD galvanized steel. Space line posts no further than 20 feet apart, with intermediate pull posts as necessary to accommodate fabric or wire stretch tension. Drive posts into ground no less than 24 inches, or deeper if necessary, to accommodate fabric stretch tension. Stretch fence fabric sufficiently taut, or reduce line post spacing, to prevent more than six inches deflection in the fabric, at the mid-point between line posts, when pushed by hand at the bottom edge and/or top edge of the fabric. Alternatively, provide taut bottom wire and taut top wire, both wires threaded through the fence fabric openings. Apply tension to both wires sufficiently to meet the fabric deflection test above. Attach fabric to posts with wire ties of not less than 10 gauge diameter on not more than a two-foot spacing on each post. Use tension bars as, or if, necessary for the end, corner and pull posts. In lieu of the 1-5/8-inch- OD line posts and 2-3/8 inch OD corner and pull posts specified above, at the Contractor’s option, full height to top-of-fence steel T posts may be used in conjunction with twisted wire ties or prefabricated wire clips to attach the fabric to the posts. Drive T posts into the ground a minimum of 12 inches, or greater if necessary, to bury the stabilizer flange on the T post, and reduce line post spacing to no more than 15 feet. The fabric deflection test still applies where T posts are used. Should the T posts show distress, such as leaning or pull- out, when under tension from the fabric, or tension from the top and bottom wires, then T posts shall be discontinued for use as pull and corner posts. D. Portable Panel Installation: Minimum 2-inch, 12-gauge, galvanized steel, chain-link fabric fencing; minimum six feet in height, attached to a tubular frame with the pipe or frame consisting of minimum 1-5/8-inch-OD standard weight pipe. Pipe may be black, painted or galvanized. Nominal panel size should not exceed 7 feet in overall outside dimension in height and 21 feet in overall outside dimension in length. Attach fabric at each corner to both the horizontal and vertical pipe frame rails with not less than 10 gauge wire ties. Circular steel bolted or screwed clamps may be used in lieu of wire ties. On the vertical rails, additionally attach fabric with 10-gaugewire ties or specified steel clamps at not greater than 18-inch spacing. On the top and bottom horizontal rails, attach fabric as specified on not greater than 30-inch spacing. Each panel shall positively and firmly interlock at its ends, when set in position, with each adjacent end panel. Wire ties are not Temporary Facilities and Controls 01 50 00 - 8 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 permissible to join panels to one another. Each panel shall be equipped with not less than two support bases that will support the panel in the vertical position in a stable manner, taking the region’s winds into account, and which will prevent a person from simply pushing the panel over onto the ground. Steel T posts as specified in item 3 above may be used to supplement the erected stability of the panels. E. Maximum space between the bottom of fence and underlying ground or pavement surface is not to exceed 2-1/2 inches. PART 3 - EXECUTION 3.01 LOCATION OF TEMPORARY FACILITIES A. Locate temporary facilities in areas approved by the Construction Manager. Construct and install signs at locations approved by the Construction Manager. Install informational signs so they are clearly visible. 3.02 PROJECT IDENTIFICATION SIGNS A. Arrange for a professional sign painter to paint and erect a sign for the Site in accordance with the sign information provided in the Contract Documents or provided by Owner and Texas Water Development Board Sign will include identification of the OPT and Contractor (including appropriate logos, as required) and other Project information as determined by the Construction Manager. Paint sign on a 4-foot by 8-foot by 3/4-inch exterior grade plywood board. Frame plywood with 2 x 4 wood frame and mount on not less than two 4 x 4 posts. House plywood board in a channel routed 1/2 inch deep in the 2 x 4 frame. Shoulder, glue, and screw corners. 3.03 TEMPORARY LIGHTING A. Provide temporary lighting inside buildings once buildings are weatherproof. B. Provide exterior security lighting. C. Provide lighting that is adequate to perform Work within any space. Temporary lights may be removed once the permanent lighting is in service. D. Provide portable flood lights at any time that Work will be performed outside the structure at night. Provide adequate lighting at any location Work is being performed. 3.04 DRINKING WATER A. Provide all field offices with potable water. Provide a dispenser and cooling apparatus if bottled drinking water is provided. B. Pay for water services and maintain daily. 3.05 CONSTRUCTION FENCE A. Install and maintain a chain-link construction fence around the Site and off-site storage yards. Fence must be a minimum 6 feet high. Provide gates with padlocks. Temporary Facilities and Controls 01 50 00 - 9 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 3.06 SITE SECURITY INSTALLATION A. Site Enclosure Fence 1. When excavation begins for corrective earthwork, storm sewer pipelines, potable water pipelines, or other utilities, install enclosure fence meeting the requirements of paragraph 2.1.C of this specification around open excavations. 2. The enclosure fence shall be equipped with at least one lockable entrance gate. 3. Locate where determined sufficient to accommodate construction operations and exclude people, dogs and other animals from easily entering the site except by entrance gate. Entrance gate to be locked when site is unattended by Contractor personnel. 4. Enclosure fence shall be in place and secure when site is unattended by Contractor personnel, whether at night, holidays, weekends, or other times the site is unattended. 5. The enclosure fence may be removed to accommodate construction forces and then re-installed prior to Contractor forces leaving the site (as an example: remove fence in the morning to allow work to continue, then erect in the evening prior to leaving the site). 6. Enclosure fence is not required to be in place while Contractor personnel are on site working and can control entry to the site. 7. Enclosure fence is required, when the work site is unattended, around excavations that extend below the roadway subgrade elevation more than 2 feet or excavations that have vertical excavation walls. Roadway subgrade elevation for this purpose is the finished surface against which concrete, flexible base, asphalt stabilized base, or other paving materials will be placed. Subgrade definition for unpaved reaches that will remain unpaved is defined as the natural ground surface. 8. Enclosure fence shall be maintained in good condition, and damage from vandalism, equipment, handling, or deterioration shall be remedied by repair or replacement. 3.07 REMOVAL OF TEMPORARY FACILITIES A. Remove temporary buildings, sheds, and utilities at the conclusion of the Project and restore the Site to original condition or finished condition in accordance with the Drawings. B. Remove informational signs upon completion of construction. C. Remove project identification signs, framing, supports, and foundations upon completion of the Project. 3.08 MAINTENANCE AND JANITORIAL SERVICE A. Provide janitorial service for the OPT’s field office on a weekly basis or as requested. Empty trash receptacles daily or as needed. B. Maintain signs and supports in a neat, clean condition. Repair damage to structures, framings, or signs. C. Repair any damage to Work caused by placement or removal of temporary signage. Temporary Facilities and Controls 01 50 00 - 10 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 D. Service, maintain, and replace, if necessary, the field office computer equipment throughout the Project as required by the OPT including replacement cartridges for all office equipment. END OF SECTION Temporary Controls 01 57 00 - 1 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 01 57 00 TEMPORARY CONTROLS PART 1 - GENERAL 1.01 SUMMARY A. Provide labor, materials, equipment, and incidentals necessary to construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. B. Construct temporary impounding works, channels, diversions, furnishing, and operation of pumps, installing piping and fittings, and other construction for control of conditions at the Site. Remove temporary controls at the end of the Project. 1.02 DOCUMENTATION A. Provide Shop Drawings in accordance with Section 01 33 02 “Shop Drawings.” B. Provide copies of notices, records, and reports required by the Contract Documents or Laws and Regulations as Product Data in accordance with Section 01 31 13 “Project Coordination.” 1.03 QUALITY ASSURANCE A. Construct and maintain temporary controls with adequate workmanship using durable materials to provide effective environmental management systems meeting the requirements of the Contract Documents and Laws and Regulations. Use materials that require minimal maintenance to prevent disruption of construction activities while providing adequate protection of the environment. B. Periodically inspect systems to determine that they are meeting the requirements of the Contract Documents. 1.04 POLLUTION CONTROL A. Prevent the contamination of soil, water, or atmosphere by the discharge of noxious substances from construction operations. Provide adequate measures to prevent the creation of noxious air-borne pollutants. Prevent dispersal of pollutants into the atmosphere. Do not dump or otherwise discharge noxious or harmful fluids into drains or sewers, nor allow noxious liquids to contaminate public waterways in any manner. B. Provide equipment and personnel and perform emergency measures necessary to contain any spillage. 1. Contain chemicals in protective areas and do not dump on soil. Dispose of such materials at off-site locations in an acceptable manner. 2. Excavate contaminated soil and dispose at an off-site location if contamination of the soil does occur. Fill resulting excavations with suitable backfill and compact to the density of the surrounding undisturbed soil. 3. Provide documentation to the Owner which states the nature and strength of the contaminant, method of disposal, and the location of the disposal site. Temporary Controls 01 57 00 - 2 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 4. Comply with Laws and Regulations regarding the disposal of pollutants. C. Groundwater or run-off water which has come into contact with noxious chemicals, sludge, or contaminated soil is considered contaminated. Do not allow contaminated water to enter streams or water courses, leave the Site in a non-contained form, or enter non- contaminated areas of the Site. 1. Construct temporary holding ponds or take other precautions and measures as required to contain the contaminated water and pump to a designated storage area. 2. Wash any equipment used for handling contaminated water or soil within contaminated areas three times with uncontaminated water prior to using such equipment in an uncontaminated area. Dispose of wash water used to wash such equipment as contaminated water. 1.05 EARTH CONTROL A. Remove excess soil, spoil materials, and other earth not required for backfill. Control stockpiled materials to eliminate interference with Contractor and Owner’s operations. B. Dispose of excess earth off the Site. Provide written approval from the property owner for soils deposited on private property as Product Data per Section 01 31 13 “Project Coordination.” Obtain approval of the OPT if this disposal impacts the use of Site or other easements. 1.06 AIR POLLUTION CONTROL A. Air Pollution Watch Days: 1. Air Pollution Watch Days (APWD) may occur in the following times: a. Typical Ozone Season: May 1 through October 31. b. Critical Emission Time: 6:00 a.m. to 10:00 a.m. 2. Watch Days: a. State or local environmental regulatory agencies, in coordination with the National Weather Service, may designate the following day as an APWD by 3:00 p.m. on the prior afternoon. b. Begin work after 10:00 a.m. on designated APWD if work requires the use of heavy construction equipment for run times in excess of 1 hour prior to 10:00 a.m. Heavy construction equipment may be used prior to 10:00 a.m. if equipment is certified by EPA as “Low Emitting” or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. B. Obtain air permit for construction activities per requirements of Laws and Regulations. 1.07 TEMPORARY STORMWATER POLLUTION CONTROL A. Provide temporary stormwater pollution control per Section 01 57 23 “Temporary Stormwater Pollution Control.” Temporary Controls 01 57 00 - 3 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 1.08 MANAGEMENT OF WATER A. Manage water resulting from rains or ground water at the Site. Maintain trenches and excavations free of water at all times. B. Lower the water table in the construction area by acceptable means if necessary to maintain a dry and workable condition at all times. Provide drains, sumps, casings, well points, and other water control devices as necessary to remove excess water. C. Provide continuous operation of water management actions. Maintain standby equipment to provide proper and continuous operation for water management. D. Ensure that water drainage does not damage adjacent property. Divert water into the same natural watercourse in which its headwaters are located, or other natural stream or waterway as approved by the Owner. Assume responsibility for the discharge of water from the Site. E. Remove the temporary construction and restore the Site in a manner acceptable to the Construction Manager and to match surrounding material at the conclusion of the Work. PART 2 - PRODUCTS 2.01 MATERIALS A. Provide materials that comply with Laws and Regulations. PART 3 - EXECUTION 3.01 CONSTRUCTING, MAINTAINING, AND REMOVING TEMPORARY CONTROLS A. Construct temporary controls in accordance with Laws and Regulations. B. Maintain controls in accordance with regulatory requirements where applicable or in accordance with the requirements of the Contract Documents. C. Remove temporary control when no longer required, but before the Project is complete. Correct any damage or pollution that occurs as the result of removing controls while they are still required. END OF SECTION Temporary Stormwater Pollution Control 01 57 23 - 1 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 01 57 23 TEMPORARY STORMWATER POLLUTION CONTROL PART 1 - GENERAL 1.01 SUMMARY A. Furnish labor, materials, equipment, and incidentals necessary to provide stormwater pollution prevention for the duration of the construction period including furnishing, installing, and maintaining erosion and sediment control structures and procedures and properly removing the features when no longer required. B. Develop, implement, and maintain a stormwater pollution prevention plan (SWPPP) in compliance with local, state, and federal Laws and Regulations. Provide preventive measures to keep sediment and other pollutants from the construction activity from entering any stormwater system, including open channels. C. Comply with the Texas Commission on Environmental Quality General Permit, TXR150000, (General Permit) for storm water discharges from construction activities under the Texas Pollutant Discharge Elimination System (TPDES) program. D. Submit a hard copy of the SWPPP and the NOI to the City of Lubbock for review, approval, and signature before any field work is started. E. File all required legal notices and obtain required permits prior to beginning any construction activity. F. This Section provides guidelines and Best Management Practices information for the Contractor to use in adhering to all local, state, and federal environmental Laws and Regulations with respect to stormwater pollution prevention during construction activities. 1.02 DOCUMENTATION A. Documentation must be provided in accordance with Section 01 33 00 “Document Management.” B. Submit copies of required notices and reports to the Construction Manager as Product Data in accordance with Section 01 33 03 “Product Data.” Retain copies of these documents at the Site for review and inspection by the OPT or regulatory agencies at all times. C. Submit copies of required notices to local, state, and federal authorities and any other entity as required by the General Permit and applicable Laws and Regulations. D. Post a copy of required notices at the Site in a location where it is readily available for viewing by the general public and local, state, and federal authorities prior to starting construction activities and maintain the posting until completion of the construction activities. E. Maintain copies of a schedule of major construction activities, inspection reports, and revision documentation with the SWPPP required under the General Permit. F. Provide schedules in accordance with Paragraph 3.05. Temporary Stormwater Pollution Control 01 57 23 - 2 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 1.03 QUALITY ASSURANCE A. Comply with applicable requirements of all governing authorities having jurisdiction. The Specifications and the Drawings are not intended to be prescriptive but rather to convey the intent to provide complete slope protection, erosion control, and stormwater pollution prevention for both the Owner's property and adjacent properties. B. Perform Work to comply with “Best Practices” as established by the local agency of jurisdiction. C. Contractor must develop and implement a SWPPP in accordance with the General Permit prior to the beginning of construction activity. D. Contractor assumes solely responsible for implementing, updating, and modifying the General Permit per Laws and Regulations for the SWPPP and Best Management Practices. E. Stormwater pollution prevention measures must be established prior to the beginning of construction and maintained during the entire length of construction until final stabilization has been achieved for the area protected. F. All land-disturbing activities must be planned and conducted to minimize the area to be exposed at any one time as well as time of exposure, off-site erosion, sedimentation, and adverse water quality impacts. G. Surface water runoff originating upgrade of an exposed area must be managed to minimize erosion and sediment loss during the period of exposure. H. Install measures to control both the velocity and rate of release so as to minimize erosion and sedimentation of the receiving water body (i.e. , ditch, channel, stream) in accordance with regulatory requirements and as directed by the OPT. I. Periodically clean out and dispose of all sediment and other pollutants as necessary to maintain adequate treatment capacity of each pollution control feature. Clean out and properly dispose of all sediment and other stormwater pollutants at the time of completion of the Work. 1.04 JOB CONDITIONS, CODES AND ORDINANCES A. Comply with the local codes and ordinances. If local codes and ordinances require more stringent or additional stormwater pollution prevention measures during construction beyond those required by state and federal Laws and Regulations, the Contractor must provide such measures at no additional cost. PART 2 - PRODUCTS 2.01 MATERIALS A. All materials used for stormwater pollution prevention must meet the minimum design and specification requirements identified below for commonly used sediment loss prevention referenced from the North Central Texas Council Of Governments (NCTCOG) integrated Storm Water Management (iSWM) Design Manual for Construction. The Contractor must use appropriate control devices to protect against stormwater pollution from construction site activities. Temporary Stormwater Pollution Control 01 57 23 - 3 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 B. Erosion control blankets (ECBs) to hold seed and soil in place until vegetation is established on disturbed areas are subject to the following design criteria: 1. The type and class of erosion control mat must be specified as appropriate for the slope of the area to be protected, the flow rate (sheet flow on cut/fill slopes) or velocity (concentrated flow in swales) of stormwater runoff in contact with the ECB, and the anticipated length of service. 2. Erosion control blankets must meet the applicable Texas Department of Transportation (TxDOT) Minimum Performance Standards for TxDOT as provided in its Erosion Control Report and/or be listed on the most current annual Approved Products List for TxDOT applicable to TxDOT Item 169 Soil Retention Blanket and its Special Provisions. C. Silt fences for perimeter controls located downstream of disturbed areas are subject to the following design criteria: 1. If 50 percent or less soil by weight passes the U.S. Standard sieve No. 200, select the apparent opening size (A.O.S.) to retain 85 percent of the soil. 2. If 85 percent or more of soil by weight passes the U.S. Standard sieve No. 200, silt fences must not be used unless the soil mass is evaluated and deemed suitable by a soil scientist or geotechnical engineer concerning the erodibility of the soil mass, dispersive characteristics, and the potential grain-size characteristics of the material that is likely to be eroded. 3. Silt fence fabric must meet the following minimum criteria: a. Tensile Strength, ASTM D4632 Test Method for Grab Breaking Load and Elongation of Geotextiles, 90 pounds. b. Puncture Rating, ASTM D4833 Test Method for Index Puncture Resistance of Geotextiles, Geomembranes, and Related Products, 60 pounds. c. Mullen Burst Rating, ASTM D3786 Standard Test Method for Hydraulic Bursting Strength of Textile Fabrics-Diaphragm Bursting Strength Tester Method, 280 psi. d. Apparent Opening Size, ASTM D4751 Test Method for Determining Apparent Opening Size of a Geotextile, U.S. Sieve No. 70 (max) to No. 100 (min). e. Ultraviolet Resistance, ASTM D4355. Minimum 70 percent. 4. Filter stone for an overflow structure must be 1-1/2-inch washed stone containing no fine material. Angular shaped stone is preferable to rounded shaped stone. 5. Fence posts must be galvanized steel or equivalent and may be T-section or L-section, 1.3 pounds per linear foot minimum, and 4 feet in length minimum. Wood posts may be used depending on anticipated length of service and provided they are 4 feet in length minimum and have a nominal cross-section of 2 inches by 4 inches for pine or 2 inches by 2 inches for hardwoods. 6. Silt fence must be supported by galvanized steel wire fence fabric as follows: a. 4-inch by 4-inch mesh size, W1.4/1.4, minimum 14-gauge wire fence fabric; b. Hog wire, 12-gauge wire, small openings installed at bottom of silt fence; Temporary Stormwater Pollution Control 01 57 23 - 4 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 c. Standard 2-inch by 2-inch chain link fence fabric; or d. Other welded or woven steel fabrics consisting of equal or smaller spacing as that listed herein and appropriate gauge wire to provide support. D. Inlet protection used in new developments that include new inlets or roads with new curb inlets or during repairs to existing roadways are subject to the following design criteria: 1. Filter fabric protection must be designed and maintained in a manner similar to a silt fence. 2. Where applicable, filter fabric, posts, and wire backing must meet the material requirements specified in Paragraph 2.01.C. 3. Filter gravel must be 3/4-inch washed stone containing no fines. Angular shaped stone is preferable to rounded shapes. 4. Concrete blocks must be standard 8-inch by 8-inch by 16-inch concrete masonry units. 5. When organic filter tubes are used, the designer must specify the type of material to be used (or excluded) on a particular site: a. Straw filter material must be Certified Weed Free Forage. The straw must be in good condition, air-dried, and not rotten or moldy. b. Wood chips must be 100 percent untreated chips and free of inorganic debris, such as plastic, glass, metal, etc. Wood chip size must not be smaller than 1 inch and must not exceed 3 inches in diameter. Shavings must not be more than 5 percent of the total mass. 6. Bags used to secure inlet protection devices on pavement must be filled with aggregate, filter stone, or crushed rock that is less likely than sand to be washed into an inlet if the bag is broken. Filled bags must be 24 to 30 inches long, 16 to 18 inches wide, and 6 to 8 inches thick. Bags must be polypropylene, polyethylene, or polyamide woven fabric with a minimum unit weight of 4 ounces per square yard and meet the following criteria: a. Greater than 300 psi Mullen Burst Strength using ASTM D3786 Standard Test Method for Hydraulic Bursting Strength of Textile Fabrics-Diaphragm Bursting Strength Tester Method. b. Greater than 70 percent UV Stability using ASTM D4355 Standard Test Method for Deterioration of Geotextiles by Exposure to Light, Moisture, and Heat in a Xenon Arc Type Apparatus. E. Check dams used for long drainage swales or ditches to reduce erosive velocities are subject to the following design criteria: 1. Use geotextile filter fabric under check dams exceeding 12 inches in height. The fabric must meet the material specified for the Stone Outlet Sediment Trap discussed above. 2. Loose, unconfined soil, wood chips, compost, and other material that can float or be transported by runoff must not be used to construct check dams. 3. Sand bags must not be used for check dams, due to their propensity to break and release sand that is transported by the concentrated flow in the drainage swale or ditch. Temporary Stormwater Pollution Control 01 57 23 - 5 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 4. Rock Check Dams: a. Stone must be well graded with stone size ranging from 3 to 6 inches in diameter for a check dam height of 24 inches or less. b. The stone size range for check dams greater than 24 inches is 4 to 8 inches in diameter. 5. Rock Bag Check Dams Bags: a. Fill material should be pea gravel, filter stone or aggregate that is clean and free of deleterious material. b. Bag material must comply with the requirements of Inlet Protection above. 6. Sack Gabion Check Dams: a. Sack gabions must be wrapped in galvanized steel, woven wire mesh. The wire must be 20 gauge with 1-inch diameter, hexagonal openings. b. Stone must be well graded with a minimum size range from 3 to 6 inches in diameter. 7. Organic Filter Tube Check Dams: a. Filter material used within tubes to construct check dams must be limited to coir, straw, aspen fiber and other organic material with high cellulose content. b. The material should be slow to decay or leach nutrients in standing water and comply with the requirements for Inlet Protection above. F. Stabilized construction exits used for sites in which significant truck traffic occurs on a daily basis are subject to the following design criteria: 1. The construction exit material must be a minimum thickness of 6 inches. The stone or recycled concrete used must be 3 to 5 inches in size with little or no fines. 2. The geotextile fabric must meet the following minimum criteria: a. Tensile Strength, ASTM D4632 Test Method for Grab Breaking Load and Elongation of Geotextiles, 300 pounds. b. Puncture Strength, ASTM D4833 Test Method for Index Puncture Resistance of Geotextiles, Geomembranes, and Related Products, 120 pounds. c. Mullen Burst Rating, ASTM D3786 Standard Test Method for Hydraulic Bursting Strength of Textile Fabrics-Diaphragm Bursting Strength Tester Method, 600 psi. d. Apparent Opening Size, ASTM D4751 Test Method for Determining Apparent Opening Size of a Geotextile, U.S. Sieve No. 40 (max). G. Alternative pollution prevention measures selected by the Contractor must be identified from one or more of the following reference sources, as appropriate for the region of the construction activity: 1. City of Austin Environmental Criteria Manual. 2. North Central Texas Council of Governments (NCTCOG) integrated Stormwater Management (iSWM) Design Manual for Construction. Temporary Stormwater Pollution Control 01 57 23 - 6 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 3. Harris County/Harris County Flood Control District/City of Houston Stormwater Management Handbook for Construction Activities. PART 3 - EXECUTION 3.01 PREPARATION A. Prepare a SWPPP in accordance with applicable permit requirements for construction activity. Develop the SWPPP in conformance with the General Permit and any applicable local requirements. B. Prepare and implement the SWPPP prior to the beginning of construction activity in accordance with local, state, and federal Laws and Regulations. C. OPT may require Contractor to install stormwater pollution prevention devices and/or practices during construction in addition to those required under the approved SWPPP. Contractor must remain solely responsible for complying with all local, state, and federal Laws and Regulations. 3.02 INSTALLATION A. Erosion control blankets to hold seed and soil in place until vegetation is established on disturbed areas are subject to the following installation criteria: 1. Prior to the installation of any erosion control matting, all rocks, dirt clods, stumps, roots, trash, and any other obstructions that would prevent the mat from lying in direct contact with the soil must be removed. 2. Anchor trenching must be located along the entire perimeter of the installation area, except for small areas with less than 2 percent slope. 3. Installation and anchoring must conform to the recommendations shown within the manufacturer's published literature for the erosion control blanket. 4. Anchors (staples) must be a minimum of 6 inches in length and 1 inch wide. They must be made of 11-gauge wire, or equivalent, unless the ECB is intended to remain in place with final stabilization and biodegrade. 5. Particular attention must be paid to joints and overlapping material. Overlap along the sides and at the ends of ECBs should be per the manufacturer’s recommendations for site conditions and the type of ECB being installed. At a minimum, the end of each roll of ECB must overlap the next roll by 3 feet and the sides of rolls must overlap 4 inches. 6. After installation, check blankets for uniform contact with the soil, security of the lap joints, and flushness of the staples with the ground. B. Silt fences for perimeter controls located downstream of disturbed areas are subject to the following installation criteria: 1. Construct fences along a line of constant elevation (along a contour line if possible). 2. Maximum drainage area must be 0.25 acres per 100 linear feet of silt fence. 3. Maximum flow to any 20-foot section of silt fence must be 1 cfs. Temporary Stormwater Pollution Control 01 57 23 - 7 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 4. Maximum distance of flow to silt fence must be 200 feet or less. If the slope exceeds 10 percent, the flow distance must be less than 50 feet. 5. Maximum slope adjacent to the fence must be 2:1. 6. Stone overflow structures or other outlet control devices must be installed at all low points along the fence or spaced at approximately 300 feet if there is no apparent low point. 7. A 6-inch wide trench is to be cut 6 inches deep at the toe of the fence to allow the fabric to be laid below the surface and backfilled with compacted earth or gravel to prevent bypass of runoff under the fence. Fabric must overlap at abutting ends a minimum of 3 feet and must be joined such that no leakage or bypass occurs. If soil conditions prevent a minimum toe-in depth of 6 inches or installation of support post to depth of 12 inches, silt fences must not be used. 8. Sufficient room for the operation of sediment removal equipment must be provided between the silt fence and other obstructions in order to properly maintain the fence. 9. The last 10 feet (or more) at the ends of a line of silt fence must be turned upslope to prevent bypass of stormwater. Additional upslope runs of silt fence may be needed every 200 to 400 linear feet, depending on the traverse slope along the line of silt fence. C. Inlet protection for new developments that include new inlets or roads with new curb inlets or during repairs to existing roadways are subject to the following installation criteria: 1. Maintain barricades, signs, and safety features around the Work in accordance with all provisions of the latest edition of the Manual on Uniform Traffic Control Devices (MUTCD), when installing inlet protection on publicly traveled streets or in developed areas. Ensure that inlet protection is properly designed, installed, and maintained to avoid flooding of the roadway or adjacent properties and structures. 2. Maximum depth of flow must be 8 inches or less. 3. A 2-inch overflow gap or weir is required on all curb inlet protection devices. 4. Positive drainage is critical in the design of inlet protection. If overflow is not provided for at the inlet, excess flows must be routed through established swales, streets, or other watercourses to minimize damage due to flooding. 5. Filter Fabric Protection: a. Filter fabric protection is appropriate where the drainage area is less than 1 acre and the basin slope is less than 5 percent. b. Filter fabric, posts, and wire mesh must meet the material requirements specified in Paragraph 2.01.C. c. A 6-inch wide trench is to be cut 6 inches deep at the toe of the fence to allow the fabric to be laid below the surface and backfilled with compacted earth or gravel. This entrenchment prevents any bypass of runoff under the fence. d. Stone overflow structures must be installed where flow to the inlet is concentrated and more than 1 cfs according to the criteria in Paragraph 2.01. Temporary Stormwater Pollution Control 01 57 23 - 8 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 6. Block and Gravel Protection (Curb and Drop Inlets): a. Concrete blocks are to be placed on their sides in a single row around the perimeter of the inlet, with ends abutting. b. Openings in the blocks should face outward, not upward. 1/2-inch by 1/2-inch wire mesh must then be placed over the outside face of the blocks covering the holes. c. Filter stone must then be piled against the wire mesh to the top of the blocks with the base of the stone being a minimum of 18 inches from the blocks. d. Alternatively, where loose stone is a concern (streets, etc.), the filter stone may be placed in appropriately sized geotextile fabric bags. 7. Excavated Impoundment Protection: a. Excavated impoundment protection is only applicable to drop inlets. b. It should not be applied to Y inlets because it will undermine the concrete pad surrounding the inlet opening. Nor can it be used for inlets on pavement. c. With this protection method, it is necessary to install weep holes to allow the impoundment to drain completely. d. The impoundment must be sized such that the volume of excavation is equal to or exceeds the runoff volume from the temporary control design storm (2-year, 24- hour) for the inlet’s drainage area. e. The trap must have a minimum depth of 1 foot and a maximum depth of 2 feet as measured from the top of the inlet and must have side slopes of 2:1 or flatter. 8. Organic Filter Tube Protection (Curb and Drop Inlets): a. Organic filter tubes may be used on paved or unpaved surfaces. On paved surfaces, tubes must be secured in place by rock bags. On unpaved surfaces, the tubes must be embedded in the ground a minimum of 3 inches and staked at 4- foot spacing. b. Designer must provide calculations and specify the diameter of tube to be used based on the inlet’s drainage area and the flow rate of runoff to the inlet. c. The minimum allowable diameter is 12 inches. d. For curb protection, the diameter of the tube must be at least 2 inches less than the height of the inlet opening. The tube should not be allowed to block the entire opening, since it will clog. e. The tube must be placed on 4-inch by 4-inch or 2-inch by 4-inch wire mesh to prevent the tube from sagging into the inlet. The tube should be long enough to extend a minimum of 12 inches past the curb opening on each side of the inlet. D. Check dams for long drainage swales or ditches to reduce erosive velocities are subject to the following installation criteria: 1. Typically, the dam height should be between 9 inches and 36 inches, depending on the material of which they are made. The height of the check dam must always be less than one-third the depth of the channel. Temporary Stormwater Pollution Control 01 57 23 - 9 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 2. Dams should be spaced such that the top of the downstream dam is at the same elevation as the toe of the upstream dam. On channel grades flatter than 0.4 percent, check dams should be placed at a distance that allows small pools to form between each check dam. 3. The top of the side of the check dam must be a minimum of 12 inches higher than the middle of the dam. In addition, the side of the dams must be embedded a minimum of 18 inches into the side of the drainage ditch, swale or channel to minimize the potential for flows to erode around the side of the dam. 4. Larger flows (greater than 2-year, 24-hour design storm) must pass the check dam without causing excessive upstream flooding. 5. Check dams should be used in conjunction with other sediment reduction techniques prior to releasing flow off-site. 6. Rock Check Dams: Rock check dams must have a minimum top width of 2 feet with side slopes of 2:1 or flatter. 7. Rock Bag Check Dams: a. Rock bag check dams should have a minimum top width of 16 inches. b. Bag length must be 24 to 30 inches, width must be 16 to 18 inches, and thickness must be 6 to 8 inches and having a minimum weight of 40 pounds. c. Minimum rock bag dam height of 12 inches would consist of one row of bags stacked on top of two rows of bag. The dam must always be one more row wide than it is high, stacked pyramid fashion. d. PVC pipes may be installed through the dam to allow for controlled flow through the dam. Pipe should be schedule 40 or heavier polyvinyl chloride (PVC) having a nominal internal diameter of 2 inches. 8. Sack Gabion Check Dams: a. Sack gabion check dams may be used in channels with a contributing drainage area of 5 acres or less. b. Wire mesh must be one piece, wrapped around the rock, and secured to itself on the downstream side using wire ties or hog rings. c. Sack gabions must be staked with 3/4-inch rebar at a maximum spacing of 3 feet. Each wire sack must have a minimum of two stakes. 9. Organic Filter Tube Check Dams: a. Organic filter tubes may be used as check dams in channels with a contributing drainage area of 5 acres or less. b. Organic filter tubes must be a minimum of 12 inches in diameter. c. Staking of filter tubes must be at a maximum of 4-foot spacing and must alternate through the tube and on the downstream face of the tube. Temporary Stormwater Pollution Control 01 57 23 - 10 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 E. Stabilized construction exits for sites in which significant truck traffic occurs on a daily basis are subject to the following installation criteria: 1. Limit site access to one route during construction, if possible; two routes for linear and larger projects. 2. Prevent traffic from avoiding or shortcutting the full length of the construction exit by installing barriers. Barriers may consist of silt fence, construction safety fencing, or similar barriers. 3. Design the access point(s) to be at the upslope side of the construction site. Do not place construction access at the lowest point on the construction site. 4. Stabilized Construction Exits are to be constructed such that drainage across the entrance is directed to a controlled, stabilized outlet on-site with provisions for storage, proper filtration, and removal of wash water. 5. The exit must be sloped away from the paved surface so that stormwater is not allowed to leave the Site onto roadways. 6. Minimum width of exit must be 15 feet. 7. Vehicles must not be permitted to track or drop sediment onto paved roads, streets, or parking lots. When necessary, vehicles must be cleaned to remove sediment prior to exit onto paved areas. When washing is required, it must be done on a constructed wheel wash facility that drains into an approved sediment trap or sediment basin or other sedimentation/filtration device. 8. Minimum dimensions for the exit must be as follows: Tract Area Min. Width of Exit Min. Length of Exit <1 Acre 15 feet 20 feet ≥ 1 acre but <5 Acres 25 feet 50 feet ≥5 Acres 30 feet 50 feet F. Install pollution control devices in a manner consistent with their designed intent. 3.03 MAINTENANCE A. Maintain pollution prevention control structures and procedures in full working order at all times during construction. This must include any necessary repair or replacement of items which have become damaged or ineffective. Remove sediment and other pollutants which accumulate in pollution control devices as necessary to maintain the intended design efficiency for the pollution prevention measure. B. Dispose properly of trash, debris, and other pollutants. C. Place sediment material in approved earth spoil areas or return the sediment material to the area from which it eroded. D. Maintain pollution prevention structures and procedures until construction is complete for the area protected and until the Site achieves final stabilization. Unless more stringently defined by local, state, or federal requirements, final stabilization is defined as achieving 70 percent of background vegetative cover or placement of permanent cover, such as concrete or asphalt. Temporary Stormwater Pollution Control 01 57 23 - 11 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 E. Upon completion of construction and achievement of final stabilization, properly remove the temporary pollutant control structures and complete the area as indicated. Pollution control devices made of organic materials designed to degrade naturally in place will not require removal, unless specifically required by the OPT. F. Erosion control blankets must be inspected regularly (at least as often as required by the General Permit) for bare spots caused by weather related events. Missing or loosened blankets must be replaced or re-anchored. Also check for excess sediment deposited from runoff. Remove sediment and/or replace blanket as necessary. In addition, determine the source of excess sediment and implement appropriate Best Management Practices to control the erosion. G. Silt fences must be inspected regularly (at least as often as required by the General Permit) for buildup of excess sediment, undercutting, sags, and other failures. Sediment should be removed when it reaches approximately one-half the height of the fence. In addition, determine the source of excess sediment and implement appropriate Best Management Practices to control the erosion. If the fabric becomes damaged or clogged, it must be repaired or replaced as necessary. H. Inlet protection must be inspected regularly (at least as often as required by the General Permit). Floatable debris and other trash caught by the inlet protection should be removed after each storm event. Sediment should also be removed from curb inlet protection after each storm event because of the limited storage area associated with curb inlets. Sediment collected at inlet protection should be removed before it reaches half the height of the protection device. Sediment should be removed from inlets with excavated impoundment protection before the volume of the excavation is reduced by 50 percent. In addition, the weep holes should be checked and kept clear of blockage. Concrete blocks, 2-inch by 4-inch boards, stakes, and other materials used to construct inlet protection should be checked for damaged and repaired or replaced if damaged. When filter fabric or organic filter tubes are used, they should be cleaned or replaced when the material becomes clogged. For systems using filter stone, when the filter stone becomes clogged with sediment, the stones must be pulled away from the inlet and cleaned or replaced. Because of the potential for inlet protection to divert runoff or cause localized flooding, remove inlet protection as soon as the drainage area contributing runoff to the inlet is stabilized. Ensure that all inlet protection devices are removed at the end of the construction. I. The stone outlet sediment trap should be inspected regularly (at least as often as required by the General Permit) to check for clogging of the void spaces between stones. If the filter stone appears to be clogged, such that the basin will not completely drain, then the filter stone will require maintenance. If the filter stone is not completely clogged it may be raked with a garden rake to allow the water to release from the basin. If filter stone is completely clogged with mud and sediment, then the filter stone will have to be removed and replaced. Failure to keep the filter stone material properly maintained will lead to clogging of the stone riprap embankment. When this occurs, the entire stone rip-rap structure will need to be replaced. If the aggregate appears to be silted in such that efficiency is diminished, the stone should be replaced. Trash and debris should be removed from the trap after each storm event to prevent it from plugging the rock. Deposited sediment must be removed before the storage capacity is decreased by one-third, or sediment has reached a depth of 1 foot, whichever is less. The removed sediment must be stockpiled or redistributed in areas that are protected with erosion and sediment controls. Temporary Stormwater Pollution Control 01 57 23 - 12 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 J. Sediment basins should be inspected regularly (at least as often as required by the General Permit) to check for damage and to ensure that obstructions are not diminishing the effectiveness of the structure. Sediment must be removed and the basin must be re-graded to its original dimensions when the sediment storage capacity of the impoundment has been reduced by 20 percent. The removed sediment may be stockpiled or redistributed on- site in areas that are protected by erosion and sediment controls. Inspect temporary stabilization of the embankment and graded basin and the velocity dissipaters at the outlet and spillway for signs of erosion. Repair any eroded areas that are found. Install additional erosion controls if erosion is frequently evident. K. Check dams should be inspected regularly (at least as often as required by the General Permit). Silt must be removed when it reaches approximately one-third the height of the dam or 12 inches, whichever is less. Inspectors should monitor the edges of the dam where it meets the sides of the drainage ditch, swale, or channel for evidence of erosion due to bypass or high flows. Eroded areas must be repaired. If erosion continues to be a problem, modifications to the check dam or additional controls are needed. Care must be used when taking out rock check dams in order to remove as much rock as possible. Loose rock can create an extreme hazard during mowing operations once the area has been stabilized. L. Stabilized construction exits should be inspected regularly (at least as often as required by the General Permit). The stabilized construction exit must be maintained in a condition that prevents tracking or flow of sediment onto paved surfaces. Periodic re-grading and top dressing with additional stone must be done to keep the efficiency of the exit from diminishing. The rock must be re-graded when ruts appear. Additional rock must be added when soil is showing through the rock surface. Additional controls are needed if inspections reveal a properly installed and maintained exit, but tracking of soil outside the construction area is still evident. Additional controls may be daily sweeping of all soil spilled, dropped, or tracked onto public rights-of-way or the installation of a wheel cleaning system. 3.04 FIELD QUALITY CONTROL A. In the event of conflict between the specified requirements and stormwater pollution control laws, rules, or regulations or other local, state, or federal agencies, the more restrictive laws, rules, or regulations will apply. 3.05 SCHEDULES A. Prior to start of construction, submit schedules to the OPT for accomplishment of temporary and permanent erosion control work in connection with required clearing and grubbing, grading, construction, and paving. Include a proposed method of erosion and dust control on haul roads and borrow pits and a plan for disposal of waste materials in the submittal. END OF SECTION Product Requirements 01 60 00 - 1 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 01 60 00 PRODUCT REQUIREMENTS PART 1 - GENERAL 1.01 SUMMARY A. Provide products for this Project that comply with the requirements of this Section. Specific requirements of the detailed equipment specifications govern in the case of a conflict with the requirements of this Section. B. Comply with applicable specifications and standards. 1.02 DOCUMENTATION A. Provide documents in accordance with the Contract Documents. 1.03 QUALITY ASSURANCE A. Design Criteria: 1. Provide products designed for structural stability and operational capability. 2. Provide members designed to withstand all loads imposed by installation, erection, and operation of the product without deformation, failure, or adversely affecting the operational requirements of the product. Size and strength of materials for structural members are specified as minimums only. 3. Design mechanical and electrical components for all loads, currents, stresses, and wear imposed by startup and normal operations of the equipment without deformation, failure, or adversely affecting the operation of the unit. Mechanical and electrical components specified for equipment are specified as the minimum acceptable for the equipment. B. Coordination: 1. Provide coordination of the entire Project, including verification that structures, piping, and equipment components to be furnished and installed for this Project are compatible. 2. Determine that the equipment furnished for this Project is compatible with the requirements of the Contract Documents and with the equipment and materials furnished by others. 3. Provide electrical components for equipment that comply with all provisions of the Contract Documents. 4. Apply protective coatings and paints to equipment in the shop that are fully compatible with the final coatings to be field applied in accordance with the Contract Documents. C. Adapting Substitute Products: 1. The Drawings and Specifications are prepared for the specified products. Make modifications to incorporate the products into the Project if a substitution is requested Product Requirements 01 60 00 - 2 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 for a product is and approved in accordance with Section 01 26 00 “Change Management.” 2. Do not provide a product with a physical size that exceeds the available space. Consideration may be given to the acceptance of these products or equipment if the Contractor assumes all costs necessary to incorporate the item and the OPT approves such revisions. 3. Coordinate electrical requirements for the products to be installed in the Project, including revisions in electrical equipment components wiring and other elements necessary to incorporate the component. 1.04 STANDARDS A. The applicable industry standards referenced in the Specifications apply as if written here in their entirety. B. Provide equipment manufactured using structural and miscellaneous fabricated steel conforming to the standards of the American Institute of Steel Construction, except where indicated otherwise. 1.05 WARRANTIES AND GUARANTEES A. Normal warranty provisions are as stated in the General Conditions. B. Correct Defective Work under the provisions of the General Conditions. C. Provide warranties and guarantees for periods as defined in the Contract Documents. Individual Sections of the Specifications may have more stringent warranty requirements than stated in the General Conditions. The most stringent warranty will apply in the event of conflicts within the Contract Documents. D. The Contract Documents may require special warranties that guarantee performance at a specified capacity, power consumption, efficiency, or other operating parameter. Correct defects that prevent products from meeting the specified performance parameters. The requirements of the special warranty that guarantee performance will be satisfied when the specified performance parameters have been met for a period of 1 calendar year of operation, unless Owner elects to accept Defective Work under the provisions of the General Conditions. E. The Contract Documents may require special warranties for periods extending beyond the one-year correction period specified in the General Conditions. The full warranty provisions and requirements for correction of Defective Work stated in the General Conditions apply throughout the extended warranty period. F. Provide a warranty bond to provide the same protection as the Contractor's performance bond for extended special warranties. The warranty bond will become effective on the day the performance bond expires which is 1 year after the date of final payment per the General Conditions. The warranty bond will remain in effect until the extended warranty period has expired. G. In the event that products are repaired, modified, or replaced under the warranty bond, then the warranty period will continue on the date of completion of these repairs for a period of 6 months or until the end of the original warranty period, whichever is later. In no Product Requirements 01 60 00 - 3 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 event will the warranty period extend more than 6 months beyond the end of the original warranty period. PART 2 - PRODUCTS 2.01 MATERIALS A. Provide products according to normally accepted engineering and shop practices, except where a higher standard of quality is required by the Contract Documents. B. Manufacture like parts of duplicate units to standard sizes and gages that are interchangeable. C. Two or more items of the same kind are to be identical and made by the same Supplier. D. Provide products suitable for the intended service. E. Adhere to the equipment capacities, sizes, and dimensions indicated in the Contract Documents. F. Do not use products for any purpose other than that for which they were designed. G. Provide new products. Do not provide equipment that has been in service at any time prior to delivery except for testing in accordance with the Contract Documents. H. Provide materials suitable for service conditions. I. Provide iron castings that are tough, close grained gray iron free from blowholes, flaws, or excessive shrinkage and that conform to ASTM A48. J. Design structural members for shock or vibratory loads. K. Provide steel that is at least 1/4 inch thick for all elements that will be submerged or subject to splashing all or part of the time during normal operation of the equipment. Chamfer or grind all edges to eliminate sharp exposed edges. 2.02 ANCHOR BOLTS A. Provide suitable anchor bolts for each product. B. Provide anchor bolts with templates or setting drawings in time to permit casting the anchor bolts in the concrete when concrete is placed. C. Provide two nuts for each bolt. D. Provide anchor bolts for products mounted on baseplates that are long enough to permit 1- 1/2 inches of grout beneath the baseplate and to provide adequate anchorage into structural concrete. Bolts must be long enough to provide full nut engagement and leave three threads exposed. Housekeeping pads are not structural concrete. E. Provide stainless steel anchor bolts, nuts, and washers. 2.03 SPECIAL TOOLS AND ACCESSORIES A. Furnish tools, instruments, lifting and handling devices, and accessories necessary for proper maintenance and adjustment that are available only from the manufacturer or are not commonly available. Product Requirements 01 60 00 - 4 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 PART 3 - EXECUTION 3.01 INSTALLATION A. Install equipment including equipment pre-selected or furnished by the Owner. Assume responsibility for proper installation, startup, and making the necessary adjustments so that the equipment is placed in proper operating condition per Section 01 75 00 “Starting and Adjusting.” END OF SECTION Execution and Closeout Requirements 01 70 00 - 1 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS PART 1 - GENERAL 1.01 SUMMARY A. Comply with requirements of the General Conditions and specified administrative procedures in closing out the Contract. 1.02 DOCUMENTATION A. Submit affidavits and releases on forms provided by the Construction Manager 1.03 SUBSTANTIAL COMPLETION A. The following requirements must be met for the Project or a designated portion of the Work to be Substantially Complete per the General Conditions: 1. Work must be fully functional and able to operate in accordance with the Contract Documents without special or extraordinary efforts on the part of the Owner. B. Conduct inspections with superintendent, Subcontractors, and Suppliers for the Work or a designated portion of the Work prior to calling for a Substantial Completion inspection by the OPT. Create a list of deficiencies in the Work that must be completed for the Project to qualify for Substantial Completion. Review the list with the Construction Manager or the designated member of the OPT. The Construction Manager or the designated member of the OPT may assist the Contractor with this effort; however, it is the Contractor’s responsibility to create and manage this list of deficiencies until corrections are made. C. Correct the identified deficiencies prior to calling for a Substantial Completion inspection. D. Notify the Construction Manager that the Work or a designated portion of the Work is Substantially Complete per the General Conditions. Include a list of the items remaining to be completed or corrected before the Project will be considered for Final Completion. E. OPT will visit the Site to observe the Work within a reasonable time after notification is received to determine the status of the Project. F. Construction Manager will notify the Contractor that the Work is either Substantially Complete or that additional Work must be performed before the Project will be considered Substantially Complete. 1. Construction Manager will notify the Contractor of items that must be completed before the Project will be considered Substantially Complete. 2. Correct the noted deficiencies in the Work. 3. Notify the Construction Manager when the items of Work in the Construction Manager’s notice have been completed. 4. OPT will revisit the Site and repeat the process. 5. Construction Manager will issue a Certificate of Substantial Completion to the Contractor when the OPT considers the Project to be Substantially Complete. The Execution and Closeout Requirements 01 70 00 - 2 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 certificate will include a tentative list of items to be corrected before Final Payment will be recommended. 6. Review the list and notify the Construction Manager of any objections to items on the list within 10 days after receiving the Certificate of Substantial Completion. 1.04 TRANSFER OF UTILITIES A. Transfer utilities to the Owner when the Certificate of Substantial Completion has been issued. B. Submit final meter readings for utilities and similar data as of the date the Owner occupied the Work. 1.05 CLOSEOUT REQUIREMENTS A. Provide the following before Final Completion: 1. Record Documents per Section 01 31 13 “Project Coordination”; 2. Keys and keying schedule; 3. Warranties, bonds, and service agreements; 4. Equipment Installation Reports; 5. Shop Drawings, Product Data, operation and maintenance manuals, and other documentation required by the Contract Documents; 6. Specified spare parts and special tools; 7. Certificates of occupancy, operating certificates, or other similar releases required to allow the Owner unrestricted use of the Work and access to services and utilities; 8. Evidence of continuing insurance and bond coverage as required by the Contract Documents; and 9. Final videos and photographs per Section 01 33 06 “Graphic Documentation.” 1.06 WARRANTIES, BONDS, AND SERVICES AGREEMENTS A. Provide warranties, bonds, and service agreements required by Section 01 33 00 “Document Management” or by the individual Sections of the Specifications. B. The date for the start of warranties, bonds, and service agreements is established per the General Conditions. C. Compile warranties, bonds, and service agreements and review these documents for compliance with the Contract Documents. 1. Each document is to be signed by the respective Supplier or Subcontractor. 2. Each document is to include: a. The product or Work item description; b. The firm name, with the name of the principal, address, and telephone number; c. Scope of warranty, bond, or services agreement; Execution and Closeout Requirements 01 70 00 - 3 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 d. Date, duration, and expiration date for each warranty bond and service agreement; e. Procedures to be followed in the event of a failure; and f. Specific instances that might invalidate the warranty or bond. D. Submit digital copies of the documents to the Construction Manager for review. E. Submit warranties, bonds, and services agreements within 10 days after equipment or components placed in service. 1.07 FINAL COMPLETION A. Conduct inspections with Superintendent, Subcontractors, and Suppliers prior to calling for a Final Completion inspection by the OPT. Create a list of deficiencies in the Work that must be completed for the Project to qualify for the Final Completion inspection. Review the list with the Construction Manager or the designated member of the OPT. The Construction Manager or the designated member of the OPT may assist the Contractor with this effort; however, it is the Contractor’s responsibility to create and manage this list of deficiencies until corrections are made. B. Identify, list, and correct deficiencies prior to calling for a Final Completion inspection. The Project at the call for Final Completion represents the Contractor’s interpretation of a project completed in conformance with the Contract Documents and reflects the Contractor’s representation of a quality project meeting the Owner’s expectations. C. Notify the Construction Manager when: 1. Work has been completed and complies with the Contract Documents; 2. Equipment and systems have been tested per the Contract Documents and are fully operational; 3. Final operation and maintenance manuals have been provided to the Owner and all operator training has been completed; 4. Specified spare parts and special tools have been provided; 5. Work is complete and ready for final inspection; 6. Final documentation for all outstanding Modifications and Claims (other than those listed on the Certificate of Final Completion) have been processed and are ready for incorporation into the final Application for Payment; and 7. Closeout requirements in Paragraph 1.05 have been completed. D. OPT will visit the Site to determine if the Project is complete and ready for final payment within a reasonable time after the notice is received. E. Construction Manager will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. F. Take immediate steps to correct Defective Work. Notify the Construction Manager when Defective Work has corrected. OPT will visit the Site to determine if the Project is complete and the Work is acceptable. Construction Manager will issue a Certificate of Final Execution and Closeout Requirements 01 70 00 - 4 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 Completion to the Contractor when the Project is complete or will notify the Contractor that Work is Defective. G. Submit the request for final payment with closeout documentation described in Paragraph 1.06 if notified that the Project is complete and the Work is acceptable. 1.08 REINSPECTION FEES A. Owner may impose a set-off against the Application for Payment in accordance with the General Conditions to compensate the OPT for additional visits to the Project if additional Work is required. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION Final Cleaning 01 74 23 - 1 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 01 74 23 FINAL CLEANING PART 1 - GENERAL 1.01 SUMMARY A. Perform a thorough cleaning of the Site, buildings, or other structures prior to Owner occupancy of the buildings, and prior to Final Completion. Leave the Project clean and ready for occupancy. 1.02 DOCUMENTATION A. Provide data for maintenance per Section 01 33 04 “Operation and Maintenance Data.” 1.03 QUALITY CONTROL A. Use experienced workmen or professional cleaners for final cleaning. PART 2 - PRODUCTS 2.01 MATERIALS A. Furnish the labor and products needed for cleaning and finishing as recommended by the manufacturer of the surface material being cleaned. B. Use cleaning products only on the surfaces recommended by the Supplier. C. Use only those cleaning products which will not create hazards to health or property and which will not damage surfaces. PART 3 - EXECUTION 3.01 FINAL CLEANING A. Thoroughly clean the entire Site 1. Remove construction debris, boxes, and trash from the Site. 2. Remove construction storage sheds and field offices. 3. Restore grade to match surrounding condition and remove excess dirt. 4. Sweep all drives and parking lots clean of dirt and debris. Use water trucks or hose down paved site to like new appearance. END OF SECTION Warranties and Service Agreements 01 78 36 - 1 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 01 78 36 WARRANTIES AND SERVICE AGREEMENTS PART 1 - GENERAL 1.01 WARRANTY REQUIREMENTS A. Provide products for this Project that comply with the requirements of this Section. 1.02 WARRANTIES AND GUARANTEES A. Guarantee and warrant products furnished by the Contractor against: 1. Faulty or inadequate design; 2. Improper assembly or erection; 3. Defective workmanship or materials; and 4. Leakage, breakage, or other failure. B. Guarantee and warrant the products installed under this Contract, including Goods furnished by the Owner, against leakage, breakage, or other failure due to improper assembly or erection and against improper installation of the equipment. The correction period is as defined in the General Conditions. Individual Specification Sections may have more stringent warranty requirements than those stated in the General Conditions. The most stringent warranty will be provided in the event of conflicts. C. Provide all required warranties, guarantees, and related documents with the Shop Drawing. The effective date of warranties and guarantees will be the date of Substantial Completion. D. Include an additional copy of equipment warranties in operation and maintenance manuals. E. Provide a copy of all warranties in a separate document in accordance with Section 01 70 00 “Execution and Closeout Requirements.” 1.03 EXTENDED WARRANTIES A. Extended Warranties are defined as any guarantee of performance for the product or system beyond the one-year correction period described in the General Conditions. B. Issue the warranty certificate in the name of the Owner. C. Provide a warranty bond for Extended Warranties as required by the individual Specification Sections. 1.04 SERVICE AGREEMENTS A. Provide Extended Service Agreements (ESA) and related documents with the Shop Drawing. An Extended Service Agreement is a contract between the Owner and an approved Subcontractor or Supplier to provide service and or maintenance beyond that required to fulfill requirements for warranty repairs or to perform routine maintenance for a definite period beyond the one-year correction period specified in the General Conditions. B. Requirements for the Extended Service Agreement are described in the Specification Sections for each piece of equipment or system requiring an Extended Service Agreement. Warranties and Service Agreements 01 78 36 - 2 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 C. Enter into a contract with the service provider and assign the service contract to the Owner on the date of Substantial Completion. Once assigned to the Owner, Contract requirements for the Extended Service Agreement will be complete and will not extend the Contract between the Owner and Contractor. D. Owner may require that a performance bond be provided for the Extended Service Agreement. Provide a separate bond meeting the same requirements as those for the Contractor’s performance bond if required. The bond will be in the amount of the Extended Service Agreement. E. Include an additional copy of Extended Service Agreements in operation and maintenance manuals. F. Provide a copy of Extended Service Agreements in a separate document in accordance with Section 01 70 00 “Execution and Closeout Requirements.” PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION DIVISION 2 EXISTING CONDITIONS Park Trail Removal and Replacement 02 41 23- 1 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 02 41 23 WALKING TRAIL REMOVAL AND REPLACEMENT 1.00 GENERAL 1.01 WORK INCLUDED A. The contractor shall demolish and haul away debris from certain park walking trail owned by the Parks Department, City of Lubbock. The Contractor understands and agrees that demolition and debris removal in the most expeditious manner possible is of the utmost importance and it will make every effort to complete all requirements in the shortest time possible. B. The contractor shall furnish all labor, materials, equipment, and incidentals required for the installation of the walking trail including subgrade, concrete curbing, and trail bedding 1.02 SUBMITTALS A. All concrete submittals shall be in accordance with Section 03 30 00 “Cast in Place Concrete.” B. Trail material shall be as specified below, or alternative materials may be considered. Such materials must be pre-approved in writing by the Engineer prior to the bid date. 1.03 QUALITY ASSURANCE A. The concrete products shall meet the requirements of Section 01 40 00 “Quality Management”, and Section 03 30 00 “Cast in Place Concrete.” 2.00 PRODUCTS 2.01 MATERIALS A. Concrete Materials 1. Portland Cement: ASTM C 150, Type I. (Use only one brand of cement throughout the project, unless otherwise acceptable to Owner) 2. Aggregates: ASTM C33 3. Water: clean, fresh, drinkable 4. Fiber reinforcement B. Related Materials 1. Expansion Joints: pre-molded cane fiber saturated with asphalt, 1/2” wide. Joints 12 feet long or less shall be one continuous piece installed as shown on detail. 2. Expansion Joint Cap: W. R. Meadows Snap-Cap, or approved equal 3. Expansion Joint Sealant: Sonneborn SL-1, one part self-leveling polyurethane sealant, or approved equal, gray. 4. 4. Concrete curing compound: W.R. Meadows Sealtight CS-309 Acrylic Curing and Sealing Compound, or approved equal Park Trail Removal and Replacement 02 41 23- 2 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 C. Trail Materials 1. Subgrade: compacted at least 4” depth 2. Flexbase material: 1-3/4” base aggregate comatcted at 3” depth. Material from RE Janes 3. Cinders (Trail Mix): compacted at 3” depth. Materials from RE Janes. 3.00 EXECUTION 3.01 SITE PREPARATION A. A. Contractor is responsible for layout of work based on owner provided control points, plan dimensions, excavation, grading, leveling, and compaction of sub-grade and fill material. B. Contractor shall notify Owner when concrete forms and reinforcing are in place; minimum of 24 hours prior to concrete placement. C. Sub-grade preparation to include removal, hauling, and disposal of any unusable material. 3.02 CONCRETE FORMS A. Curved sections of concrete shall flow smoothly throughout the curve and shall not be composed of straight line segments which have been joined together. Ends of curves shall flow smoothly into straight line segments. B. Form material shall be matched, tight fitting and adequately stiffened to support weight of concrete without deflection detrimental to tolerances and appearance of concrete. C. Coat interior surface of forms before placement of reinforcing with W. R. Meadows Duo- gard Concrete Form Release Agent, or approved equal. 3.03 REINFORCING A. Maintain 2” clearance to all concrete surfaces. B. Install smooth dowels in horizontal position, maintaining 2" min clearance to all concrete surfaces. C. Install tie wires by doubling the wire and tying in an “X” pattern. Ends of wire should be bent down in close proximity to the reinforcing steel. D. Support reinforcing with chairs. Chairs shall have sand plates on the bottom when the soil will not support chair legs. 3.04 JOINT TYPES A. Expansion Joints: 1. Expansion joints shall be fibrous cane material saturated with asphalt. Wood shall not be used. Insertion during concrete placement will not be allowed. Joint material shall have rigid backing while concrete is being placed. 2. Install expansion joint material where concrete abuts existing concrete, manholes, inlets, structures, walks, poles, signals, and other fixed objects. Install one half inch Park Trail Removal and Replacement 02 41 23- 3 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 below top of concrete. Install Sonneborn sealant; or approved equal, flush with concrete. 3. Expansion joints shall extend full-width and depth of slab, 1/2” below finished surface. Expansion joint material shall be one-piece lengths for the full width being place, whenever possible. Where more than one length is required, lace or clip joint sections together. 4. Protect the top edge of the joint material with a temporary plastic joint cap. Remove temporary cap after both sides of joint are placed. 5. The top 1/2” of expansion joints shall be filled with a gray colored urethane sealant. Provide masking at joint edges to maintain straight line of sealant. Remove masking tape before sealant has cured completely. Sealant shall not be placed more than one half inch thick. Applications requiring sealant more than one half inch thick shall be placed using multiple applications, with adequate hardening time between applications. 6. Expansion joints shall be spaced as shown on plans. Contractor shall not deviate from joint spacing shown on plans unless approved by the Owner. 7. Install expansion joints at all locations where new concrete abuts existing concrete per detail. B. Control Joints: 1. Control joints shall be spaced as shown on plans. 2. Contractor shall not deviate from joint spacing shown on plans unless approved by the Owner. C. Construction Joints and Cold Joints 1. Construction joints and cold joints are not permitted except as shown on the plans. 3.05 CONCRETE PLACING AND WORKMANSHIP A. The Contractor is responsible for correction of concrete work which does not conform to the specified requirements, including strength, tolerances and finishes. Correct deficient concrete as directed by the Owner. B. Workmen shall have a minimum of 3 years’ experience in forming and pouring concrete of a similar nature and scope. C. Comply with ACI 304, and as herein specified. D. Deposit and consolidate concrete slabs in a continuous operation within the limits of construction joints until the placing of a panel or section is complete. Consolidate concrete during placement so that concrete is thoroughly worked around reinforcement and other embedded items and into corners. E. Bring slab surfaces to the correct level with a straightedge and strike off. Use a bull float or darby to smooth the surface, leaving it free of humps or low places. Do not sprinkle water on the plastic surface. F. Apply non-slip broom finish: immediately after trowel finishing, slightly roughen concrete surface by applying a light broom finish perpendicular to main traffic route. Broom must be Park Trail Removal and Replacement 02 41 23- 4 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 kept clean and free from concrete buildup between the bristles. Broom marks should be light but distinct with clean edges. G. Protect freshly placed concrete from premature drying and excessive cold or hot temperature, and maintain without drying at a relatively constant temperature for a period of time necessary for hydration of cement and proper hardening. H. Contractor shall allow no marking or footprints to be placed on the uncured concrete. Concrete with footprints or other defects will be subject to removal and replacement. Mopping with cement slurry to cover defects will not be allowed. I. Split edges, cracks, honeycomb and other defects will not be accepted. Concrete section with such defects will be removed and replaced at the Contractor's expense. J. Repair of formed surfaces: remove and replace concrete with defective surfaces if defects cannot be repaired to the satisfaction of the Owner. Surface defects include color and texture irregularities, cracks, spalls, air bubbles, honeycomb, exposed rocks and other protruding objects. K. Cold weather placing: protect concrete work from physical damage or reduced strength which would be caused by low temperatures in accordance with ACI 306 and as herein specified. When air temperature has fallen or is expected to fall below 40 degrees F., uniformly heat all water and aggregate before mixing as required to obtain a concrete mixture temperature of not less than 50 degrees F., and not more than 80 degrees F., at point of placement. Do not incorporate frozen materials into the concrete mix and do not place concrete on frozen sub-grade, or on sub-grade containing frozen materials. Do not use calcium chloride and other materials containing antifreeze agents or chemical accelerators unless otherwise accepted in the design mix. Protect concrete with insulating covers if subject to freezing. PVC only, as an insulating cover, will not be allowed. Insulating covers shall not be allowed to damage the finish. L. Hot weather placing: Protect concrete work from physical damage or high temperatures in accordance with ACI 305. Cool ingredients before mixing to maintain concrete temperature at time of placement below 90 degrees F. Mixing water may be chilled, or chopped ice may be used to control the temperature provided the water equivalent of the ice is calculated in the total amount for mixing. Cover reinforcing steel with wet burlap if the temperature exceeds the air temperature immediately before embedment. Do not use retarding admixtures unless otherwise accepted in the design mix. M. Contractor shall be responsible for the protection of uncured concrete. Contractor shall not allow markings or footprints to be placed in the uncured concrete. Contractor shall perform curing of concrete by application of curing compound on finished surfaces immediately after finishing. Apply in accordance with manufacturer’s recommendations. Re-coat areas subjected to heavy rainfall within 3 hours after initial application. N. Forms may be removed when concrete is sufficiently hard that it will not be damaged byremoval of forms and provided that curing operations are maintained. O. All edges of concrete shall have a radius of ½". P. Allow for 2" minimum clearance between all reinforcing and concrete surfaces. Park Trail Removal and Replacement 02 41 23- 5 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 END OF SECTION Hydrocarbon Contaminated Geologic Materials 02 61 16 - 1 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 02 61 16 HYDROCARBON CONTAMINATED GEOLOGIC MATERIALS 1.00 GENERAL 1.01 SUMMARY A. This Section includes: 1. Disposal of geologic materials (i.e., sand, silt, clay, gravel, cobbles, stone, rock, etc.) contaminated by hydrocarbons, should they be encountered at any point during construction. 2. This specification is primarily oriented toward petroleum hydrocarbon-contaminated geologic material disposal. . 1.02 SUBMITTALS A. Furnish written method and list equipment to be provided for preliminary screening for hydrocarbon-contaminated geologic materials. B. Furnish description for stockpiling and protecting hydrocarbon-contaminated materials, including proposed stockpile location, and for storing and protecting materials until analytical chemistry results are obtained. C. Furnish completed manifests, all signatures included, for hydrocarbon-contaminated geologic materials shipped to disposal site. 1.03 REFERENCE STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. OSHA 29 CFR 1910 2. TAC Title 30, Part 1, Chapter 330, Subchapter D, Rule 330.171 3. TAC Title 30, Part 1, Chapter 335, Subchapter R, Rule 335.521(a), Table 1 4. West Texas Regional Disposal Facility, MSW #2522, Site Operation Plan, Petroleum Contaminated Soil and Debris, pages 36-56 5. TCEQ PST Program Action Levels, Revised August 12, 2011. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION 3.01 DETECTION A. The Contractor shall be alert to the presence of hydrocarbon-contaminated geologic materials during open cut and tunnel excavation operations near former LPST sites on this project. Hydrocarbon Contaminated Geologic Materials 02 61 16 - 2 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 B. The presence of petroleum hydrocarbon contamination may take the form of petroleum odor detectable by smell, discoloration of geologic materials, visual evidence of raw petroleum product, or other suspicious visual and/or sensory cues. C. Once suspected, Contractor to immediately notify the Engineer and confirm with field screening method, witnessed by Engineer, with method and equipment compatible with TCEQ LPST guidance for field screening and in conformance with paragraph 1.4.A above. D. Field screening with flammable limit detector is not acceptable on this project. E. Field screening shall not take place where petroleum or hydrocarbon vapors from a different source might be present. F. Continue field screening of like materials in same relative location or depth in the excavation until field screening indicates no further petroleum hydrocarbon constituents are likely. G. Upon Engineer’s direction, Contractor shall provide assistance and allow Engineer access to geologic materials for sample retrieval and analytical laboratory testing. 3.02 EXCAVATION, SEPARATION AND STORAGE A. Once confirmed by field screening that petroleum hydrocarbons are present in the geologic materials, continue excavation and keep contaminated material separate to the extent feasible from uncontaminated material. B. Excavation operations are subject to Engineer’s direction for alteration or modification, within reason as determined by the Engineer, to maintain separation of contaminated material from uncontaminated material as excavation proceeds. C. Stockpile the contaminated material on impermeable sheeting and also cover the stockpile with impermeable sheeting. Protect stockpile from precipitation runoff flowing through the bottom of the stockpile and protect from precipitation entering the upper surfaces of the stockpile and percolating through the material. Maintain cover and anchor cover against displacement. Maintain cover even in dry weather and windy conditions. D. Store hydrocarbon-contaminated material until the analytical laboratory test results are received by the Owner, and further direction is given based on the results. E. Contractor is to assist the Engineer, whether with Contractor personnel and/or Contractor equipment, for retrieving samples for testing, whether from active excavation operation or stockpile. 3.03 ANALYTICAL LABORATORY TESTING A. Owner will be responsible for analytical laboratory testing of geological materials for the constituents in paragraph 1.4.L. above. B. The Contractor should note that the TCLP tests can take five to ten business days for normal turnaround, therefore the stockpile will have to be maintained by the Contractor until analytical results are received and a course of action for material disposition is received from the Owner. Hydrocarbon Contaminated Geologic Materials 02 61 16 - 3 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 3.04 HYDROCARBON-CONTAMINATED GEOLOGIC MATERIAL DISPOSITION A. If the analytical laboratory results indicate that all parameters are below TCEQ action levels listed in paragraph 1.4.K. above, then the material can be used as backfill on the project. This backfill will be placed as near to its original location as feasible, given the other requirements for this project. As an example regarding backfill location feasibility, if contaminated material is encountered in a tunnel drift excavation within a reach that is to be fully grouted, then the backfill cannot feasibly be placed back in its original position. In such example, the material would be backfilled in the next nearest active backfill location. B. If any parameter listed in paragraph 1.4.K. above exceeds TCEQ action level, but is within the limits listed in paragraphs 1.4.L. above for disposal at the WTRDF, then the material will be disposed at the WTRDF. C. If any tested parameter exceeds the limits in paragraphs 1.4.L. above, then the material must go to a permitted facility able to take such waste that has the higher concentrations, such as an industrial landfill or hazardous waste landfill, or must be treated to meet the concentrations for WTRDF disposal. In such case, the Owner will negotiate with the contractor for course of action and adjustment to compensation. 3.05 CLOSURE A. Close stockpile location and decommission the site. B. Dispose or recycle impermeable sheeting in accordance with applicable regulations. Laboratory analytical testing for such disposal or recycling, as applicable by regulation, will be the responsibility of the Contractor. C. Remove other equipment at the stockpile site and leave site in former condition to the extent feasible. END OF SECTION Soil Vapor Extraction 02 62 16 - 1 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 02 62 16 SOIL VAPOR EXTRACTION 1.00 GENERAL 1.01 SUMMARY A. This Section includes: 1. Soil vapor extraction for control of subsurface volatile organic vapors, should they be encountered at any point during construction. 1.02 PERFORMANCE REQUIREMENTS A. If the products installed as part of this Section are found to be defective, damaged or not in conformance with the Specifications then the products and Work shall be corrected at the Contractor’s expense. B. Any retesting required due to inadequate installation or defective materials shall be paid for by the Contractor. C. The Work requires coordination of assembly, installation and testing between the Contractor and Owner’s representative. 1.03 SUBMITTALS A. Furnish schematic of soil vapor extraction and treatment system for record purposes. B. Furnish vapor extraction well locations on aerial photograph (photograph to be furnished) and piping layout. C. Furnish organic vapor monitoring program for record purposes. D. Furnish organic vapor concentration results from the monitoring program for record purposes. E. Provide anticipated operating characteristics of vacuum/blower equipment to include anticipated vacuum in inches of water or inches or millimeters of mercury. F. Provide copy of applications to TCEQ for emissions-related permit or waiver. G. Contractor may submit an alternate plan for intercepting volatile organic chemical (VOC) vapor intrusion into the work spaces prior to workers being exposed or developing VOC vapor concentration that exceeds the OSHA-defined lower flammable limit for safe work. 1.04 QUALITY ASSURANCE A. Installation of the soil vapor extraction system is recommended to be performed by remediation specialists. B. All well drilling shall be performed by a state licensed well drilling contractor. Soil Vapor Extraction 02 62 16 - 2 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 1.05 REFERENCE STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. OSHA 29 CFR 1910 2. TAC Title 30 Part 1, Chapters 101 - 122 3. National Ambient Air Quality Standards 4. High Plains Underground Water Conservation District Well Closure Requirements 2.00 PRODUCTS 2.01 REMEDIATION A. The Contractor is encouraged to retain the services of a remediation specialist for remediation design, operation, monitoring, and closure. Soil vapor extraction systems are essentially remediation systems, although for this project the system is temporary and primarily for vapor control relative to the subsurface work spaces. 2.02 MONITORING The Contractor is encouraged to retain the services of an industrial hygienist or other qualified individual or organization for work space air monitoring, health and safety plans, and for advising the Contractor on personal protective equipment, if necessary. 3.00 EXECUTION 3.01 EMISSIONS WAIVER AND LIMITS A. The Contractor shall initially request from the Texas Commission on Environmental Quality (TCEQ) a waiver from emissions rules since: 1. The emissions may meet de minimis waiver limits. 2. The installation is temporary. 3. Vapor intrusion into the excavated work might not occur such that engineered controls are necessary. B. In the event a waiver is not granted, the Contractor shall apply for a permit by rule, however the Contractor shall meet the emissions limits established in that permit. C. For the purposes of establishing a base for bidding purposes, the influent volatile organic chemical (VOC) content shall be based on a continuous concentration of up to 10,000 parts per million by volume (ppmv), dry basis. A start-up influent spike in concentration exceeding 10,000 ppmv lasting less than 72 hours shall not be justification for contract price adjustment. D. The treatment process shall reduce the VOC concentration to 20 ppmv dry basis prior to exhaust to the atmosphere, or more stringent emission limit if required by TCEQ. Soil Vapor Extraction 02 62 16 - 3 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 E. If combustion is used to reduce VOC concentration, prior to exhaust, then the exhaust concentration shall also be corrected to 3.0 percent oxygen in accordance with TCEQ emissions requirements. 3.02 INSTALLATION AND OPERATION A. Up to five vapor extraction wells of up to 40 feet depth below grade are allowed in the base bid, external to the primary excavation in order to intercept vapors prior to the work space. B. Install pipes, headers, valves, treatment devices, motors, power, vacuum pumps or blowers, exhaust stack(s), other equipment necessary to vapor removal, treatment and operation. C. Install plastic sheeting at grade as necessary to prevent short-circuiting of the vapor extraction process. D. Exhaust flow shall not be discharged to the atmosphere less than 20 feet above grade. E. Operate soil vapor extraction and treatment system until the advance of the work no longer requires its operation. F. Monitor influent and exhaust VOC concentrations per the requirements of the permit or waiver, but in no case less than at the beginning of a working shift and at the end of a working shift. G. Monitor VOC and oxygen concentrations and flammable limits in the excavation work spaces according to regulation and the safety and health plan. H. Work shall be suspended if flammable concentration achieves 25 percent of the lower flammable limit, or lower limit if OSHA limit is more stringent. Adjust vapor removal efforts to lower the vapor concentration to or below the OSHA-defined lower flammable limit for safe work. 3.03 SYSTEM CLOSURE A. Close extraction wells according to TCEQ and High Plains Underground Water Control District requirements. B. Dispose, regenerate, or recycle treatment media in accordance with applicable regulations. C. Remove other equipment, piping, power sources, and leave site in former condition to the extent feasible. Feasibility will be determined by the Owner and Engineer. END OF SECTION Hydrocarbon Contaminated Groundwater Treatment 02 71 16 - 1 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 02 71 16 HYDROCARBON CONTAMINATED GROUNDWATER TREATMENT 1.00 GENERAL 1.01 SUMMARY A. This Section includes: 1. Treatment of groundwater contaminated by hydrocarbons, should they be encountered at any point during construction. 2. This specification is primarily oriented toward contaminated water treatment and discharge to waters of the State. 1.02 PERFORMANCE REQUIREMENTS A. If the products installed as part of this Section are found to be defective, damaged or not in conformance with the Specifications then the products and Work shall be corrected at the Contractor’s expense. B. Any retesting required due to inadequate installation or defective materials shall be paid for by the Contractor. C. The Work requires coordination of assembly, installation and testing between the Contractor and Owner’s representative. 1.03 SUBMITTALS A. Furnish schematic of groundwater treatment system for record purposes. B. Furnish dewatering well locations on aerial photograph (photograph to be furnished) and piping layout. C. Furnish influent and effluent monitoring program for record purposes. D. Furnish laboratory analytical chemistry results. E. Provide anticipated operating characteristics of treatment equipment. F. Contractor may submit an alternate plan for handling petroleum-contaminated groundwater (i.e., fabricated tank capture, batch treatment, truck to TCEQ registered third- party treatment center, etc.). Release of untreated petroleum-contaminated groundwater is prohibited. G. Furnish copy of Notice of Intent. H. Furnish copy of Notice of Termination. I. Furnish copies of reports required by the State or Lubbock Water Utilities, as applicable. J. Furnish copies of Lubbock Water Utilities permit for discharge, pretreatment provisions, and discharge limits if discharging to sanitary sewer. K. Furnish manifests for petroleum-contaminated water shipped to TCEQ registered third party treatment center Hydrocarbon Contaminated Groundwater Treatment 02 71 16 - 2 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 1.04 REFERENCE STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. OSHA 29 CFR 1910 2. High Plains Underground Water Conservation District Well Closure Requirements 3. TCEQ General Permit to Discharge Wastes TXG8300000 4. TCEQ Fact Sheet and Executive Director’s Preliminary Opinion 5. TCEQ Notice of Intent to Discharge Petroleum Contaminated Water 6. TCEQ Notice of Termination for Authorizations Under General Permit TXG8300000 7. TCEQ Aquatic Life Surface Water Risk-Based Exposure Limits 2.00 PRODUCTS 2.01 SYSTEMS A. Where a carbon treatment system is used for removal of both lead and organic contaminants of concern, such carbon filtration shall be rated and certified for lead removal. Otherwise, a specific lead removal mechanism shall be incorporated into the treatment system. B. The Contractor is encouraged to retain the services of a remediation specialist for treatment design, operation, monitoring, and closure. C. If in-situ concentrations exceed the concentrations for influent water listed in 2.1.F, or flow rates to control groundwater to the levels specified exceed 500 gallons per minute, notify the Engineer and Owner prior to equipment installation and operation. D. Treatment system shall be equipped with influent and effluent sampling ports suitable for taking credible, defensible water samples at flow rates low enough to prevent aeration of volatiles during sampling. E. Influent line(s) shall be equipped with flow meter(s) that indicate instantaneous flow rate and totalized flow volume. F. For base bid purposes, allow for influent dissolved contaminants of concern up to the following concentrations. 1. Phase separated hydrocarbon layer up to 1/16 inches thick. 2. Benzene – 0.75 milligrams per liter (mg/l) 3. Toluene – 0.75 mg/l 4. Ethylbenzene – 0.75 mg/l 5. Total Xylenes – 0.75 mg/l 6. Total Petroleum Hydrocarbons (Dissolved) – 25 mg/l 7. Methyl Tertiary Butyl Ether (MTBE) – 0.50 mg/l 8. Lead – 0.10 mg/l Hydrocarbon Contaminated Groundwater Treatment 02 71 16 - 3 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 9. Polynuclear or Policyclic Aromatic Hydrocarbons (PAH) – 0.5 mg/l G. For base bid purposes, allow for influent flow rate of up to 500 gallons per minute. H. If air stripping is used, comply with emission limits in Section 13281 – Soil Vapor Extraction I. The Contractor may elect to discharge to the City of Lubbock sanitary sewer system. Under discharge to sanitary sewer system, General Permit TXG830000 is not required. 1. Pretreatment according to City of Lubbock ordinance and/or permit is required. 2. Flow rate to sanitary sewer shall be limited to that specified by Lubbock Water Utilities, which may or may not be compatible with groundwater recovery flow rates. 3. Fees charged by Lubbock Water Utilities for receiving the discharge are the responsibility of the Contractor. J. Groundwater extraction systems, groundwater wells, and pumping of contaminated water entering the excavation shall be considered part of the dewatering system covered in Section 02240 – Dewatering and Section 02317 – Excavation and Backfill for Storm Sewer. K. Treated effluent limitations for discharge to waters of the State are herein defined as more stringent than those of the TCEQ. 1. Benzene – 0.005 mg/l daily maximum and daily average limit 2. Total BTEX – 0.075 mg/l daily maximum and daily average limit 3. Total Petroleum Hydrocarbons – 7.5 mg/l daily maximum and daily average limit 4. Total Lead – 0.001 mg/l daily maximum and daily average limit 5. pH – as dictated by TCEQ General Permit TXG830000 6. MTBE – 0.075 mg/l daily maximum and daily average limit 7. PAH – 0.005 m/l daily maximum and daily average limit. L. No phase separated product shall be released to the environment. 2.02 REMEDIATION A. The Contractor is encouraged to retain the services of a remediation specialist for remediation design, operation, monitoring, and closure. Soil vapor extraction systems are essentially remediation systems, although for this project the system is temporary and primarily for vapor control relative to the subsurface work spaces. 2.03 MONITORING The Contractor is encouraged to retain the services of an industrial hygienist or other qualified individual or organization for work space air monitoring, health and safety plans, and for advising the Contractor on personal protective equipment, if necessary. Hydrocarbon Contaminated Groundwater Treatment 02 71 16 - 4 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 3.00 EXECUTION 3.01 PERMITS A. The Contractor shall file a Notice of Intent to discharge to waters of the State under General Permit TXG830000. B. The Contractor may elect to discharge to the City of Lubbock sanitary sewer system. Under discharge to sanitary sewer system, General Permit TXG830000 is not required. 1. Pretreatment according to City of Lubbock ordinance and/or permit is required. 2. Flow rate to sanitary sewer shall be limited to that specified by Lubbock Water Utilities, which may or may not be compatible with groundwater recovery flow rates. 3. Fees charged by Lubbock Water Utilities for receiving the discharge are the responsibility of the Contractor. 3.02 OPERATION A. Operate groundwater systems to intercept groundwater prior to its entering the excavation, and to maintain a dry and stable subgrade for storm sewer installation. See Section 02240 – Dewatering and Section 02317 – Excavation and Backfill for Storm Sewer. B. Treat petroleum-contaminated water to, or below, effluent limitations prior to discharge to waters of the State, or to pretreatment effluent limitations if discharging to Lubbock Water Utilities sanitary sewer. C. For discharge to waters of the State: 1. Sample at least twice per day for laboratory analysis, once at beginning of work day and once at end of work day. 2. Have samples analyzed by TCEQ accredited laboratory for compliance with effluent limitations. 3. Sampling and analyses may be reduced to one per day provided consistent two-per- dayeffluent sample concentrations and pH are demonstrated for a five-day continuous period. 4. Sampling may be reduced further to once every two days provided the one-per-day effluent sample concentrations and pH are consistent for a continuous five-day period, and such consistency is congruent with the previous two-per-day sample results. 5. If two contiguous samples exceed effluent limits, adjust equipment and/or treatment system to return to specified effluent limits. If a further two contiguous samples after adjustment exceed effluent limitations, operations shall cease until equipment,treatment system and/or operation is adjusted, replaced or altered to meet effluent limitations. Sampling and analysis shall revert back to two-per-day. 6. Provide reports to the State in accordance with General Permit TXG830000 with copies to the Engineer and Owner's Representative. D. For discharge to Lubbock Water Utilities sanitary sewer, comply with Lubbock required flow rate limits, sampling frequency, analytical requirements for the utility’s contaminants of concern, and reporting with report copies to Engineer. Hydrocarbon Contaminated Groundwater Treatment 02 71 16 - 5 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 E. Comply with EPA and TCEQ regulations for sampling procedures, sample container sizes and types, sample handling, sample storage, and chains of custody. F. Immediately cease operations and groundwater pumping if phase-separated petroleum product is observed, or is otherwise detected. G. Immediately cease operations if discharges that exceed contaminant concentration discharge limits are exceeded. H. Operate system until such time as the advance of the work no longer encounters or withdraws petroleum-contaminated groundwater. 3.03 CLOSURE A. Close all dewatering and groundwater extraction wells according to TCEQ and High Plains Underground Water Control District requirements, regardless of specification section under which installed. B. Dispose, regenerate, or recycle treatment media in accordance with applicable regulations. C. Remove other equipment, piping, power sources, and leave site in former condition to the extent feasible. END OF SECTION DIVISION 3 CONCRETE Cast-In-Place Concrete 03 30 00 - 1 LUB18692 - Northwest Lubbock Drainage Improvements Phase 03 30 00 CAST-IN-PLACE CONCRETE 1.00 GENERAL 1.01 SUMMARY A. This Section specifies normal weight, cast-in-place concrete, including reinforcement, concrete materials, mixture design, placement procedures, and finishes. 1.02 SUBMITTALS A. Product Data and Material Certifications: For each product or material indicated in Part 2.00, “Products,” excluding formwork. B. Design Mixture: For each concrete mixture submit: 1. Mix design proportions and characteristics. 2. Certifications indicating conformance of aggregate and cementitious materials. 3. Admixture data sheets. 4. Field test data or trial batch mixture data to validate specified compressive strength in accordance with ACI 301, latest edition. C. Reinforcing bar layout drawing with bar lists clearly marked and referenced to the Drawings. 1.03 QUALITY ASSURANCE A. Manufacturer Qualifications: A firm experienced in manufacturing ready-mixed concrete products and that complies with ASTM C94/C94M requirements for production facilities and equipment. B. Source Limitations: Obtain each type of cement of the same brand from the same manufacturer’s plant, obtain aggregate from one source, and obtain admixtures through one source from a single manufacturer. C. Comply with ACI 301, “Specification for Structural Concrete,” including the following sections, unless modified by requirements in the Contract Documents: 1. “General Requirements.” 2. “Formwork and Formwork Accessories.” 3. “Reinforcement and Reinforcement Supports.” 4. “Concrete Mixtures.” 5. “Handling, Placing, and Constructing.” D. Comply with ACI 117, “Specifications for Tolerances for Concrete Construction and Materials.” 2.00 PRODUCTS 2.01 FORMWORK Cast-In-Place Concrete 03 30 00 - 2 LUB18692 - Northwest Lubbock Drainage Improvements Phase A. Furnish formwork and formwork accessories according to ACI 301. 1. Form ties shall leave no material within 1-1/2 inches of concrete surface. 2. For fluid bearing and below grade walls, provide single tie rods with midpoint washer to prevent water seepage. Systems that result in a through wall hole are not permitted. 2.02 STEEL REINFORCEMENT A. Reinforcing Bars: ASTM A615/A615M, Grade 60, deformed. B. Plain-Steel Welded Wire Reinforcement: ASTM A1064, fabricated from as-drawn steel wire into flat sheets. C. Supports: 1. Unexposed Surface: CRSI Class 3 – No Protection. 2. Exposed Surface: CRSI Class 1 – Maximum Protection. 2.03 CONCRETE MATERIALS A. Cementitious Material: 1. Portland Cement: ASTM C150, Type I/II or II. 2. Fly Ash: ASTM C618, Class F. No more than 25 percent of the cement may be replaced with fly ash. If Class F fly ash is not available, then provide a straight cement mix. B. Coarse Aggregate: In conformance with ASTM C33, uniformly graded, with a maximum size as indicated in “Concrete Mixtures.” 1. Class: Moderate weathering region, but not less than 3M. C. Fine Aggregate: Washed and screened natural sands or sands manufactured by crushing stones; conforming to ASTM C33. D. Water: Potable and complying with ASTM C1602 and ASTM C1602 Table 2. 2.04 ADMIXTURES A. Air-Entraining Admixture: ASTM C260. B. Chemical Admixtures: Provide admixtures certified by manufacturer to be compatible with other admixtures and that will not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. Do not use calcium chloride or admixtures containing calcium chloride. 1. Water-Reducing Admixture: ASTM C494/C494M, Type A. 2. Retarding Admixture: ASTM C494/C494M, Type B. 3. Water-Reducing and Retarding Admixture: ASTM C494/C494M, Type D. 4. High-Range, Water-Reducing Admixture: ASTM C494/C494M, Type F. 5. High-Range, Water-Reducing and Retarding Admixture: ASTM C494/C494M, Type G. 6. Plasticizing and Retarding Admixture: ASTM C1017/C1017M, Type II. Cast-In-Place Concrete 03 30 00 - 3 LUB18692 - Northwest Lubbock Drainage Improvements Phase 2.05 RELATED MATERIALS A. Joint-Filler Strips: Closed cell sponge rubber joint filler in accordance with ASTM D1752, Type I, and resists ultraviolet degradation. B. Repair Materials: Pre-packaged, low-shrink, non-slump, non-metallic, quick setting patching mortar, as approved by the manufacturer for each application. 1. Sikatop 123 by Sika Corporation. 2. Five Start Structural Concrete by Five Star Products, Inc. 3. Approved equal. C. Non-Shrink Grout: Pre-packaged, non-metallic, precision, non-shrink grout conforming to ASTM C1107/C1107M. D. Normal Shrinkage Grout: One part Portland cement to three parts of ASTM C33 fine aggregate; proportioning on a volumetric basis. Install for grouted areas not required to be non-shrink grout. E. Bonding Agent: ASTM C1059, Type II, non-redispersible, acrylic emulsion. F. Zinc Richer Primer: Coat aluminum surfaces embedded or in contact with concrete. Primer shall be Tneme-Zinc or approved equal. 2.06 CURING MATERIALS A. Evaporation Retarder: Waterborne, monomolecular film forming; manufactured for application to fresh concrete. B. Absorptive Cover: AASHTO M182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 oz./sq. yd. when dry. C. Waterproof Sheet: In accordance with ASTM C171. D. Water: Potable and complying with ASTM C1602 and ASTM C1602 Table 2. E. Membrane-Curing Compound: ASTM C309, Type 1, Class B. 2.07 CONCRETE MIXTURES A. Comply with ACI 301 requirements for concrete mixtures. B. Normal-Weight Concrete: Prepare design mixes, proportioned according to ACI 301, as follows: Use Min. 28-Day Compressive Strength (psi) Max. Size of Coarse Aggregate Max. Water/ Cement Ratio Max Slump (in.) General 4000 1-1/2” 0.45 5* (+/-1”) Pipe blocking, lean concrete 1500 1-1/2” 0.70 --- *Slump may be increased to 8 inches with the addition of a HRWR. Cast-In-Place Concrete 03 30 00 - 4 LUB18692 - Northwest Lubbock Drainage Improvements Phase C. Air Content: Air entrain exposed concrete within range permitted by ACI 301 for Exposure Class F2. 1. Do not allow entrapped air to exceed 3 percent in floor slabs to receive troweled finish. 2.08 CONCRETE MIXING A. Ready-Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C94/C94M, and furnish batch ticket information. 3.00 EXECUTION 3.01 FORMWORK A. Design, construct, erect, brace, and maintain formwork according to ACI 301. 3.02 STEEL REINFORCEMENT A. Comply with CRSI’s “Manual of Standard Practice” for fabricating, placing, and supporting reinforcement. B. Do not weld reinforcing. 3.03 JOINTS A. General: Construct joints true to line with faces perpendicular to surface plane of concrete. Purposefully roughen joints to a 1/4-inch amplitude and clean. B. Construction Joints: Locate joints as indicated or as approved by Owner’s Representative. C. Isolation Joints: Install joint-filler strips at junctions with slabs-on-grade and vertical surfaces, and as indicated. 1. Extend joint fillers full width and depth of joint, terminating flush with finished concrete surface, unless otherwise indicated. 3.04 CONCRETE PLACEMENT A. Comply with ACI 301 for measuring, batching, mixing, transporting, and placing concrete. B. Additional water may only be added to concrete prior to placement and only at Project Site. Slump shall be evaluated prior to and after the addition of all water. Do not take strength cylinders until after addition of all water. 1. Quantity of water shall not exceed the amount withheld at the batch plant. Quantity withheld shall be indicated on the batch ticket. Addition of water shall not result in a slump or water-cement ratio greater than that specified. C. Do not allow concrete to free fall more than 5 feet. With HRWR concrete may free fall a maximum of 10 feet. D. Consolidate concrete with mechanical vibrating equipment. 3.05 FINISHING UNFORMED SURFACES Cast-In-Place Concrete 03 30 00 - 5 LUB18692 - Northwest Lubbock Drainage Improvements Phase A. General: Comply with ACI 302.1R for screeding, restraightening, and finishing operations for concrete surfaces. Do not wet concrete surfaces. B. Screed surfaces with a straightedge and strike off. Begin initial floating using bull floats or darbies to form a uniform and open-textured surface plane before excess moisture or bleedwater appears on surface. Do not further disturb surfaces before starting finishing operations. C. Float Finish: Apply float finish to surfaces to receive trowel finish or nonslip broom finish. Except as indicated below, apply a final “light float” finish to the surface as the concrete hardens. Surface shall have a uniform granular texture and shall meet the straightness requirements. D. Trowel Finish: Apply a normal steel trowel finish to interior surfaces exposed to view and grouted surfaces in junction boxes. E. Nonslip Broom Finish: Apply a nonslip broom finish to exterior concrete sidewalk, ramps, and top slab of inlet box surfaces. Immediately after float finishing, slightly roughen trafficked surface by brooming with fiber-bristle broom perpendicular to main traffic route. 3.06 FINISHING FORMED SURFACES A. No Finish: After forms are removed, repair or patch tie-holes and defects. Otherwise, no additional finish is required. Apply to surfaces which are not visible from the inside or outside of the completed structure or less than 12 inches below finish grade (i.e. back of retaining walls below embankment, etc.). B. Smooth-Formed Finish: As-cast surface texture imparted by form-facing material, arranged in an orderly and symmetrical manner with a minimum of seams. Repair and patch tie holes and defective areas. Remove fins and other projections exceeding 1/8 inch. Apply to surfaces exposed to view and 12 inches below finish grade. C. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated. 3.07 CONCRETE PROTECTING AND CURING A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 301. Additionally, comply with ACI 306.1 for cold-weather protection and with ACI 305.1 for hot-weather protection during curing. B. Evaporation Retarder: Apply evaporation retarder to concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb./sq. ft. x h before and during finishing operations. Apply according to manufacturer’s written instructions after placing, screeding, and bull floating or darbying concrete, but before float finishing. C. Begin curing after finishing concrete but not before free water has disappeared from concrete surface. Cast-In-Place Concrete 03 30 00 - 6 LUB18692 - Northwest Lubbock Drainage Improvements Phase D. Curing Methods: Cure formed and unformed concrete for at least 7 days by one or a combination of the following methods: 1. Moisture Curing: Keep surfaces continuously moist for not less than 7 days with the following materials: a. Absorptive cover, water saturated and kept continuously wet. Cover concrete surfaces and edges with 12-inch lap over adjacent absorptive covers. 2. Moisture-Retaining-Cover Curing: Cover concrete surfaces with moisture-retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches, and sealed by waterproof tape or adhesive. Cure for not less than 7 days. Immediately repair any holes or tears during curing period using cover material and waterproof tape. 3. Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer’s written instructions. Recoat areas subjected to heavy rainfall within 3 hours after initial application. Maintain continuity of coating and repair damage during curing period. 3.08 MISCELLANEOUS CONCRETE ITEMS A. Non-Shrink Grout: Install and cure as recommended by manufacturer, and as required here: 1. Clean and roughen exposed concrete surface; remove laitance. Saturate the foundation 24 hours before installation. Surface shall be clear of standing water. Baseplates shall be free of oil, grease, and other objectionable substances. 2. Steel trowel exposed edges. 3. Moist cure as specified by manufacturer, but not less than 3 days. B. Normal Shrinkage Grout: 1. Clean and roughen exposed concrete surface, remove laitance. Saturate the foundation 24 hours before installation. Surface shall be clear of standing water. Apply scrub coat of grout immediately prior to grout placement. While scrub coat is still moist install grout. 2. Wet cure as specified for concrete. 3.09 FIELD QUALITY CONTROL A. Testing Agency: Owner will engage a qualified independent testing and inspecting agency to sample materials, perform tests, and submit test reports during concrete placement according to requirements specified in this Article. B. Tests: Perform according to ACI 301. 1. Testing Frequency: One composite sample shall be obtained for each day’s pour of each concrete mix exceeding 5 cu. yd. but less than 25 cu. yd., plus one set for each additional 50 cu. yd. or fraction thereof. 3.10 REPAIRS A. Remove and replace concrete that does not comply with requirements in this Section. Cast-In-Place Concrete 03 30 00 - 7 LUB18692 - Northwest Lubbock Drainage Improvements Phase B. Repair materials and surface preparation shall be completed in accordance with manufacturer recommendations. Coordinate with Owner’s Representative prior to beginning any demolition of defective area. END OF SECTION DIVISION 31 EARTHWORK Soils for Earthwork 31 05 13 - 1 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 31 05 13 SOILS FOR EARTHWORK 1.00 GENERAL 1.01 WORK INCLUDED A. This Section of the specifications describes the various classes of Earth Fill. All of the classes of Earth Fill contained in this specification may not be used on this project. The classes of Earth Fill used on this project are shown on the drawings or specified in other sections of the specifications. This Section does not include specifications for placement and compaction of Earth Fill. Specifications for placement and compaction of Earth Fill are included in other sections of the specifications and/or shown on the drawings. 1.02 STANDARDS A. Soil materials shall be classified into the appropriate class of Earth Fill shown below according to ASTM D2487 “Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System)” or other appropriate methods as designated by the Engineer. 2.00 PRODUCTS 2.01 MATERIALS; CLASSIFICATIONS A. Class 1 Earth Fill: Limited to clays and sandy clays classified as CH material with a liquid limit greater than or equal to 50, a plasticity index greater than or equal to 25, and a minimum of 60 percent passing the No. 200 sieve, which are free of organic materials. B. Class 2 Earth Fill: Limited to clays and sandy clays classified as CH and CL materials with a coefficient of permeability less than or equal to 1.0 x 10-7 cm/sec, a liquid limit greater than or equal to 30, a plasticity index greater than or equal to 15, and more than 50 percent passing the No. 200 sieve, which are free of organic materials. C. Class 3 Earth Fill: Consist of any materials classified as CH, CL, SM, SP, SP-SM, SC, and GC, which have a minimum plasticity index of 4, which are free of organic materials. D. Class 4 Earth Fill: Consist of materials which are classified as SP, SM, SC, CL, or dual classifications thereof, which have a liquid limit less than or equal to 35 and a plasticity index of a minimum of 4 and a maximum of 15, which are free of organic materials. E. Class 5 Earth Fill: Consist of materials classified as SP or SP-SM which have a plasticity index less than or equal to 4 and a maximum of 12 percent passing the No. 200 sieve, which are free of organic materials. F. Class 12 Earth Fill: Consist of soils suitable for topsoil which are relatively free of stones or other objectionable debris, which have sufficient humus content to readily support vegetative growth. The suitability of soils for topsoil shall be subject to the approval of the Engineer. END OF SECTION Offsite Soil Borrow 31 05 13.13 - 1 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 31 05 13.13 OFFSITE SOIL BORROW 1.00 GENERAL 1.01 WORK INCLUDED A. The work covered by this Section consists of obtaining and furnishing to the job site, soil borrow material from offsite borrow pits or other sources as required for the various embankments, fills and backfills. 1.02 QUALITY ASSURANCE A. Classification Testing: 1. Laboratory Testing: a. Contractor shall arrange and pay for the services of an independent soil testing firm to sample and test proposed borrow soils from the offsite borrow source(s). A minimum of one set of tests will be required from each representative soil from the various sources. Composite samples may be taken for each representative soil, but samples shall not be mixed from different representative soils or from different borrow sources. b. Contractor shall submit the classification test results on the borrow sources to the Engineer for approval prior to proceeding with furnishing of offsite soil borrow. 2. Field Testing: a. Contractor shall arrange and pay for the services of an independent soil testing firm to provide the required in-place compaction tests and additional classification tests on the offsite soil borrow during construction as required by the Contract Documents or as deemed necessary by the Engineer. 3. Test Methods: a. Classification testing on all offsite soil borrow materials, except Class 12 earth fill, shall be performed to allow for classification of the material in accordance with ASTM D2487, “Classification of Soils for Engineering Purposes” or other standard test methods as designated by the Engineer. b. Class 12 earth fill will not require specific classification testing but its suitability shall be subject to the approval of the Engineer and suitability testing shall be performed by the Contractor if deemed necessary by the Engineer. A minimum of a 2 cubic foot representative sample of proposed Class 12 earth fill shall be delivered to the job site for observation by the Engineer. The Contractor shall also arrange for observation of the proposed Class 12 earth fill at the source, if desired by the Engineer. The Contractor shall not proceed with furnishing Class 12 earth fill to the site until its suitability has been approved by the Engineer. 4. Certification: All independent soils testing firms shall be registered with the Texas Board of Professional Engineers. Documentation shall be provided of the firm’s registration number with the test reports. Offsite Soil Borrow 31 05 13.13 - 2 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 B. Contamination Testing and Certification: 1. Contamination Testing: a. The Contractor shall arrange and pay for the services of an EPA approved laboratory to perform a toxic contaminant scan of composite soil samples representative of each separate borrow source in accordance with the U.S. Environmental Protection Agency protocol for the list of contaminants described in 40 CFR, Part 261, Appendix VIII and by EPA Methods SW-846. b. The results of the laboratory scan shall be submitted to the Engineer by the Contractor prior to proceeding with delivery of soil materials to the site. Any potential offsite soil borrow on which scan test results indicate the presence of contaminants above background levels will be rejected as an offsite soil borrow source. 2. Certification: a. The laboratory performing the scan test for contaminants for the Contractor shall provide a written certification along with the test results which states that the laboratory is EPA approved and that the tests were performed according to EPA guidelines. b. The Contractor shall obtain a written, notarized certification from the landowner of each proposed offsite soil borrow source stating that to the best of the landowner’s knowledge and belief there has never been contamination of the borrow source site with hazardous or toxic materials. These certifications shall be submitted to the Engineer by the Contractor prior to proceeding to furnish soil materials to the site. The lack of such certification on a potential offsite soil borrow source will be cause for rejection of that source. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Document Management” and shall be include: 1. Classification Test Reports. 2. Certified Contamination Test Reports. 3. Contamination Testing Laboratory Certification. 4. Landowner Certification of Borrow Source. 1.04 STANDARDS A. ASTM D2487 “Classification of Soils for Engineering Purposes” or other appropriate methods as designated by the Engineer. B. U.S. Environmental Protection Agency - 40 CFR, Part 261, Appendix VIII. C. EPA Method SW-846. 1.05 DELIVERY AND STORAGE Offsite Soil Borrow 31 05 13.13 - 3 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 A. Contractor shall be responsible for properly handling offsite soil borrow material once it reaches the job site until unloading at the point of use or at approved stockpile areas. B. Handling of the soil borrow material once unloaded from the transport vehicle, either at the point of use or stockpile area, is not a part of this Section, but is included in other Specification Sections. C. Stockpile offsite soil borrow material only in stockpile areas approved by the Owner. Minimize stockpiling of the material. The majority of the material will generally require transportation to the point of use as needed from the offsite source unless otherwise approved or requested by the Owner. Material shall not be stockpiled along the crest of slopes, excavations or other sensitive areas unless approved by the Engineer. D. The maintenance of stockpiles including dressing of surfaces to be free draining is not a part of this Section, but is included in other Specification Sections. E. It shall be the sole responsibility of the Contractor to see that soil borrow is transported from the source to the job site in appropriate vehicles which comply with all applicable codes, laws, and ordinances and which are acceptable to the Owner and Engineer for compatibility with conditions and existing facilities at the job site. An adequate number of vehicles will be used for transporting the soil borrow so as to prevent undue delays in the construction sequence. F. The Contractor shall have sole responsibility for control and cleanup of dust, mud, dirt, or other debris on streets or other areas as a result of his transporting operations. G. Methods of handling of soil borrow materials at the source including excavation, segregation, blending, wetting or drying, stockpiling, loading and other necessary handling shall be the sole responsibility of the Contractor. The Contractor shall comply with all applicable codes, laws, and ordinances. H. If the soil in place must meet appropriate moisture criteria, then the borrow site shall be irrigated prior to removal as needed to allow proper placement, compaction, and/or porosity in place. 2.00 PRODUCTS 2.01 MATERIALS A. Offsite soil borrow materials shall be classified into one of the classifications listed herein. 1. Structural Backfill: Shall consist of the classes of earth fill as shown on the Drawings for structural backfill and shall meet the requirements of Section 31 23 10 “Structural Excavation and Backfill.” 2. Slurry Trench Backfill: Shall consist of earth fill and/or aggregate fill as necessary to meet the slurry trench backfill. 3.00 EXECUTION (NOT APPLICABLE) END OF SECTION Clearing and Grubbing 31 11 00 - 1 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 31 11 00 CLEARING AND GRUBBING 1.00 GENERAL 1.01 WORK INCLUDED A. Provide labor, materials, equipment and incidentals necessary to perform operations in connection with clearing, grubbing, and disposal of cleared and grubbed materials. 1.02 QUALITY ASSURANCE; DEFINITIONS A. Clearing: Clearing is defined as the removal of trees, shrubs, bushes, and other organic matter at or above original ground level. B. Grubbing: Grubbing is defined as the removal of stumps, roots, boards, logs, and other organic matter found at or below ground level. 2.00 PRODUCTS (NOT APPLICABLE) 3.00 EXECUTION 3.01 PREPARATION A. Mark areas to be cleared and grubbed prior to commencing clearing operations. The Owner’s Representative shall approve clearing and grubbing limits prior to commencement of clearing operations. B. Trees and shrubs outside of the clearing limits, which are within 10 feet of the clearing limits, shall be clearly marked to avoid damage during clearing and grubbing operations. C. Remove trees and brush outside the clearing limits, but within the immediate vicinity of the work, upon receipt of approval by the Owner’s Representative, when the trees or brush interfere with the progress of construction operations. D. Clearly mark trees and shrubs within the clearing limits, which are to remain, and protect the trees and shrubs from damage during the clearing and grubbing operations. E. The clearing limits shall not extend beyond the project limits. F. Establish the clearing limits as follows: 1. Excavations plus 5 feet beyond the top of the excavation. 2. Concrete structures plus 10 feet beyond the edge of the footing. 3. Underground utility trench top width plus 8 feet. G. Establish the grubbing limits as follows: 1. Concrete structures plus 2 feet beyond the edge of the footing. 3.02 INSTALLATION A. Clearing: Clearing shall consist of the felling, cutting up, and the satisfactory disposal of trees and other vegetation, together with the down timber, snags, brush, rubbish, fences, and debris occurring within the area to be cleared. Clearing and Grubbing 31 11 00 - 2 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 B. Grubbing: 1. Grubbing shall consist of the removal and disposal of stumps and roots larger than 1 inch in diameter. 2. Extend grubbing to the depth indicated below: In the case of multiple construction items, the greater depth shall apply. a. Footings: 18 inches below the bottom of the footing. b. Concrete Structures: 18 inches below the bottom of the concrete. 3.03 FIELD QUALITY CONTROL A. Completely remove timber, logs, roots, brush, rotten wood, and other refuse from the Owner’s property. Disposal of materials in streams shall not be permitted and no materials shall be piled in stream channels or in areas where it might be washed away by floods. Timber within the area to be cleared shall become the property of the Contractor, and the Contractor may cut, trim, hew, saw, or otherwise dress felled timber within the limits of the Owner’s property, provided timber and waste material is disposed of in a satisfactory manner. Materials shall be removed from the site daily, unless permission is granted by the Engineer to store the materials for longer periods. END OF SECTION Structural Excavation and Backfill 31 23 10 - 1 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 31 23 10 STRUCTURAL EXCAVATION AND BACKFILL 1.00 GENERAL 1.01 SUMMARY A. This Section specifies excavation, backfill materials, backfill placement and compaction procedures, and other construction activities incidental to project structures. B. The Specification does not include excavation and backfilling for utility lines, manholes, valve boxes, and other minor structures related to utility lines. Refer to Section 31 23 33 “Trenching and Backfill” for utility line related excavation and backfill. 1.02 DEFINITIONS A. Cofferdams: Any temporary or removable structure constructed to hold the surrounding earth and/or water out of the excavation, whether the structure is formed of soil, timber, steel, concrete, or a combination thereof, including the use of pumping wells or well points as required by design. 1.03 PERFORMANCE REQUIREMENTS A. Delegated Design: Design of cofferdams, including comprehensive engineering analysis by a qualified professional engineer for project specific site conditions. Design shall comply with AASHTO LRFD Bridge Design Specifications, latest addition. 1.04 QUALIFICATION ASSURANCE A. Cofferdam Designer: A professional engineer licensed in the state in which the Project occurs. B. Testing Agency: An independent testing agency that is AASHTO accredited. 1.05 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Document Management” and shall include: 1. Qualification Data: For professional engineer responsible for cofferdam design and testing agency. 2. Shop Drawings: Cofferdam placement and details for record purposes. 3. Calculations: For cofferdam indicated to comply with project specific site conditions, include structural analysis data signed and sealed by the qualified professional engineer responsible for their preparation. Submittal shall be for record purposes. 4. Provide list of compaction equipment to be used. 5. Backfill material classifications: For each soil or aggregate backfill material provide a certification by the testing agency. 6. Compaction Test Results: Submit test results within 24 hours of successful testing. Structural Excavation and Backfill 31 23 10 - 2 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 1.06 STANDARDS A. Material classification, placing, and testing shall be in compliance with the latest revisions of the following standards, unless otherwise noted in the Contract Documents. 1. ASTM International (ASTM) Standards: ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3 (600 kN-m/m3)) ASTM D1556 Standard Test Method for Density and Unit Weight of Soil in Place by Sand-Cone Method ASTM D2487 Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System) ASTM D4253 Standard Test Methods for Maximum Index Density and Unit Weight of Soils Using a Vibratory Table ASTM D6938 Standard Test Methods for In-Place Density and Water Content of Soil and Soil-Aggregate by Nuclear Methods (Shallow Depth) B. Any other testing required by these specifications and not specifically referenced to a standard shall be performed under ASTM or other appropriate standards as designated by the Engineer. 1.07 DELIVERY AND STORAGE A. Deposit material to be used for backfill in storage piles at points convenient for handling of the material during the backfilling operations and as required to prevent contamination with other materials. 1.08 JOB CONDITIONS A. Review subsurface investigations. A limited subsurface investigation has been performed by Terracon. A geotechnical report from that investigation is a part of the Construction Documents for information purposes only. The precise profile of soil and rock strata beneath this Site is not known. B. Review the Site and determine the conditions which may affect the structural excavation, prior to the commencement of the excavation. 2.00 PRODUCTS 2.01 BACKFILL MATERIALS A. Structural Fill Backfill: Structural fill shall be on-site excavated sandy lean clay or clayey sand soils free of organic materials and particles larger than 3-inches. B. Mud Slab: Lean concrete in accordance with Section 03 30 00 “Cast-In-Place Concrete”. C. Flowable Fill: Flowable fill shall have a minimum 28-day compressive strength of 150 psi. Additionally, in accordance with ASTM C1611, flowable fill shall have a minimum, mean spread of 20-inches and a visual stability index (VSI) of 1 or less. Structural Excavation and Backfill 31 23 10 - 3 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 2.02 COMPACTION EQUIPMENT A. Compaction equipment shall conform to the following requirements. 1. Heavy Compaction Equipment: a. Tamping Compactor: Steel wheels with rectangular face, tapered pads that prevent fluffing the soil. Compactor shall be equipped with cleaning fingers to remove soil accumulation from between pads. 1). Operating Weight, Minimum: 30,000 pounds. 2). Wheels or Drum Size, Minimum: 4 feet diameter. 3). Travel Speed, Maximum: 10 mph. b. Pneumatic Rollers: Minimum eight-tire, pneumatic roller with a modular ballast system and flexible operating weight, and which will equally distribute load between tires to provide compaction uniformity. 1). Operating Weight Range: As required for specified compaction, 36,000 to 50,000 pounds. 2). Tire Pressure Range: 80 psi to 100 psi. 3). Travel Speed, Maximum: 10 mph. 4). Distance Between Edges of Adjacent Tires: Less than 50 percent of tire width. c. Vibratory Rollers: Smooth drum roller with 90 percent of the static weight transmitted through a single drum. 1). Static Weight, Minimum: 20,000 pounds 2). Centrifugal Force Per Drum, Minimum: 40,000 pounds 3). Frequency: 1400 v/min 4). Drum Size: Diameter 5 feet, +/- 1 foot; width between 6 and 9 feet. 5). Travel Speed: 5 mph for self-propelled; 2 mph for towed. 6). No backing up of the vibratory roller will be allowed on an embankment unless the vibrating mechanism is capable of being reversed. 2. Hand-Directed Compaction Equipment: Use power tampers and vibratory plate compactors in areas where it is impracticable or unacceptable to use heavy compaction equipment. 2.03 COFFERDAMS A. Interior Dimensions: Of sufficient size to allow for all construction and inspection activities. B. Walls: Watertight. Extend below proposed subgrade as required to prevent water infiltration through subgrade. Extend above 100-year water surface elevations, but not less than that required by design. C. Provide pumping or bailing system as required by cofferdam design and/or Construction Document requirements. Structural Excavation and Backfill 31 23 10 - 4 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 D. Provide mud slab as required by cofferdam design and/or as indicated on the Drawings. Mud slab shall be installed as indicated below. 3.00 EXECUTION 3.01 PREPARATION A. Clear and grub the area to be excavated prior to the start of excavation in accordance with Section 31 11 00 “Clearing and Grubbing.” 3.02 EXCAVATION FOR FOUNDATIONS A. General: Excavate subgrade to the depth indicated on Drawings, +/- 0.1 feet tolerance. Extend limits of the excavation beyond the perimeter of the foundations as indicated on the Drawings. 1. Exposed subgrade surfaces shall be level and of sound, stable material; free of mud, frost, snow, or ice. Testing agency or Owner’s representative shall confirm exposed subgrade is a suitable bearing material based on the Construction Documents. 2. Proof roll the exposed subgrade in accordance with TxDOT Item 216. Do not proof roll wet or saturated subgrades. 3. Where unsound or unstable material is uncovered, notify Owner’s representative Remove objectionable material and replace after approval is received from Owner’s representative. Replacement material shall be as indicated here unless otherwise indicated on Drawings: a. Soil subgrade replacement material: Compacted structural fill. B. Mud Slab: Where indicated, install mud slab on exposed foundation subgrade surface within 8 hours of subgrade exposure. Confirm subgrade is free of loose, unsound, and/or deleterious material before placement of mud slab. C. Excavation Safety: All excavations shall be in accordance with OSHA requirements. 3.03 COFFERDAMS A. Install and remove cofferdams without disturbing the subgrade or marring the structure. B. Pump or bail water as required for construction and inspection work, and to prevent hydrostatic uplift pressures when not accounted for in the cofferdam design. 3.04 WATER IN FOUNDATION EXCAVATIONS A. General: 1. Prevent water infiltration into foundation excavations. Remove standing water from excavation prior to placing concrete. If removal of standing water is not possible due to continuous water infiltration, then contact Owner’s representative for additional direction regarding placing concrete underwater. 2. Do not dewater a foundation excavation while placing concrete or for a period of at least 24 hours after concrete placement. Structural Excavation and Backfill 31 23 10 - 5 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 B. Rock Foundation Subgrade: If rock material becomes weathered due to water infiltration, then remove weathered material and provide rock replacement material to restore foundation subgrade elevation. C. Soil Foundation Subgrade: If foundation subgrade becomes saturated do not disturb the subgrade. Wait for water to evacuate the subgrade and subgrade surface to adequately stiffen prior to placing concrete. If subgrade is disturbed, then wait until subgrade has dried out, excavate disturbed subgrade and provide replacement material as indicated above. 3.05 COMPACTED BACKFILL A. General: Backfill excavated spaces and areas not occupied by the permanent structure. 1. Backfill behind a retaining wall or basement-type wall shall not be placed until the concrete has reached its 28-day compressive strength or 7 days, whichever is longer. 2. Unless otherwise indicated on Drawings, structures with a top slab shall not backfilled until the top slab has been in place at least 4 days. 3. Structures with soil on opposing (opposite) sides shall be backfilled to prevent uneven loading of the structure – evenly raise backfill on opposing sides of the structure. The maximum differential backfill height between opposing sides is 1 foot. 4. Do not permit rollers to operate within 3 feet of structures. 5. Maximum Loose Lift Height: a. Heavy Compaction Equipment: 8 inches. b. Hand-Directed Compaction Equipment: 4 inches. 6. Previous Compacted Layer: If backfill placement occurs over a period of time greater than 24 hours, then scarify and recompact the previous day’s final compacted layer. a. Scarify and Recompact: 6-inch depth; adjust the moisture content; recompact. b. Saturated subgrades shall not be worked on until sufficiently dry and harden so as not to be rutted with compaction equipment. Scarify and recompact layers damaged by weather or construction equipment. B. Moisture: Prior to compacting backfill, mix and aerate or water the loose lift backfill material as necessary to adjust the moisture content and evenly distribute throughout. The material shall contain moisture within the limits specified below. 1. In accordance with ASTM D6938, determine the optimum moisture content for the maximum dry density. 2. Backfill moisture content shall be as indicated in Table 1, “Compacted Fill.” 3. Aggregate fill: Completely cohesionless materials, shall be at a moisture content which will allow use of the specified compaction equipment and consistent achievement of the specified density. C. Compaction: As required to achieve the specified density, increase the number of passes above the minimum specified and/or modify the weight of the equipment. 1. Determine the maximum dry density in accordance with ASTM D698 for cohesive soils and ASTM D4253 for cohesionless soils. Structural Excavation and Backfill 31 23 10 - 6 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 2. Minimum number of passes for all compacted fill types: 8. 3. Cohesive Soils: A tamping compactor or tamping compactor followed by a pneumatic roller shall be used. 4. Cohesionless or low cohesive soils: A vibratory roller or vibratory plate compactors shall be required if the material is cohesionless or with less than 15 percent passing the No. 200 sieve. Confirm applicability of vibratory compaction equipment in the field. 5. Overlap passes a minimum of 1 feet for heavy compaction equipment and 50 percent of the baseplate width for hand-directed equipment. 6. Backfill density shall be as indicated in Table 1, “Compacted Fill.” Table 1: Compacted Fill Backfill Type Density1,2 Moisture Content3, 4 Comments Classes 1 & 2 95% -0% to +5% N/A Classes 3 & 4 & 5 95% -2% to +5% N/A Structural Fill 95% -2% to + 2% N/A 1 The percentage indicated is the minimum required percentage of the maximum dry density as determined by the applicable ASTM. 2 Below Vehicular Pavement: Scarify to a depth of 8, moisture condition, and recompact to not less than 100 percent of the maximum dry density. 3 Range indicated is the acceptable tolerance with respect to the optimum moisture content. 4 Completely cohesionless materials, shall be at a moisture content which will allow use of the specified compaction equipment and result in consistent achievement of the specified density. 3.06 FIELD QUALITY CONTROL A. Contractor is responsible for the costs involved in providing an approved testing agency to perform quality control testing of backfill operations and verification of subgrade bearing material. The testing laboratory shall make tests of in-place density and moisture in accordance with ASTM Standards previously mentioned in this Section. The testing agency shall monitor backfill operations continuously or at intervals acceptable to the Owner’s representative. It shall be the responsibility of the Contractor to notify the testing agency a minimum of two business days before backfill operations begin. 1. Unless noted otherwise, in-place density tests shall be conducted at a rate of one test per 1500 square feet for every lift. END OF SECTION Care of Water During Construction 31 23 19.01 - 1 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 31 23 19.01 CARE OF WATER DURING CONSTRUCTION 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to operate pumps, piping and other facilities to assist in the removal of surface water, stormwater runoff, and ground water, and provide protection of the work site from water of any source. Build and maintain the necessary temporary cofferdams, berms, diversions, impounding works, channels and ditches to protect the work site from lake levels and spillway discharges, streamflow, and stormwater runoff. Remove the temporary works, equipment, and materials after completion in accordance with this Section and the applicable Drawings. 1.02 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Document Management” and shall include: B. Plans and procedures for handling flood flows, stormwater runoff, and dewatering excavations for approval by the Engineer. Modifications to these plans shall also be submitted for approval by the Engineer. Approval of submittals does not relieve the Contractor of full responsibility and liability for care of water during construction. 2.00 PRODUCTS (NOT APPLICABLE) 3.00 EXECUTION 3.01 FLOOD FLOWS AND OTHER SURFACE WATER A. The Contractor is responsible for handling and diverting any flood flows, stormwater runoff, stream flows, or any other water, including groundwater encountered during the progress of the work. Build, maintain, and operate cofferdams, channels, flumes, sumps, berms, ditches, and other temporary works as needed to pass spillway discharge and divert stream flow or stormwater runoff water through or around the construction site and away from construction work while it is in progress. The handling of stormwater runoff should be coordinated with the erosion control plan, as described in Section 01 57 23 “Temporary Stormwater Pollution Control.” Unless otherwise approved by the Owner, a diversion must discharge into the same natural watercourse in which its headworks are located. Construct permanent Work in areas free from water. Full responsibility for the successful dewatering of the work areas rests with the Contractor. Remove protective works, after they have served their purpose, in a manner satisfactory to the Owner or its representative. END OF SECTION Flowable Fill 31 23 23.34 - 1 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 31 23 23.34 FLOWABLE FILL 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment, and incidentals necessary to mix and place flowable fill, consisting of Portland cement, fine aggregate, fly ash, and water in the proper proportions as specified hereinafter. Flowable fill (Controlled Low-Strength Material, CLSM) shall be used to bed and backfill around piping, utilities, and structures where indicated. 1.02 QUALITY ASSURANCE A. Design Criteria – Flowable Fill Proportions and Consistency: Flowable fill shall be proportioned to give the necessary workability, strength, and consistency, and shall conform to the following governing requirements: 1. Permeability: Maximum permeability limit of 1x10-6 cm/sec. This limit shall apply at all locations where flowable fill is used as a utility trench plug (dam) within trench backfill materials. 2. Subsidence: Evaporation of bleed water shall not result in shrinkage of more than 10.4 mm per m (1/8 inch per ft.) of flowable fill depth. Measurement of a Final Bleeding shall be as measured in Section 10 of ASTM C940. 3. Strength for Excavatable Flowable Fill: Unconfined compressive strength at 28-days when tested in accordance with ASTM D4832: 100 psi (+/- 50 psi). a. The 1-year strength shall not exceed 150 psi. b. Where indicated provide Excavatable Flowable Fill around utilities, unless noted otherwise. c. Excavatable Flowable Fill shall be excavatable with hand tools and conventional machinery such as backhoes. 4. Strength for Non-Excavatable Flowable Fill: Unconfined compressive strength at 28- days when tested in accordance with ASTM D4832: 150 psi minimum. a. Where indicated provide Non-Excavatable Flowable Fill below structures and/or around structures, unless noted otherwise. 5. Fluidity: Flowable fill shall be self-consolidating and non-segregating in accordance with ASTM C1611: a. Slump Flow Test: Minimum 20-inch mean spread. b. Visual Stability Index (VSI) Test: Less than or equal to 1. B. Factory Testing: The Contractor shall be responsible for the design of the material. A trial mix shall be designed by an independent testing laboratory, retained by the Contractor. The testing laboratory shall submit verification that the materials and proportions of the trial mix design meets the requirement of the Specifications. In lieu of trial mix design, Contractor may submit historical data for a mix design used successfully in previous similar work. The Contractor shall not make changes in materials, either in gradation, source, or Flowable Fill 31 23 23.34 - 2 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 brand, or proportions of the mixture after having been approved, except by specific approval of the Engineer. C. Owner Testing: It is the responsibility of the Contractor to achieve and maintain the quality of material required by this Section. However, the Owner may secure the services of an independent testing laboratory to verify the quality of the flowable fill. The Owner shall have the right to require additional testing, strengthening, or replacement of flowable fill which has failed to meet the minimum requirements of this Section. 1.03 SUBMITTALS A. Submit mix design on each material required. Provide backup data as required below. B. Submit historical or trial mix data and test results as a basis for mix design approval. Required data shall include: 1. Permeability test results if plugs are required on Project. 2. Subsidence test results. 3. Strength test results for Excavatable and Non-Excavatable Flowable Fill if used on Project. 4. Fluidity test results. 1.04 STANDARDS AND REFERENCES A. Materials shall meet recommendation for mix design and placement, as published by National Ready Mixed Concrete Association. B. The applicable provisions of the following references and standards shall apply to this Section as if written herein in their entirety. 1. American Society for Testing and Materials (ASTM) Standards: ASTM C33 Specification for Concrete Aggregates ASTM C40 Test Method for Organic Impurities in Fine Aggregates for Concrete ASTM C150 Specification for Portland Cement ASTM C618 Specification for Fly Ash and Raw or Calcined Natural Pozzolan for Use as Mineral Admixture in Portland Cement Concrete ASTM C 940 Standard Test Method for Expansion and Bleeding of Freshly Mixed Grouts for Preplaced-Aggregate Concrete in the Laboratory ASTM C 1611 Standard Test Method for Slump flow of Self Consolidating Concrete ASTM D 4832 Standard Test Method for Preparation and Testing of Controlled Low Strength Material (CLSM) Test Cylinders 2.00 PRODUCTS 2.01 MATERIALS A. Cement: Portland cement conforming to the specifications and test for Type I Portland cement of the American Society for Testing and Materials, Designation C-150. Flowable Fill 31 23 23.34 - 3 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 B. Fine Aggregate: Fine aggregate consisting of natural, washed and screened sand having clean, hard, strong, durable, uncoated grains complying with the requirements for ASTM C33. The sand shall generally be of such size that all will pass a 3/8-inch sieve, at least 95 percent pass a 1/4-inch screen and at least 80 percent pass a No. 8 sieve. Aggregate shall not contain strong alkali, or organic material which gives a color darker than the standard color when tested in accordance with ASTM Specification Designation C40. C. Fly Ash/Pozzolans: Fly ash shall be an ASTM C618, Class “C” fly ash. The fly ash may be used in controlled low-strength material. D. Water: Water for flowable fill shall be clean and free from oil, acid, alkali, organic matter or other harmful impurities. Water which is suitable for drinking or for ordinary household use will be acceptable for concrete. Where available, water shall be obtained from mains of a waterworks system. E. Performance Additive: As required to meet specification requirements: 1. “Darafill” by Grace Construction Products. 2. Rheocell Rheofill by BASF The Chemical Company. 3. Sika Lightcrete Powder by Sika Corporation. 4. Approved equal. F. Chemical Admixtures for Concrete per ASTM C 494, as required by performance requirements. 2.02 MIXES A. In the determination of the amount of water required for mix, consideration shall be given to the moisture content of the aggregate. The net amount of water in the mix will be the amount added at the mixer; plus the free water in the aggregate; and minus the absorption of the aggregate, based on a 30 minute absorption period. No water allowance shall be made for evaporation after batching. B. The methods of measurement of materials shall be such that the proportions of water to cement can be closely controlled during the progress of the Work and easily checked at any time by the Owner’s representative. To avoid unnecessary or haphazard changes in consistency, the aggregate shall be obtained from sources which will insure a uniform quality and grading during any single day’s operation and they shall be delivered to the Work and handled in such a manner that the variation in moisture content will not interfere with the steady production of flowable fill of reasonable degree of uniformity. Sources of supply shall be approved by the Owner’s representative. C. All material shall be separately and accurately measured. Measurement may be made by weight or by volume, as determined by the Contractor; however; all equipment for measurement of materials shall be subject to approval by the Owner’s representative. Flowable Fill 31 23 23.34 - 4 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 3.00 EXECUTION 3.01 INSTALLATION A. Contractor shall give the Owner’s representative sufficient advance notice before starting to place material in any area, to permit inspection of the area, and preparation for pouring. B. Conduct the operation of depositing the material so as to form a compact, dense, impervious mass, and so as not to develop air pockets in confined spaces. C. Unless specified otherwise, flowable fill shall be uniformly placed to the depth shown on the Drawings. The fill shall be brought up uniformly to the top of excavation elevation. Placement of flowable fill shall then cease and the fill protected from traffic for a period of 72 hours. 1. To prevent pipe flotation place material in lifts or provide alternate means. 2. Around structures, material shall be placed in lifts. Lift depth shall not exceed one-tenth of total structure embedment into subgrade nor 5 feet, whichever is less. 3. When multiple lifts are required, material shall be allowed to harden before placing next lift. Hardening time varies with each mix. Verify flowable fill has reached a penetration number of 1500, in accordance with ASTM C 403, but not less than 5 hours. D. The material shall be placed against undisturbed trench walls, and shall not be placed on or against frozen ground. E. At time of placement the ambient temperature shall be 35 F and rising. 3.02 FIELD QUALITY CONTROL A. An approved testing laboratory shall perform the quality control testing of backfill operations. The testing laboratory shall sample material in accordance with ASTM D5971. The testing laboratory shall monitor backfill operation continuously or at intervals acceptable to the Owner and Engineer at structures. It shall be the responsibility of the Contractor to provide sufficient advance notification to the testing laboratory before backfill operations begin. 1. Strength: A strength test is the average of two cylinders per ASTM D4832. 2. Fluidity: A fluidity test is a Slump Flow Test and a VSI Test per ASTM C1611. 3. For all tests required, at a minimum perform one test per day, but not less than one per 150 cubic yards. END OF SECTION Trenching and Backfill 31 23 33 - 1 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 31 23 33 TRENCHING AND BACKFILL 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to perform operations in trenching, pipe bedding, backfilling, clearing, grubbing and site preparation; handling, storage, transportation and disposal of excavated material; pumping and dewatering; preparation of subgrades; protection of adjacent property; fills, grading; and other appurtenant work. Trenching, backfilling, and pipe embedment procedures shall be in full compliance with Section 31 23 33.14 “Trench Safety.” Earth removed from excavations and which is not required for backfill shall be removed from the Site by the Contractor at his own expense, unless arrangements are made with the Owner through his representative to allow disposal on Site. If permitted, the Contractor shall dump and spread excess earth in a manner agreed upon by the Contractor and the Owner. Excavations, other than trench excavation, are not part of this Section. 1.02 QUALITY ASSURANCE A. Classification: 1. Excavations shall include material of whatever nature encountered, including but not limited to clays, sands, gravels, conglomeritic boulders, weathered clay shales, rock, debris and abandoned existing structures. Excavation and trenching shall include the removal and subsequent handling of materials excavated or otherwise handled in the performance of the Work. 2. Bidders must satisfy themselves as to the actual existing subsurface conditions prior to the submittal of a proposal to complete the proposed Work. 3. Trench excavation shall consist of excavation to the lines and grades indicated, required for installation of the pipe, pipe bedding, backfill, and to accommodate trench safety systems. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Document Management” and shall include: 1. Sieve analysis on embedment materials. 2. Record Data: Certified test reports for compaction tests. 1.04 REFERENCE SPECIFICATIONS A. Section 01 33 00 “Document Management.” B. Section 03 30 00.01 “Cast-In-Place Concrete (Limited Applications)” C. Section 31 23 23.34 “Flowable Fill” D. Section 31 23 33.14 “Trench Safety.” Trenching and Backfill 31 23 33 - 2 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 1.05 STANDARDS A. The following publications, referred to hereafter by basic designation only, form a part of this Section to the extent indicated by the references thereto: 1. American Society for Testing and Materials (ASTM) Standards: ASTM C33 Standard Specification for Concrete Aggregates ASTM C88 Standard Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate ASTM C125 Standard Terminology Relating to Concrete and Concrete Aggregates ASTM C131 Standard Test Method for Resistance to Degradation of Small-Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM C535 Standard Test Method for Resistance to Degradation of Large-Size Coarse Aggregate by Abrasion and Impact in the Lost Angeles Machine ASTM D448 Standard Classification for Size of Aggregate for Road Bridge Construction ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft3 (600 kN-m/m3) ASTM D1556 Standard Test Method for Density and Unit Weight of Soil in Place by the Sand-Cone Method ASTM D2487 Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System) ASTM D4253 Standard Test Methods for Maximum Index Density and Unit Weight of Soils Using a Vibratory Table ASTM D4254 Standard Test Methods for Minimum Index Density and Unit Weight of Soils and Calculation of Relative Density ASTM D6938 Standard Test Method for In-Place Density and Water Content of Soil and Soil-aggregate by Nuclear Methods (Shallow Depth) ASTM G57 Standard Test Method for Field Measurement of Soil Resistivity Using the Wenner Four-Electrode Method B. Any other testing required by these specifications and not specifically referenced to a standard shall be performed under ASTM or other appropriate standards as designated by the Engineer. C. Reference herein or on the Drawings to soil classifications shall be understood to be according to ASTM D2487, Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System). 1.06 DELIVERY AND STORAGE A. Excavated materials to be used for backfill may be deposited in stockpiles at points convenient for rehandling the material during the backfilling process. The location of stockpiles shall be within the limits of construction easements or public right-of-way. The location of stockpiles is subject to the approval of the Owner or the Owner’s representative. Keep drainage channels clear of stockpiled materials. Trenching and Backfill 31 23 33 - 3 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 1.07 JOB CONDITIONS A. Place no embedment or backfill material during freezing weather or upon frozen subgrades or previously placed frozen embedment or backfill materials. 2.00 PRODUCTS 2.01 MATERIALS A. Concrete for Backfill, Blocking, Cradling and Encasement: Unless other strength requirements are designated, concrete used shall be 1500 psi as specified in Section 03 30 00.01 “Cast-In-Place Concrete (Limited Applications)” B. Class 1 Earth Fill: Limited to clays and sandy clays classified as CH material with a liquid limit greater than or equal to 50, a plasticity index greater than or equal to 25, and a minimum of 60 percent passing the No. 200 sieve, which are free of organic materials. C. Class 3 Earth Fill: Consist of any materials classified as CH, CL, SM, SP, SP-SM, SC, and GC, which have a minimum plasticity index of 4, which are free of organic materials. D. Class 12 Earth Fill: Consist of soils suitable for topsoil which are relatively free of stones or other objectionable debris, which have sufficient humus content to readily support vegetative growth. The suitability of soils for topsoil shall be subject to the approval of the Engineer. Note to Specifier: The paragraph below is for Reinforced Concrete or Concrete Cylinder Pipe. E. Class 2 Aggregate Fill: Granular embedment material shall be sandy gravel or blended sand and crushed rock, free from large stones, clay, and organic material. Embedment material shall be a soil classification of GW, GP, SW, or SP as determined by ASTM D2487. The embedment material shall be such that when wet, the fine material shall not form mud or muck. The embedment material shall be composed of angular, tough durable particles, free from thin, flat and elongated pieces, of suitable quality to insure permanence in the trench and have a percentage of wear of not more than 40 percent when tested in accordance with ASTM C131 or ASTM C535. The P.I. of the fines shall not exceed 3. Light weight aggregate is not acceptable for granular embedment. Material used for granular embedment shall have a resistivity of not less than 5000 ohms/cm as measured by ASTM G57. 1. This shall be cohesionless material meeting the following gradation requirements: Sieve Size Square Opening Percent Passing 1/2” 100 3/8” 85-100 No. 4 10-30 No. 8 0-10 No. 16 0-5 F. Class 10 Aggregate Fill: Consists of washed and screened natural sands or sands manufactured by crushing stones complying with the requirements and tests of “Standard Trenching and Backfill 31 23 33 - 4 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 Specifications for Concrete Aggregates”, ASTM C33. The gradation as included in ASTM C33 is as follows: Sieve Size Square Opening Percent Passing 3/8” 100 No. 4 95-100 No. 8 80-100 No. 16 50-85 No. 30 25-60 No. 50 10-30 No. 100 2-10 1. Class 10 Aggregate Fill shall have not more than 45 percent passing any sieve and retained on the next consecutive sieve of those shown above, and its fineness modulus, as defined in ASTM C125, shall be not less than 2.3 nor more than 3.1. G. Cement: Type I Portland Cement. H. Flowable Fill: Flowable fill shall be in accordance with Section 31 23 23.34 “Flowable Fill.” I. Modified Flowable Fill: Modified flowable backfill in areas of possible future excavation shall consist of a mixture of native soils or manufactured materials, cement and/or fly ash, air entraining material and water which produces a material with unconfined compressive strength of between 250 and 450 psi after 28 days. Any materials used shall be primarily granular, with a plasticity index less than 12 and with 100 percent passing a 3/4-inch sieve. The flowable mixture shall be mixed in a pub mill, concrete mixer, or transit mixer and shall have a minimum slump of 5 inches. The flowable mixture must be allowed to set prior to the placement of any overlying materials. Modified flowable backfill in permanent areas such as abandoned pipe closures shall contain the same materials and have an unconfined compressive strength greater than 250 psi after 28 days. J. Embedment Geotextile Material: Embedment geotextile material shall be Mirafi 180N polypropylene or approved equal. K. Utility Detection Tape: Utility pipe detection tape, green in color for sewer, blue in color for water, with black non-degradable printing reading “CAUTION SANITARY SEWER LINE BURIED BELOW” or “CAUTION WATER LINE BURIED BELOW” shall be installed over all PVC, HDPE, or fiberglass pipelines 8 inches and larger. The tape shall be bright-colored, continuous-printed plasticized aluminum tape, intended for direct-burial service; not less than 6 inches wide by 5 mils thick. Detection tape must be installed above the pipe zone, 12 inches above pipe. L. Tracer Wire: All piping shall be installed with a continuous, insulated TW, THW, THWN or HMWPE insulated copper, 10 gauge or thicker wire for pipeline location purposes by means of an electronic line tracer. The wire shall be installed along the entire length of pipe. The insulation color shall match the color of the pipe being installed. Sections of wire shall be spliced together using approved splice caps and water proof seals. Twisting the wires together is not acceptable. 2.02 MIXES; SAND-CEMENT BACKFILL OR EMBEDMENT Trenching and Backfill 31 23 33 - 5 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 A. A minimum sand and cement mixture of 25 parts sand and 2 parts cement will be required. 1. Fine Sand: 25 Cubic Feet. 2. Cement: 2 Bags (minimum). 3. Water: Optimum moisture. B. Sand shall be free of any cohesive material and shall meet the following gradation and plasticity index requirements: Sieve Size Percent Passing 1” 100 1/2” 95-100 No. 40 80-100 C. PI and LL Amounts: 1. Plasticity Index: 10 Maximum. 2. Liquid Limit: 25 or less. 3.00 EXECUTION 3.01 PREPARATION A. Site: 1. Clear sites of logs, trees, roots, brush, tree trimmings and other objectionable materials and debris which are to be occupied by pipe trenches, and grub stumps. Designate material not salvaged for reuse as surface material as spoiled and dispose of material in accordance with Paragraph [3.01.E], Disposal of Spoil Material. 2. Do not remove trees outside of the required working area unless their removal is authorized in writing by the Engineer and with the approval of the local governing authority. Adequately protect the trees left standing from permanent damage by construction operations. Standing trees may be trimmed where necessary to facilitate construction, but only with written authorization from the Engineer. B. Dewatering: 1. Provide and maintain adequate dewatering equipment to remove and dispose of surface and ground water entering the excavations, trenches, or other parts of the Work. Keep each excavation dry during subgrade preparation and continually thereafter until the proposed pipe is installed. Maintain the proper procedures necessary to protect against damage to the proposed Work from hydrostatic pressure, flotation, or other water related causes. 2. Dewater excavations which extend down to or below ground water elevation by lowering and keeping the ground water level a minimum of 2 feet below the bottom of the excavation. 3. Divert surface water or otherwise prevent water from entering excavated areas to the fullest extent possible without causing damage to adjacent property. Trenching and Backfill 31 23 33 - 6 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 4. Provide and maintain any piping or conduit necessary to facilitate drainage. Do not alter area drainage patterns to the extent that adjacent property and landowners become threatened with localized flooding and/or water damage. Should such a situation occur, the Contractor shall be responsible for repairing the damage at no additional cost to the Owner. C. Protection of Existing Structures and Utilities: 1. Prior to the start of construction, communicate with the representatives of the local utility companies, including the oil, gas, telephone and communications companies, and local water and sewer utilities operating in the location of the proposed construction area. Seek the utility companies’ assistance in locating existing facilities to avoid conflicts during construction. The location, number, depth, and owner of utilities indicated are for information purposes only, and all utilities and structures may not be shown or may not be in the location shown. 2. Where construction endangers adjacent structures, utilities, embankments and/or roadways, the Contractor shall, at his own expense, carefully support and protect such structures so that no damage occurs throughout the construction process. In case damage should occur, the Contractor shall be responsible for restoring the damaged structure to a condition acceptable to the Owner of that structure and shall bear all cost of such reparations. 3. Repair or replace damaged street surfaces, driveways, sidewalks, curbs, gutters, fences, drainage structures, or other such facilities to the satisfaction of the Owner. Structures shall be returned to a condition equal to or better than the original condition and of same or better material and quality. D. Blasting: Blasting shall not be allowed in any instance. E. Disposal of Spoil Material: 1. Suitable material from excavations which meets the requirements for pipe backfill material as indicated, except stripping excavation, may be reused. Designate the remaining excavated materials as spoiled material and dispose of material off the Site in accordance with all applicable laws, ordinances, and codes. Contractor shall be responsible for the storage, transportation, and deposition of spoiled material and shall be responsible for acquiring the necessary permits, and the payment of fees and duties at no additional cost to the Owner. 2. No burning of materials shall be permitted on the Site. 3.02 TRENCH EXCAVATION A. General: The trenches shall be excavated to the alignment and depth indicated or as necessary for the proper installation of the pipe and appurtenances. Brace and dewater the trench if necessary so that the workmen may work therein safely and efficiently. Any specific requirement listed in Paragraph 3.00, Execution, may be modified as necessary to meet OSHA requirements. However, if trench widths are wider than indicated, the Contractor shall be responsible for determining and furnishing the proper class of embedment and piping for the installation with no additional compensation to the Contractor. Trenching and Backfill 31 23 33 - 7 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 B. Trench Width: The trench widths shall be as shown on the Drawings. C. Pipe Foundation Subgrade: 1. Excavate the trench to an even grade to permit the installation of the pipe so that the full length of the pipe barrel is supported on the proper depth of bedding material. The entire foundation subgrade area in the bottom of the excavations shall be firm, stable material, and the material shall not be disturbed below required grade except as described in this Section. Where the character of the subgrade material is such that proper subgrade cannot be obtained at the elevation indicated, deepen the excavation to a satisfactory subgrade material. 2. Remove the material until a firm, stable, and uniform bearing is reached and the subgrade brought back to the required grade with the specified bedding material compacted in place or with lean concrete material. The expense of replacing any unsatisfactory subgrade shall be borne by the Contractor. D. Correcting Faulty Grade: Should any part of the trench be excavated below required grade, correct the trench with bedding material, thoroughly compacted, or with lean concrete, at no additional compensation to the Contractor. E. Care of Surface Material for Reuse: If local conditions permit reuse, keep surface material suitable for reuse separate from the general excavation material. F. Trenching Methods: The use of any suitable trench digging machinery is permitted except in places where such operations may cause damage, above or below ground, in which case, employ hand methods. G. Pipe Clearance in Rock: Remove ledge rock, rock fragments, shale, or other rock to provide proper clearance for bedding materials. Provide adequate clearance for properly jointing pipe laid in rock trenches at bell holes. 3.03 BACKFILL A. Bedding within Pipe Zone: 1. Concrete Cradle, Encasement or Concrete Arch: Where indicated, install the pipe in concrete cradle, encasement, or concrete arch. Take precautions to prevent pipe movement or deflection during construction. Where pipes are placed below structures, completely encase pipes in 1500 psi concrete, and extend up to bottom of structure. 2. Concrete Blocking: Place blocking to rest against firm undisturbed trench walls. The supporting area for each block shall be at least as great as that indicated and shall be sufficient to withstand the thrust, including water hammer, which may develop. Each block shall rest on a firm undisturbed foundation of trench sides and bottom. B. Aggregate Fill Bedding: 1. After the trench has been cut to the depths indicated, install bedding geotextile material below the bedding layer in accordance with manufacturer recommendations, bring up the bedding layer to a point slightly above grade in maximum 4-inch lifts and uniformly compact to the density indicated. Form bell holes and scoop out a trough to grade so that the pipe is uniformly supported by the embedment material. Lay and joint the pipe. Bring up the embedment material in maximum 4-inch lifts on either side of the Trenching and Backfill 31 23 33 - 8 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 pipe to the elevation above the pipe shown on the Drawings. Uniformly compact the pipe as indicated. 2. After moisture is gone from the embedment material, place utility detection tape and backfill and compact the remaining backfill by tamping or other appropriate methods. Water jetting shall not be permitted. 3. Install utility detection tape and tracer wire. C. Compaction Requirements: 1. Compact earth fill and cohesive aggregate fill in maximum 4-inch lifts with pneumatic rollers or power hand tampers and make a minimum of eight passes. 2. Compact cohesionless aggregate fill in maximum 4-inch lifts with vibratory rollers or vibratory plate power hand compactors and make a minimum of eight passes. 3. The acceptability of the compaction equipment shall be based upon the results of a test section. Compact earth fill and cohesive aggregate fill to a minimum of 95 percent of maximum dry density as determined by ASTM D698, Standard Proctor. 4. Compact Class 1 and 2 earth fill at a moisture content within minus 0 to plus 5 percentage points of the optimum moisture content. Compact the remaining classes of earth fill and cohesive aggregate fill at a moisture content within minus 2 to plus 5 percentage points of optimum moisture content. The moisture ranges listed above are minimum and maximum limits. A tighter moisture range within these limits may be required to consistently achieve the specified density. 5. Compact cohesionless aggregate fill on which it is not practical to control the density by “Proctor” methods to a minimum of 75 percent relative density as determined by ASTM D4253 and D 4254, or at the discretion of the Engineer, by a field compaction mold method correlated to ASTM D4253 and D 4254. 6. Compact cohesionless aggregate fill at a moisture content within a range that accommodates consistent placement and compaction to the minimum relative density specified above. 7. The Owner will arrange and pay for density and moisture testing. The testing frequency and methods shall be as requested by the Engineer. The Engineer may waive testing requirements on cohesionless bedding where testing is not practical because of limited space between the pipe and trench walls, however, the minimum number of passes of the compaction equipment specified above shall be achieved. 3.04 FINISHING A. Grade and rake areas smooth and even which do not receive any type of paved surface, to allow drainage to drain away from the structures and toward the roads and streets or the natural drainage course. Break up large clods of earth and remove rocks, trash or debris near the surface. B. Finish the top portion of backfill beneath established sodded (lawn) areas with not less than 6 inches of topsoil corresponding to, or better than, that underlying adjoining sodded areas. 3.05 FIELD QUALITY CONTROL Trenching and Backfill 31 23 33 - 9 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 A. Compact backfill and appropriate embedment material to a minimum of 95 percent of maximum density at a moisture content of 0 to plus 5 percent of optimum for backfill and at optimum for sand-cement embedment as determined by ASTM D1557, Modified Proctor. B. Make periodic tests of compaction for conformance with this Section by an approved testing laboratory selected and paid for by the Owner. Contractor shall pay for re-testing until acceptable test results are obtained. 3.06 CLEAN AND ADJUST A. Remove surplus pipeline materials, tools, rubbish and temporary structures and leave the construction site clean, to the satisfaction of the Engineer. END OF SECTION Trench Safety 31 23 33.14 - 1 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 31 23 33.14 TRENCH SAFETY 1.00 GENERAL 1.01 WORK INCLUDED A. This specification consists of the basic requirements which the Contractor must comply with in order to provide for the safety and health of workers in a trench. This specification is for the purpose of providing minimum performance specifications, and the Contractor shall develop, design, and implement the trench safety system. The Contractor shall bear the sole responsibility for the adequacy of the trench safety system and providing “a safe place to work” for the workman. B. Should the trench safety protection system require wider trenches than specified elsewhere, the Contractor shall be responsible for the costs associated with determining adequacy of pipe bedding and class, as well as, purchase and installation of alternate materials. C. The Contractor shall select an engineer based on competence and qualifications in accordance with 2254.004 of the Texas Government Code and not on the basis of competitive bid and will certify to that effect with the Trench Safety Plan Submittal. 1.02 STANDARDS A. The following standard shall be the minimum governing requirement of this specification and is hereby made a part of this specification as if written in its entirety. 1. Occupational Safety and Health Standards - Excavations (29CFR Part 1926), U.S. Department of Labor, latest edition. B. Comply with the applicable federal, state, and local rules, regulations, and ordinances. 2.00 PRODUCTS (NOT APPLICABLE) 3.00 EXECUTION (NOT APPLICABLE) END OF SECTION Vegetation Restoration 31 25 13.13 - 1 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 31 25 13.13 VEGETATION RESTORATION 1.00 GENERAL 1.01 WORK INCLUDED A. Provide labor, materials, equipment and incidentals necessary for sol preparation, fertilization, watering, mulching and emulsifying or tacking the mulch, planting, and other requirements regarding vegetation restoration areas shown on plans, including maintenance until final acceptance by the Owner. 1.02 SUBMITTALS A. Furnish required copies of manufacturer's literature, certifications, or laboratory analytical data for the following Items: 1. Seed/Sod Source (Certifications): submit certification from supplier that each type of seed conforms to these specifications and requirements of Texas Seed Law. Certification shall accompany seed delivery. 2. Top Dress Fertilizer (Certification): submit certificate stating that fertilizer complies with these specifications and requirements of Texas Fertilizer Law 3. Submit a sample label or specification and a sample packet of the proposed mulch for the Owner’s approval. 4. Submit a sample label or specification of the fertilizer proposed to be used for the Owner's approval. 1.03 QUALITY ASSURANCE A. Source 1. Sod shall be subject to inspection and approval by Landscape Architect at the site upon delivery for conformity to specifications. Such approval shall not impair the right of inspection and rejection during progress of the work. The Landscape Architect reserves the right to refuse inspection at such time if, in his judgment, a sufficient quantity of sod is not available for inspection. 2. Seed shall conform to U.S. Department of Agriculture rules and regulations of Federal Seed Act and Texas Seed Law. Seed shall be certified 90 percent pure and furnish 80 percent germination 2.00 PRODUCTS 2.01 MATERIALS A. Turf Seed 1. Composition: fresh, clean, certified, Class 'A', new crop seed. 2. Type: "Cynodan dactylon" Common Bermuda. 3. Deliver to the site in the original sacks as received by the Producer and each sack shall be tagged in accordance with the agricultural seed laws of the United States and the Vegetation Restoration 31 25 13.13 - 2 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 State of Texas. Each sack shall be tagged showing the dealers guarantee as to the year grown, percentage of purity, percentage of germination and the date of test by which the percentages of purity and germination were determined. All seed sown shall have a date of test within six (6) months of the date of sowing. 4. Any seed delivered prior to use, shall be stored in such a manner that it will be protected from damage by heat, moisture, rodents or other cause. 5. The mixture to be used shall be proportioned by weight and consist of the following Turf Seed Mixture for turf areas Proportion by weight Purity Minimum Germination Cynodan Dactylon – Common Bermuda 85%98%90% Lolium perenne – Perennial Ryegrass 10%98%90% Poa Annual Ryegrass 5%95%90% 6. Weed Seed cannot exceed 0.25% B. Turf Sod 1. 1. One-Year-Old, nursery-grown sod, of the variety Tifway 419 as approved. Sod shall consist of stolons, leaf blades, rhizomes, and roots with a healthy, virile system of dense, thickly matted roots throughout the soil of the sod for a thickness not less than three- quarters (3/4") inch. 2. Sod shall be dense, healthy, and field-grown on fumigated soil with the grass having been mowed prior to sod cutting so that the height of the grass shall not exceed two (2") inches. 3. Sod shall be dark green in color, relatively free of thatch, free from diseases, weeds and harmful insects. 4. Sod shall be reasonably free of objectionable grassy and broadleaf weeds. Sod shall be considered weed free if no more than ten (10) such weeds are found per 100 sq. ft. of sod. 5. Sod shall be rejected if found to contain the following weeds: Quackgrass, Johnsongrass, poison ivy, nimbleweed, thistle, bindweed, bentgrass, perennial sorrel or bromegrass. C. Hydromulch 1. Virgin wood cellulose fibers from whole wood chips having minimum of 20 percent fibers 0.42 inches in length and 0.01 inches in diameter. 2. Cellulose fibers manufactured from recycled newspaper and meeting same fiber content and size as for cellulose fibers from wood chips. 3. Dye mulch green for coverage verification purposes. Vegetation Restoration 31 25 13.13 - 3 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 4. Three approved mulches are manufactured by Conwed, Weyerhauser, and Texas Fiber Co. 5. Soil Stabilizer "Terra Tack 1" or approved equal. D. FERTILIZER 1. Pre-planting Fertilizer Application for Turfgrass Planting Areas: Fertilizer for the initial planting application shall be of N-P-K ratio of 4-5-1 (19-26-5). The phosphorus component must be derived from monoammonium phosphate to stimulate vigorous development of new roots, stolons, and rhizomes. The initial application must be applied and incorporated into the soil immediately (no more than two (2) days) prior to sodding. 2. Post Planting Application: Fertilizer for the post planting application will be a complete fertilizer of chemical base containing by weight the following percentages of nutrients: 273- 4 +2% Fe (N-P-K) from methylene urea or the nitrogen equivalent of 33-3-1 O. The application rate should provide one (1) lb. of N / 1000 sq. ft. 3.00 EXECUTION 3.01 SCHEDULING A. Planting Restrictions: coordinate planting periods with initial maintenance periods to provide required maintenance from date of Substantial Completion. Plant during one of the following periods: 1. May 15th to August 31st for Bermuda hydromulch seeding. 2. Over seeding - Annual Rye Grass a. If Bermuda turf cannot be established by September 15, turf areas are to be over- seeded with annual rye-grass at a rate of 4-lbs'/1,000 sf. B. Weather Limitations: Proceed with planting operations only when existing and forecasted weather conditions permit. 3.02 GRADING AND VERIFICATION A. Coarse Grading 1. Stones, Weeds, Debris: verify that all areas to receive turf are clear of stones larger than one and a half (1-1/2") inches diameter, weeds, debris and other extraneous materials. 2. Grades: verify that grades are within two (2) inch plus or minus of the required finished grades. No Grades greater than 1 inch shall close upon itself. B. Final Grading 1. Stones, Weeds, Debris: verify that all areas to receive turf are clear of stones larger than 1 in. diameter, weeds, debris and other extraneous materials. 2. Grades: verify that grades are within one (1) inch plus or minus of the required finished grades. No Grades greater than 1 inch shall close upon itself. Verify that soil preparation and fertilization has been installed. Report all variations in writing. Vegetation Restoration 31 25 13.13 - 4 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 C. Schedule: immediately after the finished grade has been approved, begin sodding operations to reduce excessive weed growth. If sod bed is dry immediately prior to installation, dampen surface with a fine mist of water. D. Soil Moisture 1. Excessive Moisture: do not commence work of this section when soil moisture content is so great that excessive compaction will occur, nor when it is so dry that dust will form in air or that clods will not break readily. 2. Inadequate Moisture: apply water, as necessary, to bring soil to optimum moisture content for planting. 3.03 HYDROMULCH SEEDING ON PREPARED FINISHED GRADE A. Bed Preparation: immediately after the finished grade has been approved, begin hydromulch seeding operation to reduce excessive weed growth. B. Special Equipment and Procedures: hydraulic equipment used for the application of fertilizer and seed; disc, harrow or aerator and a cultipacker or roller. C. Operators of hydromulch seeding equipment shall be thoroughly experienced in this type of application. D. Application: 1. Contractor shall obtain approval of seeding area preparation from the Landscape Architect prior to application. 2. Immediately following approval, Contractor shall aerate the seed bed one (1”) to two (2”) inches deep in a motion to form a uniform coverage of the entire seeding area. 3. Immediately following aeration, the Contractor shall pack the soil with a cultipacker or roller to get a firm seed bed. 4. After cultipacker or roller operations apply specified hydromulch seed mix in a motion to form a uniform coverage at specified rate. 5. Immediately following hydromulch of seed, the Contractor shall not operate any equipment over the covered area. 6. Refer also to the maintenance portion of this Section. 3.04 BROADCAST SEEDING ON PREPARED FINISHED GRADE A. Bed Preparation: immediately after the finished grade has been approved, begin broadcast seeding operation to reduce excessive weed growth. B. Special Equipment and Procedures: rotary equipment used for the application of fertilizer and seed; disc, harrow or aerator and a cultipacker or roller. C. C. Application: 1. Contractor shall obtain approval of seeding area preparation from the Landscape Architect prior to application. Vegetation Restoration 31 25 13.13 - 5 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 2. Operators of broadcast seeding equipment shall be thoroughly experienced in this type of application. Apply specified seed mix in a motion to form a uniform coverage at specified rate. 3. Immediately following broadcasting of seed, Contractor shall aerate the seed bed one (1”) to two (2”) inches deep at a speed to cover the seed with soil one quarter (1/4) to one half (1/2”) inches deep in a motion to form a uniform coverage of the entire seeding area. 4. Immediately following aeration, the Contractor shall pack the soil with a cultipacker or roller to get seed in good contact with the soil. 5. After aeration, the Contractor shall not operate any equipment over the covered area. 6. Refer also to the maintenance portion of this Section. D. D. Unseeded Areas: if, in the opinion of the Landscape Architect, unplanted skips and areas are noted after broadcast seeding, the Contractor shall be required to seed the unplanted areas with the grasses that were to have been planted at no additional cost to the Owner. 3.05 SOD BED PREPARATION A. Prepare the soil B. Rake areas to set exact line and final finish grade. C. Rolling: roll amended soil with 200-pound water-ballast roller. D. Moistening: after all unevenness in the soil surface has been corrected, lightly moisten the soil immediately prior to laying the sod. E. Timing: sod immediately thereafter, provided the sod-bed has remained friable. 3.06 PLANTING A. Solid Sodding 1. Method: lay the first row of sod in a straight line, with subsequent rows parallel to and tightly against each other, with no spaces between strips. Stagger lateral joints. Do not stretch or overlap sod. Butt all joints tightly to eliminate all voids. Lay sod on mounds and slopes with strips parallel to contours. Use a sharp knife to cut sod to fit curves. 2. Tamping and Rolling: thoroughly tamp and roll sod to make contact with sod bed. Roll each entire section of completed sod. 3. Following rolling, fine screened topsoil shall be used to fill all cracks between sods. Excess soil shall be worked into the grass with suitable equipment and shall be well watered. The quantity of fill soil shall be such that it will cause no smothering of the grass. 4. Watering: thoroughly water sod immediately after installation to wet the underside of the new sod pad and the soil immediately below to a depth of 6 in. 5. Immediately after installation of the sod, remove sod clumps and soil, wash off any plant materials and pavements not to have sod. Keep all areas clean during the maintenance period. Vegetation Restoration 31 25 13.13 - 6 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 3.07 MAINTENANCE A. Maintenance shall begin immediately alter each grass area is planted. All planted areas will be protected and maintained by watering, weed control, redressing and replanting as necessary for at least thirty (30) days after initial planting and for as much longer as necessary to establish a UNIFORM STAND OF THE SPECIFIED GRASS and until the entire project is accepted by the Owner. Grass shall be mowed to a height of two (2") inches. B. All turf areas adjacent to paved areas shall be edged to maintain a neat appearance. C. All areas which are not completely covered with the specified grass at the end of thirty (30) days will continue to be replanted, re-dressed and maintained by the Contractor until complete coverage and acceptance are achieved. 3.08 SEEDING OF DISTURBED AREAS A. Disturbed areas will require seeding as specified in this Section unless requested otherwise by the Engineer or shown otherwise on the drawings or in the specifications. B. Any areas which are disturbed by the Contractor which are not shown on the drawings or specified to require disturbance including any approved areas not shown on the drawings, shall be considered as unauthorized disturbed areas. Any such areas shall be seeded as specified in this Section at the Contractor’s expense and shall not be measured or paid under this Section. 3.09 FIELD QUALITY CONTROL; OBSERVATION AND ACCEPTANCE A. Observation: Upon completion of the site preparation, mulching, fertilizing, seeding, and maintenance of seeded areas, the Engineer will observe the seeded areas periodically to determine the establishment success. The Engineer will consider soil coverage, purity of the grass stand, and maturity of the plants. B. Establishment of Stand and Acceptance: 1. The Engineer will determine that a grassed area is established upon fulfillment of the following conditions: 2. The permanent grass stand uniformly covers the planting area, with no exposed soil areas more than 36 inches across in any dimension. 3. The permanent grass stand is free of over-topping weed species which would compete for sunlight, moisture, and nutrients. In addition, no area of pure weed species greater than 36 inches across in any dimension shall occur within a permanent grass stand. 4. The majority of the grass plants in a stand shall have a well-established root system to survive if irrigation is discontinued. 5. Establish the permanent grass stand before October 1 to preclude having to perform a temporary Fall seeding. In the event a fall seeding must be performed, follow-up the temporary seeding with a permanent seeding as specified. Upon final acceptance of the work under this contract, the Owner will assume the responsibility of maintaining the grassed areas. Vegetation Restoration 31 25 13.13 - 7 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 END OF SECTION Articulated Concrete Block 31 35 13 - 1 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 31 35 13 ARTICULATED CONCRETE BLOCK 1.00 GENERAL 1.01 WORK INCLUDED A. The contractor shall furnish all labor, materials, equipment, and incidentals required for, and perform all operations in con The contractor shall furnish all labor, materials, equipment, and incidentals required for, and perform all operations in connection with, the installation of the ArmorFlex® Articulating Concrete Block (ACB) system in accordance with the lines, grades, design and dimensions shown on the Contract Drawings and as specified herein. 1.02 SUBMITTALS A. Shop Drawings. At least 30 days prior to the start of any installation of the cellular concrete mats, the Contractor shall submit to the owner shop drawings for the layout and details of the cellular concrete mats. The cellular concrete mats layout shall be to the lines and grades shown on the drawings. The shop drawings shall include layout, layout sequence, anchor details, mat junction details, anchor to mat connection details, and details for grade change. B. Representative Samples. The sources from which the Contractor proposes to obtain materials shall be selected well in advance of the time when the materials will be required in the work. Product literature and suitable samples of the cellular concrete mattresses, cable, fittings, anchors and filter fabric shall be submitted to the Owner's Representative for approval, prior to delivery of any such material to the site of the work. All samples shall be obtained by the Contractor and delivered at his expense to a point designated by the Owner's Representative at least 14 calendar days in advance of the time when the placing of the concrete mattresses is expected to begin. The contractor shall submit the cellular concrete block revetment system manufacturer’s certification that the revetment system and components meet the requirements of this specification. C. Documentation of Testing. The contractor shall provide to the owner test results documenting that the revetment system has been tested under controlled flow conditions for hydraulic performance characteristics in accordance with FHWA-RD-89-199, utilizing a 2:1 slope in the direction of flow, as well as other calculations and testing in support of the proposed concrete block mattress system and geotextile. D. Manufacturer Certificates of Compliance. 1. The Contractor shall furnish the manufacturer’s certificates of compliance for cellular concrete mattresses, revetment cable, and any revetment cable fittings and connectors. The Contractor shall also furnish the manufacturer’s specifications, literature, and any recommendations, if applicable, that are specifically related to the project. 2. Cellular concrete mattresses will only be accepted when accompanied by documented hydraulic performance characteristics that are derived from tests under controlled flow conditions. Testing guidelines shall conform to U.S. Federal Highway Administration and U.S. Bureau of Reclamation Testing Protocol as documented in “Minimizing Embankment Damage During Overtopping Flow”, Report No. FHWA-RD-88-181 and all hydraulic performance testing shall be performed in a 2H:1V flume. Articulated Concrete Block 31 35 13 - 2 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 E. Alternative Materials. Alternative materials may be considered. Such materials must be pre- approved in writing by the Engineer prior to bid date. Alternative material packages must be submitted to the Owner's Representative a minimum of fifteen (15) days prior to bid date. Submittal packages must include, as a minimum, the following: 1. Full-scale laboratory testing performed by the submitting manufacturer and associated engineered calculations quantifying the hydraulic capacity of the proposed cellular concrete mat system in similar conditions to the specific project. 2. A list of 5 comparable projects, in terms of size and applications, in the United States, where the results of the specific alternate revetment system use can be verified after a minimum of five (5) year of service life. The submittal shall include contact names, addresses and telephone numbers. 1.03 QUALITY ASSURANCE A. Design Criteria – Flowable Fill Proportions and Consistency: Flowable fill shall be proportioned to give the necessary workability, strength, and consistency, and shall conform to the following governing requirements: B. Factory Testing: The Contractor shall be responsible for the design of the material. A trial mix shall be designed by an independent testing laboratory, retained by the Contractor. The testing laboratory shall submit verification that the materials and proportions of the trial mix design meets the requirement of the Specifications. In lieu of trial mix design, Contractor may submit historical data for a mix design used successfully in previous similar work. The Contractor shall not make changes in materials, either in gradation, source, or brand, or proportions of the mixture after having been approved, except by specific approval of the Engineer. 1.04 STANDARDS AND REFERENCES A. The applicable provisions of the following references and standards shall apply to this Section as if written herein in their entirety. 1. American Society for Testing and Materials (ASTM) Standards: ASTM C33 Specification for Concrete Aggregates ASTM C150 Specification for Portland Cement ASTM C207 Specification for Hydrated Lime Types ASTM C595 Blended Hydraulic Cements ASTM C618 Specification for Fly Ash and Raw or Calcined Natural Pozzolan for Use as Mineral Admixture in Portland Cement Concrete ASTM D 3786 Hydraulic Bursting Strength of Knitted Goods and Nonwoven Fabrics ASTM D 4354 Sampling of Geosynthetics for Testing ASTM D 4355 Deterioration of Geotextiles from Exposure to Ultraviolet Light and Water ASTM D 4491 Water Permeability of Geotextiles by Permittivity ASTM D 4533 Trapezoidal Tearing Strength of Geotextiles Articulated Concrete Block 31 35 13 - 3 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 ASTM D 4632 Grab Breaking Load and Elongation of Geotextiles ASTM D 4751 Determining Apparent Opening Size of a Geotextile ASTM D 4759 Determining the Specification Conformance of Geosynthetics ASTM D 4833 Index Puncture Resistance of Geotextiles, Geomembranes, and Related Products ASTM D 4873 Identification, Storage, and Handling of Geosynthetic Rolls ASTM D 6684 Materials and Manufacture of Articulating Concrete Block (ACB) ASTM D 6884 Standard Practice for Installation of Articulating Concrete Block (ACB) Revetment Systems 2.00 PRODUCTS 2.01 MATERIALS A. Concrete Blocks 1. Concrete shall conform to ACI requirements for normal weight concrete. 2. The ACB units shall be produced using a dry cast method. Dry cast units obtain strength more quickly than wet cast blocks and will also achieve a greater uniformity of quality and greater durability. 3. At the time of delivery to the work site, the ACB units shall conform to the physical requirements prescribed in Table 2.02 listed below. 2.02 PHYSICAL REQUIREMENTS Compressive Strength Net Area Min. p.s.i (mPa) Water Absorption Max. lb/ft3 (kg/m3) Avg. of 3 units Individual Unit Avg. of 3 units Individual Unit 4,000 (27.6) 3,500 (24.1) 9.1 (160) 11.7 (192) Units will be sampled and tested in accordance with ASTM D 6684, Standard Specification for Materials and Manufacture of Articulating Concrete Block (ACB) Revetment Systems. B. Revetment Cable and Fittings 1. Option 1 Polyester Revetment Cable and Fittings: a. Revetment cable shall be constructed of high tenacity, low elongating, and continuous filament polyester fibers. Cable shall consist of a core construction comprised of parallel fibers contained within an outer jacket or cover. The size of the revetment cable shall be selected such that the minimum acceptable strength is at least five (5) times that required for lifting of the mats, in accordance with ASTM D-6684 paragraph 5.5.2. Articulated Concrete Block 31 35 13 - 4 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 b. Elongation requirements specified below are based upon stabilized new, dry cable. Stabilization refers to a process in which the cable is cycled fifty (50) times between a load corresponding to 200D2 and a load equal to 10%, 20% or 30% of the cable's approximate average breaking strength. Relevant elongation values are as shown in the table below. The tolerance on these values is + 5%. ELASTIC ELONGATION at Percentage of Break Strength 10% 20% 30% 0.6 1.4 2.2 c. The revetment cable shall exhibit resistance to most concentrated acids, alkalis and solvents. Cable shall be impervious to rot, mildew and degradation associated with marine organisms. The materials used in the construction of the cable shall not be affected by continuous immersion in fresh or salt water. d. Selection of cable and fittings shall be made in a manner that insures a safe design factor for mats being lifted from both ends, thereby forming a catenary. Consideration shall be taken for the bending of the cables around hooks or pins during lifting. Fittings such as sleeves and stops shall be aluminum and washers shall be plastic unless otherwise shown on the Contract Drawings 2. Option 2. Galvanized Steel Revetment Cable and Fittings: a. Revetment cable shall be constructed of preformed galvanized aircraft cable (GAC). The cables shall be made from individual wires and strands that have been formed during the manufacture into the shape they have in finished cable. b. Cable shall consist of a core construction comprised of seven (7) wires wrapped within seven (7) or nineteen (19) wire strands. The size of the revetment cable shall be selected such that the minimum acceptable strength is at least five (5) times that required for lifting of the mats. c. The revetment cable shall exhibit resistance to mild concentrations of acids, alkalis, and solvents. Fittings such as sleeves and stops shall be aluminum, and the washers shall be galvanized steel or plastic. Furthermore, depending on material availability, the cable type (7x7 or 7x19) can be interchanged while always ensuring the required factor of safety for the cable. d. Selection of cable and fittings shall be made in a manner that insures a safe design factor for mats being lifted from both ends, thereby forming a catenary. Consideration shall be taken for the bending of the cables around hooks or pins during lifting. Revetment cable splicing fittings shall be selected so that the resultant splice shall provide a minimum of 75% of the minimum rated cable strength. C. Filter Fabric 1. The geotextile filter shall meet the minimum physical requirements listed in Table No. 3 of these Specifications. Consultation with the manufacturer is recommended; the standard for sizing geotextile for these applications is AASHTO M-288, Permanent Articulated Concrete Block 31 35 13 - 5 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 Erosion Control. Either woven or non-woven geotextile are acceptable, as long as they meet the other project requirements. The geotextile fiber shall consist of a long-chain synthetic polymer composed of at least 85 percent by weight of propylene, ethylene, ester, or amide, and shall contain stabilizers and/or inhibitors added to the base plastic, if necessary, to make the filaments resistant to deterioration due to ultraviolet and heat exposure. The edges of the geotextile shall be finished to prevent the outer fiber from pulling away from the geotextile. The Contractor shall furnish manufacturer's certified test results to the EOR, showing actual test values obtained when the physical properties are tested for compliance with the specifications. During all periods of shipment and storage, the filter fabric shall be protected from direct sunlight, UV radiation, and temperatures greater than 140°F. To the extent possible, the fabric shall be maintained wrapped in its protective covering. The geotextile shall not be exposed to sunlight or UV radiation until the installation process begins. PHYSICAL REQUIREMENTS Physical Property Test Procedure Minimum Value Grab Tensile Strength (Unaged Geotextile) ASTM D4632 IAW AASHTO M288 Class 2 Breaking Elongation (Unaged Geotextile) ASTM D4632 50% max. (in any principal direction) Burst Strength ASTM D3786 IAW AASHTO M288 Class 2 Puncture Strength ASTM D4833 IAW AASHTO M288 Class 2 A.O.S., U.S. Std. Sieve ASTM D4751 As Shown in Plans Permittivity ASTM D4491 As Shown in Plans At the time of installation, the filter fabric shall be rejected if it has been removed from its protective cover for over 72 hours or has defects, tears, punctures, flow deterioration, or damage incurred during manufacture, transportation or storage. With the acceptance of the EOR, placing a filter fabric patch over the damaged area prior to placing the mats shall repair a torn or punctured section of fabric. The patch shall be large enough to overlap a minimum of three (3) feet in all directions. 3.00 EXECUTION 3.01 SUBGRADE PREPARATION A. General: All subgrade preparation shall be performed in accordance with ASTM D 6884, Standard Practice for Installation of Articulating Concrete Block (ACB) Revetment Systems, as updated and amended. B. Grading: The slope shall be graded to a smooth plane surface to ensure that intimate contact is achieved between the slope face and the geotextile (filter fabric), and between the geotextile and the entire bottom surface of the individual ACBs. All slope deformities, Articulated Concrete Block 31 35 13 - 6 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 roots, grade stakes, and stones which project normal to the local slope face must be re- graded or removed. No holes, "pockmarks", slope board teeth marks, footprints, or other voids greater than 0.5 inch in depth normal to the local slope face shall be permitted. No grooves or depressions greater than 0.5 inches in depth normal to the local slope face with a dimension exceeding 1.0 foot in any direction shall be permitted. Where such areas are evident, they shall be brought to grade by placing compacted homogeneous material. The slope and slope face shall be uniformly compacted, and the depth of layers, homogeneity of soil, and amount of compaction shall be as required by the EOR. Excavation and preparation for all termination trenches or aprons shall be done in accordance to the lines, grades and dimensions shown in the Contract Drawings. The termination trench hinge-point at the top of the slope shall be uniformly graded so that no dips or bumps greater than 0.5 inches over or under the local grade occur. The width of the termination trench hinge-point shall also be graded uniformly to assure intimate contact between all ACBs and the underlying grade at the hinge-point. C. Inspection: Immediately prior to placing the filter fabric and ACB mats, the prepared subgrade shall be inspected by the EOR as well as the owner's representative. No fabric or blocks shall be placed thereon until that area has been approved by each of these parties. 3.02 PLACEMENT OF GEOTEXTILE FILTER FABRIC A. General. All placement and preparation should be performed in accordance with ASTM D 6884, Standard Practice for Installation of Articulating Concrete Block (ACB) Revetment Systems, as updated and amended. Filter Fabric, or filtration geotextile, as specified elsewhere, will be placed within the limits of ACBs shown on the Contract Drawings. B. Placement. The filtration geotextile will be placed directly on the prepared area, in intimate contact with the subgrade, and free of folds or wrinkles. The geotextile will not be walked on or disturbed when the result is a loss of intimate contact between the ACB and the geotextile or between the geotextile and the subgrade. The geotextile filter fabric will be placed so that the upstream strip of fabric overlaps the downstream strip. The longitudinal and transverse joints will be overlapped at least one and a half (1.5) feet for dry installations and at least three (3) feet for below-water installations. The geotextile will extend at least one (1) foot beyond the top and bottom revetment termination points, or as required by the EOR. If ACBs are assembled and placed as large mattresses, the top lap edge of the geotextile should not occur in the same location as a space between ACB mats unless the space is concrete filled. 3.03 PLACEMENT OF ACB/MAT A. General. ACB placement and preparation should be performed in accordance with ASTM D 6884, Standard Practice for Installation of Articulating Concrete Block (ACB) Revetment Systems, as amended and updated. B. Placement. The subgrade shall be prepared in such a manner as to produce a smooth plane surface prior to placement of the ACBs or mats. No individual block within the plane of placed ACBs will protrude more than one-half inch or as otherwise specified by the EOR. ACBs should be flush and develop intimate contact with the subgrade section, as approved by the EOR. Proposed hand placing is only to be used in limited areas, specifically identified by the EOR or manufacturers’ mat layout drawings, as approved by the EOR. Articulated Concrete Block 31 35 13 - 7 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 If assembled and placed as large mattresses, the ACB mats will be attached to a spreader bar or other approved device to aid in the lifting and placing of the mats in their proper position by the use of a crane or other approved equipment. The equipment used should have adequate capacity to place the mats without bumping, dragging, tearing or otherwise damaging the underlying fabric. The mats will be placed side-by-side, so that the mats abut each other, and/or end-to-end. Mat seams or openings between mats greater than two (2) inches will be backfilled with 4000 p.s.i. non-shrink grout, concrete or other material approved by the EOR. Whether placed by hand or in large mattresses, distinct changes in grade that results in a discontinuous revetment surface in the direction of flow will require backfill at the grade change location so as to produce a continuous surface. Termination trenches will be backfilled and compacted flush with the top of the blocks. The integrity of the trench backfill must be maintained so as to ensure a surface that is flush with the top surface of the ACBs for its entire service life. Termination trenches will be backfilled as shown on the Contract Drawings. Backfilling and compaction of trenches will be completed in a timely fashion. No more than 500 linear feet of placed ACBs with non- completed termination trenches will be permitted at any time. C. Finishing. The cells or openings in the ACBs will be backfilled and compacted with suitable material, as specified by the EOR. Backfilling and compaction will be completed in a timely manner so that no more than 500 feet of exposed mats exist at any time. Finishing requirements are explicitly at the discretion of the EOR. D. Consultation. The manufacturer of the ACBs/mats shall provide design and construction advice during the design and initial installation phases of the project when required or as necessary, at the discretion of the EOR. The ACB supplier shall provide, at a minimum, one full day or two half-days of on-site project support upon request. END OF SECTION DIVISION 32 EXTERIOR IMPROVEMENTS Asphalt Paving Wearing Courses 32 12 19 - 1 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 32 12 19 ASPHALT PAVING WEARING COURSES 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to perform operations in connection with a wearing surface composed of two applications of asphaltic material, each covered with aggregate, constructed on the prepared base course or surface in accordance with these specifications. 1.02 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Submittal Procedures” and shall include: 1. Record Data. 1.03 STANDARDS A. The applicable provisions of the following standards shall apply as if written in their entirety: 1. Texas Dept. of Transportation (TX Dot): a. Test Method Tex-215-F. b. Test Method Tex-217-F, Part I. c. Test Method Tex-224-F. d. Test Method Tex-410-A. e. Test Method Tex-413-A. 1.04 JOB CONDITIONS; TEMPERATURE A. Do not apply Two-Course Asphalt Surface Treatment when the air temperature is below 60 F and falling, but may be applied when the air temperature is above 50 F and rising, the temperature being taken in the shade and away from artificial heat. Do not place asphalt when general weather conditions, in the opinion of the Owner’s Representative, are not suitable. 2.00 PRODUCTS 2.01 MATERIALS A. Asphaltic Materials: The asphalt used shall be of the grade and type indicated or required by the Owner’s Representative. Materials shall be homogeneous, free of water, shall not foam when heated to 347 F, and shall meet the following requirements: Grade Limits AC-10 (Hot Weather) Min. – Max. AC-5 (Cooler Weather) Min. – Max. Asphalt Paving Wearing Courses 32 12 19 - 2 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 Penetration at 77 F, 100 gms, 5 sec 85 135 Ductility at 77 F, CMS 70 100 Flash Point, F 425 425 Viscosity, 140 F poises 1000 ± 200 500 ± 100 Viscosity of Residue, 140 F poises 3000 1500 Solubility in CCI4, percent Trichlorethylene 99.0 99.0 Spot Test: Negative B. Aggregate: 1. General: a. Aggregate shall be composed of clean, tough, and durable particles of crushed gravel, crushed stone, crushed slag, or natural limestone rock asphalt. These materials shall not contain more than 2 percent by weight of soft particles and other deleterious material as determined by Test Method Tex-217-F, Part I, TXDOT. b. The natural limestone rock asphalt aggregate, when furnished, shall have an average bitumen content from up to 7 percent by weight of naturally impregnated asphalt, as determined by Test Method Tex-215-F, TXDOT, and shall not contain more than 2 percent by weight of any one of or combination of iron pyrites, or other objectionable matter, as determined by Test Method Tex-217-F, Part I, TXDOT. c. No aggregate shall contain as a total of more than 5 percent by weight of impurities or objectionable matter listed above. d. The percent of wear, as determined by Test Method Tex-410-A, TXDOT, for the materials shall not exceed 35 percent. e. The percent of wear on natural limestone rock asphalt aggregate as determined by Test Method Tex-410-A, TXDOT, shall be made on that portion of the material retained on the No. 4 sieve, having a naturally impregnated asphalt content of less than 1 percent. f. Crushed gravel shall have a minimum of 85 percent of the particles retained on the No. 4 sieve with more than two or more mechanically induced crushed faces, as determined by Test Method Tex-460-A, TXDOT. 2. Pre-Coated Aggregates: a. Pre-coated aggregates shall be aggregates of the type indicated, treated (coated or fluxed) with 0.5 percent to 1.5 percent by weight of residual bitumen from a precoating material. The grade of aggregate indicated shall meet the requirements of gradation prior to the application of the pre-coat material or fluxing material. b. Water in an amount not to exceed 3 percent by weight of the mixture may be used in preparing the mixture. In the event water is used in the mixing operation, Asphalt Paving Wearing Courses 32 12 19 - 3 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 use adequate measuring devices and administer the water to the mix through an approved spray bar. c. The materials may be mixed on the job or at a central mixing plant and shipped ready for use. Mixes that do not remain workable for a sufficient period of time or maintain flow qualities such that the pre-coated aggregate may be satisfactorily spread by normal approved mechanical spreading devices shall not be acceptable. d. Materials that are not uniformly and/or properly coated or fluxed, in the opinion of the Owner’s Representative, shall not be accepted for use. 3. Gradation: a. Aggregate for the first application shall be uncoated. First Application (TXDOT-Gr.2)Percent by Weight Retained on 7/8” Sieve 0 Retained on 3/4” Sieve 0-2 Retained on 5/8” Sieve 20-40 Retained on 1/2” Sieve 80-100 Retained on 3/8” Sieve 95-100 Retained on No. 8 Sieve 99-100 b. Aggregate for the second application shall be pre-coated. Second Application (TXDOT-Gr.4 Pre-coated)Percent by Weight Retained on 5/8” Sieve 0 Retained on 1/2” Sieve 0-5 Retained on 3/8” Sieve 20-40 Retained on No. 4 Sieve 95-100 Retained on No. 8 Sieve 98-100 3.00 EXECUTION 3.01 PREPARATION A. Clear the surface of the base of any dirt, dust, or other deleterious matter by sweeping or other approved methods. If necessary, scarify, sprinkle, reshape, blade, and roll the surface of the base with a self-propelled 10 ton roller, to attain a uniform, compact surface in conformity with the typical sections and to the lines and grades indicated. B. Keep the storage tanks, piping, retorts, booster tanks, and distributors used in storing or handling asphalt clean and in good operating condition at all times, and operate the equipment in such a manner as not to allow contamination of the asphalt with foreign materials. Asphalt Paving Wearing Courses 32 12 19 - 4 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 C. Do not heat asphalt above 400 F. The application temperature range shall be between 275 to 350 F. The Owner’s Representative shall select the temperature of application. 3.02 INSTALLATION A. First Asphaltic Material Application: 1. If found necessary by the Owner’s Representative, the surface, upon which the asphalt is to be applied shall be lightly sprinkled just prior to the first application of asphalt. Apply asphalt on the clean surface by a type of self-propelled pressure distributer approved by the Owner’s Representative and operated to distribute the asphalt in the quantity indicated, evenly and smoothly under a pressure necessary for proper distribution. The necessary facilities for determining the temperature of the asphalt in the heating equipment and in the distributor, for determining the rate of application, and for insuring uniformity at the junction of the two distributor runs shall be on a strip of paper or other approved suitable means to prevent overlapping of asphalt application, and resulting “fat” areas. 2. Asphaltic material for each course may be applied for the full width of the surface treatment in one application, unless the width exceeds 26 feet. Do not permit traffic or hauling over the freshly applied asphaltic material. Do not apply asphaltic material until immediate covering is assured. B. First Aggregate Application: Immediately cover in a uniform manner the asphaltic surface with the first application aggregate and applied by spreading machines or spreader boxes, broomed if necessary, and rolled with a 3- to 6-ton tandem roller. C. Second Asphaltic Material Application: Make the second application of asphaltic material as described above in the first application of asphaltic material. Cover the second application with second application aggregate in the manner specified above, broomed, and rolled with a 3- to 6-ton tandem roller. 1. If found necessary, to secure uniform distribution, blade the aggregate, immediately after being spread on the surface of the base or on the preceding layer, with an approved blade grader, maintainer, or other satisfactory leveling device. 2. After the work has been completed as specified above, there should be a slight excess of aggregate on the surface. 3.03 CLEAN AND ADJUST A. Maintain the grounds of the project. Maintenance shall consist primarily of brooming the loose aggregate accumulated near the edges of the surfacing over the entire paved surface, until final acceptance by the Owner. 3.04 SCHEDULES; APPLICATION RATES A. Apply the asphalt and aggregate at the approximate rates indicated and within the limits of the following schedule: Application Gallons of Asphalt per Square Yard Aggregates Cubic Yards to Square Yards Asphalt Paving Wearing Courses 32 12 19 - 5 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 Min.Max. First 0.20 0.30 1:80 Second 0.30 0.40 1:110 END OF SECTION DIVISION 33 UTILITIES Low Head Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe 33 05 01.07 - 1 LUB18692 – Northwest Lubbock Drainage Improvements Phase 3 33 05 01.07 LOW HEAD REINFORCED CONCRETE CULVERT, STORM DRAIN, AND SEWER PIPE 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install reinforced concrete pipe and/or conduits or drainage lines, including pipe fittings, connecting drain lines to curb inlets, joints, connections to new or existing pipe or headwalls, manholes etc., to the lines and grades indicated. Pipe and fittings shall be of the classes, sizes, and dimensions indicated. 1.02 QUALITY ASSURANCE A. Physical Test Requirements: 1. The acceptability of the pipe shall be determined by the results of the three edge bearing test for the load to produce the 0.01-inch crack and the ultimate load; by such material tests as are required in ASTM C76, ASTM C655; by absorption tests on selected samples from the wall of the pipe; and by inspection of the finished pipe to determine its conformance with the design prescribed in these specifications and its freedom from defects. Three edge-bearing tests for the 0.01-inch crack only shall be performed on 0.8 percent of the pipe joints. Three edge bearing tests for both the 0.01-inch crack and the ultimate load shall be performed on 0.2 percent of the pipe on two joints. 2. The acceptability of the pipe joints and gaskets shall be determined by the tests as prescribed in ASTM C443 if and when required, and by inspection to determine whether the pipe joints and gaskets conform to ASTM C443 B. Protection: Protect storm drainage pipe from damage before, during, and after installation until backfill is complete. Protect the Work and materials of other trades. In event of damage, make all necessary repairs and replacements at no additional cost to the Owner. C. Workmanship and Finish: 1. Pipe shall be free from fractures, large or deep cracks, defects that indicate imperfect manufacturing, surface defects indicating honeycombed or open texture, damaged ends that would prevent making a satisfactory joints, any continuous crack having a surface width of 0.01 inch or more and extending for a length of 12 inches or more. The ends of pipe shall be perpendicular to the walls and centerline of the pipe within the limits of variations. 2. Pipe shall be subject to rejection on account of failure to conform to any of the specification requirements. Rejected pipe shall be plainly marked by the Engineer and shall be replaced by the Contractor with pipe which meets the requirements of these specifications. Remove rejected pipe immediately from the Site. 3. In event of accidental damage during handling or minor imperfections, make the necessary repairs and replacements at no additional cost to the Owner. The Engineer may accept pipe with repairs that are sound, properly finished, and cured in conformance with pertinent specifications. Low Head Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe 33 05 01.07 - 2 LUB18692 – Northwest Lubbock Drainage Improvements Phase 3 D. Pipe Marking: The following information shall be clearly marked on each section of pipe by the pipe manufacturer: 1. The class or D-load of pipe, 2. ASTM Specification Designation, 3. The date of manufacture and identification of plant, 4. The name or trademark of the manufacturer, 5. Diameter of the pipe, 6. Pipe to be used for jacking and boring, and 7. Pipe orientation. Where elliptical reinforcement is used one end of each section or joint of pipe shall be clearly marked during the process of manufacture or immediately thereafter on the inside and the outside of opposite walls to show the location of the “Top or “Bottom” of the pipe as it should be installed. Markings shall be indented on the pipe section or painted thereon with waterproof paint. “Top” and “Bottom” markings are not required on pipe having such an external shape that the correct position of the top and bottom is obvious. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Document Management” and shall include: 1. Manufacturer’s Product Data sheets as Record Data. 2. Manufacturer’s layout drawings, recommended joint material placement, and joint tolerances. 3. Test reports as Record Data. 4. Material certificates as required in reference standards for storm drainage pipe as Record Data. 1.04 STANDARDS A. Comply with local governing regulations if more stringent than specified herein. Piping shall meet the following standards and shall be a part of this Section as if written here in their entirety: 1. American Society for Testing and Materials (ASTM) Standards: ASTM C76 Standard Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe ASTM C443 Standard Specification for Joints for Concrete Pipe and Manholes, Using Rubber Gaskets ASTM C497 Standard Methods of Testing Concrete Pipe, Manhole Sections, or Tile ASTM C655 Standard Specification for Reinforced Concrete D-Load Culvert, Storm Drain, and Sewer Pipe. 2.00 PRODUCTS Low Head Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe 33 05 01.07 - 3 LUB18692 – Northwest Lubbock Drainage Improvements Phase 3 2.01 MATERIALS A. General: Except as modified herein, materials, manufacture, and design of concrete pipe shall conform to ASTM C76 for Circular Pipe. 2.02 MIXES A. Mix concrete in a central batch plant or other approved batching facility from which the quality and uniformity of the concrete can be assured. Transit mixed concrete shall not be acceptable for use in precast concrete pipe. 2.03 MANUFACTURED PRODUCTS A. Pipe: 1. Pipe shall be of the Class indicated. The shell thickness, the amount of circumferential reinforcement, and the strength of the pipe shall conform to the requirements of ASTM C76 for Circular Pipe Wall B, C506 for Arch Pipe, or C507 for Elliptical Pipe, except as modified herein. 2. Pipe shall be machine made by a process which provides uniform placement of zero slump concrete in the form and compaction by a mechanical device to provide a dense concrete in the pipe. 3. Variations in diameter, size, shape, wall thickness, reinforcement, placement of reinforcement, laying length, and the permissible underrun of length shall be in accordance with the applicable ASTM Specification for each type of pipe. 4. Minimum Wall Thickness: Where Class III pipe of sizes larger than 60 inches in diameter are specified, the manufacturer may at its option furnish pipe manufactured with either Wall “B” or Wall “C” minimum thicknesses and the applicable minimum Steel area as listed for circular cages in Table II of Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe, ASTM C76 (C 76M), provided tests strength requirements for Class III pipe are satisfactorily met. 5. Joints: Pipe to be placed along curves shall consist of whatever pipe lengths or beveled end joints of pipe or combination thereof that are required to place the pipe on the designated centerline curve with no more than one-half of the tongue length of the pipe exposed from its normally closed joint position. The amount of bevel, “drop” or shortening of the pipe length by the bevel shall not exceed the amount shown below for the pipe sizes indicated. Pipe Diameter Maximum Amount of Bevel or Drop* 12” to 27” inclusive 3.1875” 30” to 51” inclusive 5” 54” to 84” inclusive 6” 90” to 96”6.5” * Or manufacturer’s recommendation, whichever is less Low Head Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe 33 05 01.07 - 4 LUB18692 – Northwest Lubbock Drainage Improvements Phase 3 B. Jointing Materials: Pipe shall have rubber gasketed joints conforming to ASTM C443. 3.00 EXECUTION 3.01 INSTALLATION A. Furnish and place in position the necessary batter boards, string lines, plummets, graduated poles, etc., laser equipment, targets and incidentals for establishing and maintaining the lines and grades. The batter boards and location stakes must be protected from possible damage or change of location. 1. Lay pipe and fittings and joint in a dry trench. Excavate trenches to the lines, grades, and alignment indicated in accordance with Section 31 23 33 “Trenching and Backfill [Utilities].” Unless otherwise authorized by the Owner’s representative, start the laying the pipe on the prepared foundation at the outlet or downstream end with the spigot or tongue end of the pipe joint pointing downstream and proceed with laying pipe toward the inlet or upstream end with each abutting section of pipe properly matched, true to the established lines and grades. Approved facilities shall be provided for hoisting and lowering the sections of pipe into the trench without disturbing the prepared bedding foundation or the sides of the trench. Carefully clean the ends of the pipe before the pipe is placed in the trench. As each length of pipe is laid, protect the open end and prevent the entrance of earth or bedding material. Fit and match the pipe so that when laid in the prepared bedding it forms a smooth, uniform conduit. When elliptical pipe with circular reinforcing, or circular pipe with elliptical reinforcing, is used, lay the pipe in the trench so that the markings “Top” or “Bottom” are not be more than 5 degrees from the vertical plane through the longitudinal axis of the pipe. Remove and re-lay, without extra compensation, pipe that is not in alignment or that shows excessive settlement after laying. 2. Furnish and install shop or field fabricated wyes, tees, crosses, or bends where indicated or designated by the Engineer. Fittings in which the largest pipe is less than 24 inches in diameter shall be shop-fabricated. Fittings in which the larger pipe is 24 inches in diameter or increasingly larger in size, may be field-fabricated. Care shall be taken in the fabrication that the concrete walls of the pipe are broken back only enough to provide the required finished opening. Join the reinforcing mesh or bars in each pipe by bending, twisting, or spot welding. Wipe concrete or mortar over the reinforcing wires connecting the two pipe joints, compact by light blows, shape to the contour of the pipe barrels, lightly brush finish, and cure under wet burlap. 3. When conduit lines terminate at locations which do not include connection to drainage structures, plug the end of the pipe with a field cast or precast unit. 3.02 CONNECTIONS AND STUB ENDS A. Make connections to existing pipes, storm drains, or appurtenances as shown on the Drawings. Mortar or concrete the bottom of existing structures if necessary to eliminate drainage pockets created by the connections. Repair any damage to the existing structure resulting from making the connections. B. Finish stub ends for connections to future work not shown on the Drawings by installing watertight plugs into the free end of the pipe. Low Head Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe 33 05 01.07 - 5 LUB18692 – Northwest Lubbock Drainage Improvements Phase 3 3.03 BACKFILL A. After the pipe has been placed, bedded, and jointed as specified and approved by the Owner or his authorized representative, backfilling shall be done in accordance with Section 31 23 33 “Trenching and Backfill [Utilities].” END OF SECTION Pipelines Crossing Highways, Streets and Railroads by Boring or Tunneling 33 05 23.33 - 1 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 33 05 23.33 PIPELINE CROSSING HIGHWAYS, STREETS AND RAILROADS BY BORING OR TUNNELING 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install pipe casings by boring or tunneling as specified. This section sets forth the requirements for utility lines crossing roadways or railroads using bore or tunneling. 1.02 QUALITY ASSURANCE A. Design Criteria: 1. Casing Insulators: Casing insulators shall be designed by the Manufacturer to adequately support and electrically isolate the carrier pipe within the casing pipe under all conditions. Number and location of spacing insulators shall be determined by the Manufacturer to protect carrier pipe from damages. One insulator shall be placed within 2 feet of ends of casing. B. Installer’s Qualifications: Installation shall be by a competent, experienced contractor or sub-contractor. The installation contractor shall have a satisfactory experience record of at least 3 years engaged in similar work of equal scope. C. Performance Requirements: Lateral or vertical variation in the final position of the pipe casing from the line and grade established by the engineer shall be permitted only to the extent of 1 inch in 10 feet, provided that such variation shall be regular and only in the direction that will not detrimentally affect the function of the carrier pipe. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Document Management” and shall include: 1. Provide shop drawings of casing insulators including sketches of insulators with material components and dimensions and proposed locations of insulators. 1.04 STANDARDS A. American Association of State Highway and Transportation Officials (AASHTO) Standards: AASHTO M190 Bituminous Coated Corrugated Metal Culvert Pipe and Pipe Arches AASHTO Standard Specifications for Highway Bridges, 1993 B. American Society of Testing and Materials (ASTM) Standards: ASTM A36 Carbon Structural Steel ASTM A123 Zinc (Hot Dipped Galvanized) Coatings on Iron and Steel Products ASTM A135 Electric – Resistance – Welded Steel Pipe ASTM A139 Electric – Fusion (Arc) – Welded Steel Pipe (NPS4 and Over) Pipelines Crossing Highways, Streets and Railroads by Boring or Tunneling 33 05 23.33 - 2 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 ASTM A153 Zinc Coating (Hot Dip) on Iron and Steel Hardware ASTM A307 Carbon Steel Bolts and Studs 60,000 PSI Tensile Strength ASTM A449 Quenched and Tempered Steel Bolts and Studs ASTM A568/ A568M Steel, Carbon, and High Strength, Low Alloy, Hot-Rolled and Cold-Rolled for Commercial Quality ASTM C76 Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe ASTM D4254 Test Method for Minimum Index Density of Soils and Calculation of Relative Density C. American Water Works Association (AWWA) Standards: AWWA C206 Field Welding of Steel Water Pipe AWWA C210 Liquid Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines 1.05 JOB CONDITIONS; PERMITS AND EASEMENT REQUIREMENTS A. Where the work is in the public right-of-way or railroad company right-of-way, the Owner will secure the appropriate permits or easements. The Contractor shall observe regulations and instructions of the right-of-way Owner as to the methods of performing the work and take precautions for the safety of the property and the public. Negotiations and coordination with the right-of-way Owner shall be carried on by the Contractor, not less than 5 days prior to the time of his intentions to begin work on the right-of-way. B. Comply with the requirements of the permit and/or easement, a copy of will be provided by the OWNER. The work within the Texas Department of Transportation (TXDOT) shall comply with TXDOT specifications. If required by the Right-of-Way Owner, obtain Protective Liability Insurance in the amount required by the particular company or other insurance as is specified in the permit at no additional cost to the Owner. Acquire a permit, agreement, or work order from the right-of-way Owner as is required. C. Construction along roads and railroads shall be performed in such manner that the excavated material be kept off the roads and railroads at all times, as well as, all operating equipment. Construction shall not interfere with the operations of the roads and railroads. D. Barricades, warning signs, and flagmen, when necessary and specified, shall be provided by the Contractor. E. No blasting shall be allowed. Existing pipelines are to be protected. The Contractor shall verify location and elevation of any pipe lines and telephone cable before proceeding with the construction and plan his construction so as to avoid damage to the existing pipe lines or telephone cables. Verification of location of existing utilities shall be the complete responsibility of the Contractor. 1.06 OPTIONS A. Casing Material: Unless specified otherwise, the Contractor may use steel pipe or reinforced concrete pipe, where bore and/or tunnel is specified. The material specification for casing pipe are the minimum acceptable. The Contractor shall be fully responsible to insure the Pipelines Crossing Highways, Streets and Railroads by Boring or Tunneling 33 05 23.33 - 3 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 materials used are of sufficient strength for the installation method chosen and the soil conditions encountered. B. Bore and Tunnel Methods: Unless specified otherwise, the Contractor may use boring, jacking, tunneling for the installation method of casing material. Tunnel liner plate shall not be used where bore or jack methods are used. The Contractor shall be fully responsible to insure the methods used are adequate for the protection of workers, pipe, property, and the public. Provide a finished product as required. 2.00 PRODUCTS 2.01 MATERIALS A. Steel Pipe: Steel casing pipe shall have a minimum yield strength of 35,000 psi. Casing shall meet ASTM A36, ASTM A568, ASTM A135, ASTM A139, or approved equal. Pipe shall be coated and lined in accordance with AWWA C210 or approved equal. Pipe joints shall be welded in accordance with AWWA C206. After pipe is welded, coating and lining shall be repaired. Unless specified otherwise, the minimum wall thickness of steel casing pipe shall be as follows: Casing Diameter Wall Thickness 4” to 24”0.25” 25” to 42”0.375” 43” to 60”0.50” B. Reinforced Concrete Pipe: Pipe casing shall conform to ASTM C76 and shall be of the size, class and length specified. Pipe shall be a minimum of Class IV for 42-inch and smaller diameters and a minimum of Class V for diameter larger than 42 inches. 2.02 MIXES A. Cement Mortar: Consisting of 1 part cement to 2 parts clean sand with sufficient water to make a thick workable mix. B. Pressure Grout Mix: Comprised of 1 cubic foot of cement and 3.5 cubic feet of clean fine sand with sufficient water added to provide a free flowing thick slurry. If desired to maintain solids in the mixture in suspension, 1 cubic foot of commercial grade bentonite may be added to each 12 to 15 cubic feet of the slurry. 2.03 MANUFACTURED PRODUCTS A. Casing Insulators: Use casing insulators for any type of carrier pipe. Insulators shall consist of pre-manufactured steel bands with plastic lining and plastic runners. Insulators shall fit snug over the carrier pipe and position the carrier pipe approximately in the center of the casing pipe, to provide adequate clearance between the carrier pipe bell and the casing pipe. Fasteners for insulators shall be stainless steel or cadmium-plated. Insulators shall be as manufactured by Cascade Waterworks Manufacturing Company or Pipeline Seal and Insulators, Incorporated or Perry Equipment Corporation. Pipelines Crossing Highways, Streets and Railroads by Boring or Tunneling 33 05 23.33 - 4 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 B. Mortar Bands: Concrete cylinder pipe and mortar coated steel pipe may have thickened outside mortar bands in lieu of casing insulators. Mortar bands shall be properly position the pipe within the casing. 3.00 EXECUTION 3.01 GENERAL CONSTRUCTION PROCEDURES A. Excavation and Backfill of Access Pits: 1. Do not allow excavation over the limits of the bore or tunnel as specified. Trench walls of access pits adjacent to the bore or tunnel face shall be truly vertical. Shore the trench walls as necessary to protect workmen, the public, structures, roadways, and other improvements. 2. Excavations within the right-of-way and not under surfacing shall be backfilled and consolidated by tamping in 6-inch horizontal layers to 95 percent of maximum density as measured by ASTM D698. Surplus material shall be removed from the right-of-way and the excavation finished to original grades. Backfill pits immediately after the installation of the carrier pipe is completed. If carrier pipe is not installed immediately after casing pipe installation, the Right-of-Way Owner may require the access pits be temporarily backfilled until installation of carrier pipe. 3. Where seeding or sodding is disturbed by excavation or backfilling operations, such areas shall be replaced by seeding or sodding as specified in Section 31 23 33.16 “Trenching and Backfill [Water Resources].” B. Installing Carrier Pipe In Casings: 1. Pipe to be installed within the casing shall meet the requirements for this type of pipe as specified. Where indicated, place, align, and anchor guide rails and/or casing insulators inside the casing. If guide rails are used, place cement mortar on both sides of the rails. 2. Pull or skid pipe into place inside the casing. Lubricants such as flax soap or drilling mud may be used to ease pipe installation. Do not use petroleum products, oil or grease for this purpose. If guide rails are used, install pipe and hold down jacks after installation of carrier pipe. 3. After installation of the carrier pipe, mortar inside and outside of the joints as applicable. 4. After carrier pipe installation is completed, seal or plug the ends of the casing. C. Free-Air System: 1. If required by OSHA standards, free-air systems shall be installed and maintained. 2. Installation of Pressure Grout Mix: a. Install pressure grout mix in the void space between the outside of the casing pipe and the excavation. For bore or jacks with casing pipe, install pressure grout mix immediately upon completion of setting casing pipe b. Unless specified otherwise, install pressure grouting through grout fittings for the casing pipe 48 inches in diameter or larger. Grout fittings shall be fabricated into Pipelines Crossing Highways, Streets and Railroads by Boring or Tunneling 33 05 23.33 - 5 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 casing pipe at a maximum spacing of 6 feet. Remove and plug grout fittings after pressure grouting. c. Install pressure grout from the low end for all crossings where grout fittings are not used. Seal the low end and pressure grout until grout is extruded from the opposite end. 3.02 CROSSINGS INSTALLED BY BORING A. Perform the boring from the low or downstream end unless specified otherwise. Bore the holes mechanically and use a pilot hole. By this method, an approximate 2-inch pilot hole shall be bored the entire length of the crossing and shall be checked for line and grade. This pilot hole shall serve as the centerline of the larger diameter hole to be bored. Place excavated material near the top of the working pit and dispose of material as required. The use of water or other fluids in connection with the boring operation will be permitted only to the extent to lubricate cuttings. Jetting shall not be permitted. B. In unconsolidated soil formations, a gel-forming colloidal drilling fluid consisting of at least 10 percent of high grade carefully processed bentonite may be used to consolidate cuttings of the bit, seal the walls of the hole, and furnish lubrication for subsequent removal of cuttings and installation of the pipe immediately thereafter. C. In locations where the soil formation is other than consolidated rock, insert the casing pipe simultaneously with the boring operation. This requirement applies to all bored holes of 18 inches or greater in diameter. For smaller diameter bored holes, it is desirable that the casing be installed as the boring progresses, but because of differences in soil formations, the time for inserting the casing shall be the Contractor’s responsibility. In the event that caving sand or water bearing materials are encountered, insert the casing pipe simultaneously with the boring operation regardless of the diameter of the bored hole. In all cases, the security and integrity of the roadway is the primary concern. The Contractor shall be held fully responsible for the continued integrity of the structure of the roadway being crossed, whether or not a casing pipe is inserted simultaneously with the boring operation. 3.03 CROSSINGS INSTALLED BY TUNNELING AND JACKING A. Jack the pipe from the low or downstream end, unless specified otherwise. Provide heavy duty jacks suitable for forcing the pipe through the embankment. In operating jacks, apply even pressure to the jacks used. Provide a suitable jacking head and bracing between jacks so that pressure will be applied to the pipe uniformly around the ring of the pipe. Provide a suitable jacking frame or back stop. Set the pipe to be jacked on guides, properly braced together, to support the section of the pipe and to direct it in the proper line and grade. Place the whole jacking assembly so as to line up with the direction and grade of the pipe. In general, excavate embankment material just ahead of the pipe and material removed through the pipe. Force the pipe through the embankment with jacks into the space provided. B. The excavation for the underside of the pipe, for at least one-third of the circumference of the pipe, shall conform to the contour and grade of the pipe. Provide a clearance of not more than 2 inches for the upper half of the pipe. This clearance shall be tapered off to zero at the point where the excavation conforms to the contour of the pipe. Extend the distance Pipelines Crossing Highways, Streets and Railroads by Boring or Tunneling 33 05 23.33 - 6 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 of the excavation beyond the end of the pipe depending on the character of the material, but do not exceed 2 feet in any case. Decrease the distance if the character of the material being excavated makes it desirable to keep the advance excavation closer to the end of the pipe. C. If desired, use a cutting edge of steel plate around the head end of the pipe extending a short distance beyond the end of the pipe with inside angles or lugs to keep the cutting edge from slipping back onto pipe. D. When jacking of pipe has begun, carry on the operation without interruption to prevent the pipe from becoming firmly set in the embankment. Remove and replace any pipe damaged in the jacking operations. The Contractor shall absorb the entire expense. END OF SECTION Disinfecting of Water Utility Distribution 33 10 13 - 1 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 33 10 13 DISINFECTING OF WATER UTILITY DISTRIBUTION 1.00 GENERAL 1.01 WORK INCLUDED A. Disinfect the facilities for pumping, storing, or conveying potable water to comply with the standards for potable water of the regulatory agency of jurisdiction. Potable water is defined as any water that has been filtered, disinfected or otherwise treated to the meet regulatory standards (in the water treatment plant this includes the inside surfaces of the filters). B. Disinfect piping systems that are used to convey water, solutions, or chemicals to the potable water facilities. C. Test water from the disinfected system per regulatory standards to verify that water is acceptable. Repeat procedure if tests do not meet standards. D. In accordance with Texas Commission on Environmental Quality (TCEQ) Chapter 290 regulations, disinfection must be performed when repairs are made to existing facilities and before new facilities are placed into service. When it is necessary to return the facility back to service as rapidly as possible, it is acceptable to increase the doses to 500 mg/l and the contact time reduced to 30 minutes. This Project will require the critical operations to be disinfected by 500 mg/l for 30 minutes followed by flushing prior to the sample being taken. The Owner will take the sample and have it tested. Contractor may also take a sample to be tested. Cost for failed tests and all associated re-disinfection, flushing shall be borne by the Contractor. Prior to the 30 minute test time, all new valves shall be fully closed and opened. 2.00 PRODUCTS 2.01 MATERIALS A. Liquid Chlorine: Meeting the requirements of AWWA B301 - Liquid Chlorine. B. Calcium Hypochlorite: Meeting the requirements of AWWA B300 - Hypochlorites. 3.00 EXECUTION 3.01 NEW FACILITIES A. New facilities shall be thoroughly disinfected in accordance with AWWA C651 - Disinfecting Water Mains, AWWA C652 - Disinfection of Storage Facilities, and AWWA C653 - Disinfection of Water Treatment Plants, and then flushed and sampled before being placed in service. Samples shall be collected and tested in accordance with the TCEQ Rules and Regulations, Chapter 290. B. During construction keep basins, pipe, fittings, equipment, and appurtenances free from dirt and debris. 1. Clean basins thoroughly before disinfection. 2. Seal the open ends of pipe with water-tight plugs when pipe is not being laid. Disinfecting of Water Utility Distribution 33 10 13 - 2 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 3. Pump water from trenches before removing the plug when water accumulates in the trench. C. Complete hydrostatic test of the line prior to disinfection. D. Wash the surfaces to be disinfected. 1. Flush pipelines. The minimum quantity of water used for flushing must exceed the capacity of the line to ensure that clean water has traversed the entire length of pipe. 2. Power wash the surfaces of basins and reservoirs using high pressure wash systems. E. Disinfect facilities per the following procedures of AWWA: 1. Water Mains: AWWA C651 - latest revision. 2. Water Storage Facilities: AWWA C652 - latest revision. 3. Water Treatment Plants: AWWA C653 - latest revision. F. Fill the system with potable water. Test the water to see that it meets the requirements of the regulatory agency of jurisdiction for potable water. Monitor the system for 2 days. If water test fails to meet the prescribed standards, repeat the disinfection process until water meets quality standards for disinfection. 3.02 REPAIRS OR CONNECTIONS TO EXISTING LINES A. Clean and sterilize the interior surfaces of new piping, fittings, equipment, and appurtenances to be installed in an existing potable water system or connected to an existing system. B. Clean and sterilize the existing pipe or facilities for a minimum distance of 3 pipe diameters back from the ends of the pipe. Plug the ends of the line when work is not being performed on the pipe. C. Perform sterilization by swabbing each item with a concentrated chlorine solution. 1. Each piece is to be disinfected prior to being assembled for installation in the existing pipe. 2. Disinfect each piece just prior to assembly to help prevent re contamination. 3. Plug the ends of the assembly until a new item is to be added to the assembly. 4. Store disinfected materials on blocks to prevent contact with the ground. 3.03 DISPOSAL OF FLUSHING AND DISINFECTION WATER A. Chlorinated water used in flushing and disinfecting pipelines, storage tanks, or vessels prior to connection to the distribution system shall be disposed of by the Contractor in an acceptable manner. Chlorinated water must be “de-chlorinated” prior to disposal to eliminate adverse impacts to the surrounding environment. Water released to the environment shall meet all AWWA, EPA, and TCEQ regulatory requirements. 1. The Contractor is responsible for complying with all of the applicable requirements of the TPDES General Permit TXG670000, issued by the TCEQ, regarding the discharge of hydrostatic test water. Maximum discharge chlorine concentration for compliance is 0.10 mg/l. Discharges within the Edwards Aquifer recharge area must meet special Disinfecting of Water Utility Distribution 33 10 13 - 3 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 requirements under the terms of the General Permit. Contractor compliance is required. 2. Residual chlorine concentrations may be reduced using sulfur dioxide, sodium bisulfite, sodium sulfite, sodium thiosulfate, or ascorbic acid. 3. The discharge must be to a splash pad or paved area, and may not be located within 300 feet of the intake for a domestic drinking water supply or 500 feet of any public or private water well. 4. An effluent water sample must be taken during the first hour of discharge at a location immediately near the point of discharge, and collected prior to commingling with storm water, wastewater, or other flows. 5. For discharges that extend beyond an hour in duration, a second sample must be taken of the last 10 percent of the effluent. 6. Sampling protocol, sample containers, holding times, preservation methods, and analytical methods must follow the requirements set forth in the general permit. 7. The effluent grab sample(s) must be analyzed for total residual chlorine by an accredited and certified laboratory. 8. Any noncompliance that endangers human health or safety, or the environment must be reported to the TCEQ in accordance with the general permit. 9. Any effluent violation which deviates from the permitted effluent limitation by more than 40 percent must be reported to the TCEQ in accordance with the general permit. 10. The Contractor must record all hydrostatic test water sample results on an approved DMR (EPA Form 3320-1). These monitoring records shall be retained for a period of 3 years from the date of the record and be readily available for review by the TCEQ upon request. See attached form B. With the written permission of the Owner of the system, chlorinated water may be disposed of in a sanitary sewer system if one is available. In the case of larger pipelines and the larger volumes of water involved, the Contractor will not be permitted to use the sanitary sewer system for disposal even if one is available. END OF SECTION Fiberglass Glass-Fiber-Reinforced Thermosetting-Resin Gravity Sewer Pipe 33 31 13.13 - 1 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 33 31 13.13 FIBERGLASS GLASS-FIBER-REINFORCED THERMOSETTING-RESIN GRAVITY SEWER PIPE 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to furnish and install centrifugally cast or filament wound fiberglass reinforced polymer mortar pipe and fittings in the diameters indicated. Trenching, backfilling, and pipe embedment shall be in accordance with Section 31 23 33 “Trenching and Backfill.” Placement and classification of concrete shall be in accordance with Section 03 30 00.01 “Cast-In-Place Concrete.” 1.02 QUALITY ASSURANCE A. Experience: 1. Pipe shall be the product of one manufacturer with not less than 5 years of successful experience manufacturing pipe of the particular type and size indicated. Pipe manufacturing operations (pipe, fittings, lining, and coating) shall be performed at one location unless otherwise approved by the Engineer. 2. Furnish an affidavit that the pipe, specials, fittings, and appurtenances furnished comply with all provisions of this Section and applicable ASTM and AWWA Specifications. B. Owner Testing and Inspection: Pipe may be subject to inspection during manufacture by an independent testing laboratory selected and retained by the Owner. Representatives of the laboratory and the Engineer shall have access to the Work whenever it is in preparation or progress, and the pipe manufacturer shall provide proper facilities for access and for inspection. The pipe manufacturer shall notify the Owner in writing a minimum of 2 weeks prior to pipe fabrication so that the Owner may advise the manufacturer as to the Owner’s decision regarding tests to be performed by the independent testing laboratory. Material, fabricated parts, and pipe found to be defective or not conforming to the requirements of this Section shall be subject to rejection at any time prior to Owner’s final acceptance of the Project. C. Factory Testing: At a minimum, the following tests shall be conducted at the factory, with test results furnished to the Owner and Engineer: 1. Load bearing tests: Provide test results for the first joint manufactured of each size and class, and at least one joint per hundred joints thereafter. 2. Material tests: Provide material test results per the ASTM and AWWA Standards. D. Manufacturer’s Technician for Pipe Installation: Pipe manufacturer shall furnish the services of a factory trained, qualified, job experienced technician during installation. The technician shall assist and advise the Contractor in his pipe laying operations and shall instruct construction personnel in proper joint assembly and joint inspection procedures. The technician is not required to be on-Site full time. However, the technician shall be on-Site during the first two 8-hour days of pipe laying and thereafter three additional 8-hour days as requested by the Engineer, Owner, or Contractor. Fiberglass Glass-Fiber-Reinforced Thermosetting-Resin Gravity Sewer Pipe 33 31 13.13 - 2 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 E. Acceptable Manufacturer: Acceptable manufacturers shall be Hobas USA or Flowtite GRP Systems. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Document Management” and shall include: 1. Certified Test Reports from the manufacturer’s testing facility or an approved testing laboratory. 2. Manufacturer’s data on piping and jointing methods. 3. Prior to shipment of the pipe, the pipe manufacturer shall submit the following: a. A Certificate of Adequacy of Design stating that the pipe to be furnished complies with AWWA M45, ASTM D3262, ASTM D4161, ASTM D2412, ASTM D3567 and these specifications. b. Certified Test Reports from the manufacturer’s testing facility or an approved testing laboratory for materials tests (ASTM D3681 Standard Test Method for Chemical Resistance of “Fiberglass (glass-fiber-reinforced thermosetting –resin) Pipe” in a Deflected Condition”; ASTM D2412 Standard Test method for Determination of External Loading Characteristics of Plastic Pipe by Parallel-Plate Loading). c. Certified Test Reports from the manufacturer’s testing facility or an approved testing laboratory for load bearing tests. d. Manufacturer’s data on pipe stiffness. e. Certified Test Reports from the manufacturer’s testing in accordance with ASTM D3681. 1.04 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety. Piping and fittings shall be in full compliance with the applicable standards and specifications. Pipe may be rejected for failure to comply with any requirement of this Section. 1. American Society for Testing and Materials (ASTM) Standards: ASTM D638 Standard Test Method for Tensile Properties of Plastics ASTM D2412 Standard Test method for Determination of External Loading Characteristics of Plastic Pipe by Parallel-Plate Loading ASTM D3262 Specification for “Fiberglass (glass-fiber-reinforced thermosetting- resin) Sewer Pipe ASTM D3567 Standard Practice for Determining Dimensions of Fiberglass Pipe ASTM D3681 Standard Test Method for Chemical Resistance of “Fiberglass (glass- fiber-reinforced thermosetting –resin) Pipe” in a Deflected Condition ASTM D3754 Specification for “Fiberglass (glass-fiber-reinforced-thermosetting- resin) Sewer and Industrial Pressure Pipe Fiberglass Glass-Fiber-Reinforced Thermosetting-Resin Gravity Sewer Pipe 33 31 13.13 - 3 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 ASTM D3839 Standard Practice for Underground Installation of Fiberglass Pipe ASTM D4161 Specification for “Fiberglass (glass-fiber-reinforced thermosetting- resin) Sewer Pipe Joints” using flexible Elastomeric Seals ASTM F477 Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe 2. American Water Works Association (AWWA) Standards: AWWA M45 Fiber Glass Pipe Design 1.05 DELIVERY AND STORAGE A. Packing: 1. An inspection of the pipe will be made by a representative of the Owner after delivery. Pipe with visible defects shall be rejected and replaced without cost to the Owner. Visible defects include cracks of any type, honeycombs, delamination, or any other defects indicative of poor workmanship. Any pipe rejected shall not be returned under any condition to the Project. 2. Pipe damaged in shipment shall not be unloaded at the Site. 3. Deliver, handle, and store pipe in accordance with the manufacturer’s recommendations. 4. Marking for Identification: Each joint of pipe and each fitting shall have plainly marked on the inside of the pipe at two locations, the class and stiffness for which it is designated, the date of manufacturer, and the identification number. The top centerlines shall be marked on all specials. 2.00 PRODUCTS 2.01 MATERIALS A. Resin Systems: The manufacturer shall use only polyester resin systems with a proven history of performance in this application. The historical data shall have been acquired from a composite material of similar construction and composition as the proposed product. B. Glass Reinforcements: The reinforcing glass fibers used to manufacture the components shall be of highest quality commercial grade E-glass filaments with binder and sizing compatible with impregnating resins. C. Silica Sand: Sand shall be minimum 98 percent silica with a maximum moisture content of 0.2 percent. D. Additives: When used, resin additives such as curing agents, pigments, dyes, fillers, thixotropic agents, etc. shall not detrimentally affect the performance of the product. E. Elastomeric Gaskets: Gaskets shall be supplied by qualified gasket manufacturers and be suitable for the service intended and comply with ASTM F477. 2.02 MANUFACTURED PRODUCTS A. Manufacture pipes to result in a dense, non-porous, corrosion resistant, consistent composite structure. The interior surface of the pipes exposed to sewer flow shall be Fiberglass Glass-Fiber-Reinforced Thermosetting-Resin Gravity Sewer Pipe 33 31 13.13 - 4 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 manufactured using a resin with a 50 percent elongation (minimum) when tested in accordance with D638, or a glass reinforced liner system. The interior surface shall provide crack resistance and abrasion resistance. The exterior surface of the pipes shall be comprised of a sand and resin layer which provides UV protection to the exterior. Pipes shall be Type 1, Liner 1 or 2, Grade1 or 3 per ASTM D3262. B. Unless otherwise specified, the pipe shall be field connected with fiberglass sleeve couplings or bell-spigot joints, “flush” or “non-flush”, that utilize elastomeric sealing gaskets made of EPDM rubber compound as the sole means to maintain water tightness. The joints must meet the performance requirements of ASTM D4161. Joints at tie-ins may utilize a fiberglass, gasket –sealed coupling. Piping installed by jacking and boring or within casing shall have low profile bell and spigot joints. C. Flanges, elbows, reducers, tees, wyes, laterals and other fittings shall be contact molded or manufactured from mitered sections of pipe joined by glass-fiber-reinforced overlays, designed to perform without failure in all possible operating conditions. D. Pipe shall be manufactured and tested in accordance with the applicable standards. Coupling joints shall meet the requirements of ASTM D4161. Minimum pipe stiffness when tested in accordance with ASTM D2412 shall be 46 psi. 2.03 DIMENSIONS A. Dimensions called for on the Drawings are inside diameters. The actual outside diameter shall be in accordance with applicable standards. Other diameters shall be in accordance with manufacturer’s literature. B. Pipe shall be supplied in nominal lengths of 10 or 20 feet. Other lengths may be supplied upon approval of the Engineer. Actual laying length shall be a nominal plus 1 inch to minus 4 inches. At least 90 percent of the total footage of each size and class of pipe, excluding special order lengths, shall be furnished in nominal length sections. C. The minimum wall thickness shall be the stated design thickness for various applications, with the following minimums: 1. Jacking and Tunneling without Casing: Pipe Size Wall Thickness 24”1.40” 27”1.47” 30”1.71” 36”1.85” 42”1.93” 48”2.03” 54”2.10” 60”2.16” 66”2.31” 72”2.46” Fiberglass Glass-Fiber-Reinforced Thermosetting-Resin Gravity Sewer Pipe 33 31 13.13 - 5 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 Pipe Size Wall Thickness 84”2.70” 90”2.85” 96”3.00” 2. Open Cut: Pipe Size HOBAS Wall Thickness PN/SN 0/46 Flowtite Wall Thickness PN/SN 50/46 18”0.39”0.321 24”0.50”0.426 30”0.61”0.525 36”0.72”0.624 42”0.83”0.717 48”1.05”0.820 54”0.94”0.925 60”1.15”0.987 66”1.27”1.13 72”1.38”1.158 84”1.58”1.406 90”1.71”1.51 96”1.80”1.530 3. Installed within Casing: Pipe Size Wall Thickness 18”0.39”PN/SN 0/46 24”0.50”PN/SN 0/46 30”0.61”PN/SN 0/46 36”0.72”PN/SN 0/46 42”0.83”PN/SN 0/46 48”0.94”PN/SN 0/46 54”1.05”PN/SN 0/46 60”1.15”PN/SN 0/46 72”1.38”PN/SN 0/46 84”1.58”PN/SN 0/46 90”1.71”PN/SN 0/46 Fiberglass Glass-Fiber-Reinforced Thermosetting-Resin Gravity Sewer Pipe 33 31 13.13 - 6 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 Pipe Size Wall Thickness 96”1.80”PN/SN 0/46 D. Pipe ends shall be square to the pipe axis with a minimum tolerance of 1/8 inch. 3.00 EXECUTION 3.01 PREPARATION A. The grade elevation indicated in the Drawings is the invert elevation or lowest point of the inside barrel of the pipe. Run the pipe on straight grades between the elevations indicated. Establish the grade line in the trench from reference baseline and benchmarks identified by the Engineer. Maintain this grade control a minimum of 100 feet behind and ahead of the pipe laying operation. 3.02 PIPE LAYING, HANDLING AND JOINTING A. Install fiberglass pipe, fittings, specials, and appurtenances as specified and required for the proper functioning of the completed pipe line. Install pipe, fittings, and specials in accordance with the manufacturer’s recommendations, ASTM D3839, and AWWA M45. Pipe shall be laid to the lines and grades indicated. Each joint of pipe shall be inspected immediately prior to being lowered into the trench. If repair of damaged areas and holidays is permitted by Engineer, repair those areas per manufacturer recommendations before the pipe is lowered into the trench. B. Install pipe in trench conditions as specified, on specified embedment. Pipe installation methods shall be subject to the approval of the Engineer or Owner’s representative. Install piping with the bell upgrade unless otherwise approved by the Engineer or Owner’s representative. Chains or cables shall not be used. C. Do not damage the gaskets and the ends of the pipe joints. Prior to jointing, inspect and verify that the pipe ends and gaskets are thoroughly clean with no foreign materials adhering to them. Coat the bell or groove slopes of the pipe with a lubricating material in accordance with manufacturer’s recommendations. Petroleum lubricants shall not be permitted. Assemble the pipe by pulling the tongue or spigot of the joint being laid into the groove or bell of the pipe with sufficient force necessary to make a tight seal on the gasket. Use of backhoe or similar equipment for final “seating” of a joint will not be permitted. Do not exceed forced recommended by the manufacturer for coupling the pipe. D. Check joints with a feeler gauge. If any irregularity in the position of the gasket is detected at any point on the entire circumference of the pipe, remove the pipe and examine the gasket for cuts. If the gasket is undamaged, it may be used again, but the gasket and the joint must be re-lubricated. After the pipe section is joined, check the line and grade. E. Securely place covers or bulkheads to seal the ends of the pipelines when the work is stopped temporarily or at the end of the day’s work to prevent trash or dirt from entering the pipe. F. Deflected pipe joints may be used to make slight adjustments in line and grade. The maximum deflection of any joint shall not exceed 80 percent of the manufacturer maximum recommended joint deflection. Fiberglass Glass-Fiber-Reinforced Thermosetting-Resin Gravity Sewer Pipe 33 31 13.13 - 7 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 3.03 FIELD QUALITY CONTROL A. Conduct pipe testing in accordance with Section 01 40 00 “Quality Management.” B. Conduct exfiltration tests in accordance with Section 01 40 00 “Quality Management.” C. Engineer may require additional performance tests of the joints. END OF SECTION HDPE Piping 33 31 13.16 - 1 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 33 31 13.16 HDPE PIPING 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install polyethylene pipe, and complete installation in accordance with the Contract Documents. The finished pipe shall be continuous over the entire length of the storm sewer between manholes and be free from defects. 1.02 QUALITY ASSURANCE A. Polyethylene pipe jointing shall be performed by personnel trained in the use of the thermal butt-fusion equipment and recommended methods for new pipe connections. Personnel directly involved with installing the new pipe shall have received training in the proper methods for handling and installing the polyethylene pipe. Training shall be performed by a qualified representative of the pipe manufacturer. The Contractor shall maintain records of trained personnel, and shall certify that training was received not more than 12 months before commencing construction. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Document Management” and shall include: 1. Shop Drawings, catalog data, and manufacturer’s technical data showing complete information on material composition, color, physical properties, and dimensions of new pipe and fittings. Include manufacturer’s recommendation for handling, storage, installation, and repair of pipe and fittings. 1.04 STANDARDS A. Comply with local governing regulations if more stringent than specified herein. Piping shall meet the following standards and shall be a part of this Section as if written here in their entirety. 1. American Society for Testing and Materials (ASTM) Standards: a. ASTM D2321 – Standard Practice for Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity--Flow Applications b. ASTM D3212 – Standard Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals c. ASTM F477 – Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe d. T. ASTM F1417 – Standard Test Method for Installation Acceptance of Plastic Gravity Sewer Lines Using Low--Pressure Air e. U. ASTM F2487 – Standard Practice for Infiltration and Exfiltration Acceptance Testing of Installed Corrugated High Density Polyethylene Pipelines HDPE Piping 33 31 13.16 - 2 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 f. V. ASTM F2764 – Standard Specification for 6 to 60 in. [150 to 1500mm] Polypropylene (PP) Corrugated Double and Triple Wall Pipe and Fittings for Non- -Pressure Sanitary Sewer Applications g. W. ASTM F2881 – Standard Specification for 12 to 60 in. [300 to 1500mm] Polypropylene (PP) Dual Wall Pipe and Fittings for Non--Pressure Storm Sewer Applications h. X. ASTM F3058 – Standard Practice for Preliminary Field Testing of Thermoplastic Pipe Joints for Gravity Flow (Non--Pressure) Sewer Lines 1.05 DELIVERY, STORAGE, AND HANDLING OF MATERIALS A. Transport, handle, and store pipe and fittings as recommended by manufacturer. B. If new pipe and fittings become damaged before or during installation, it shall be repaired as recommended by the manufacturer or replaced as required by the Owner’s Project Representative at the Contractor’s expense, before proceeding further. C. Deliver, store, and handle other materials as required to prevent damage. 2.00 PRODUCTS 2.01 CORRUGATED POLYPROPYLENE (PP) PIPE A. General 1. 12--inch through 60--inch (300 through 1500 mm) pipe shall be smooth interior and annular exterior corrugated polypropylene (PP) pipe meeting the requirements of ASTM F2764, ASTM F2881 or AASHTO M330 Type S (double--wall) or D (triple--wall), for respective diameters. 2. Material for 12-- through 60--inch pipe and fitting production shall be an impact modified copolymer meeting the material requirements of ASTM F2764, ASTM F2881 and AASHTO M330, for respective pipe diameters. 3. Marking: The following shall be clearly marked on both the interior and exterior surface of the pipe: a. 1. Appropriate ASTM Specifications: ASTM F2764, ASTM F2881 or AASHTO M330;; as appropriate. b. Class, size, and wall. c. Date of manufacture. d. Name or trademark of manufacturer. e. Diameter of Pipe: The diameter indicated on the DRAWINGS shall mean the inside diameter of the pipe. B. Joint Performance 1. Watertight joints shall be bell--and--spigot meeting the watertight requirements of ASTM D3212. Gaskets shall comply with the requirements of ASTM F477. Gaskets shall be installed by the pipe manufacturer and covered with a removable wrap to ensure the HDPE Piping 33 31 13.16 - 3 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 gasket is free from debris. A joint lubricant supplied by the manufacturer shall be used on the gasket and bell during assembly. C. Fittings 1. Fittings shall conform to ASTM F2764, ASTM F2881 or AASHTO M330, with the exception of meeting the watertight joint performance requirements of ASTM D3212. Gasketed bell & spigot connections shall utilize a spun--on, welded or integral bell and spigot with gaskets meeting ASTM F477. 2. Repair couplers may be utilized to connect field-cut pipe. 3.00 EXECUTION 3.01 HANDLING AND STORAGE A. Piping and fittings shall be handled and stored according to manufacturer recommendations. B. Piping and fittings shall be inspected prior to installation and any defective or damaged product shall be replaced. 3.02 INSTALLATION 1. General a. Precautions shall be taken to prevent foreign material from entering the pipe before or while it is being placed in the line. During laying operations, no debris, tools, clothing or other materials shall be placed in the pipe. The open ends of pipe shall be closed with a plug, or with other devices approved by ENGINEER, at times when pipe laying is not in progress. 2. Pipe a. Pipe shall be installed in accordance with ASTM D2321, the manufacturers recommendations for installing, and what is shown on the DRAWINGS. 3. Pipe Fittings a. fittings shall be laid so as to form a closed concentric joint with the adjoining pipe to avoid sudden offsets of the flow line. Pipe sections shall be joined together in accordance with the manufacturer’s recommendations, and in a way that they meet or exceed performance standards found in ASTM F2764, ASTM F2881 or AASHTO M330. 3.03 BEDDING A. A stable and uniform bedding shall be provided for the pipe and any protruding features of its joint and/or fittings. The middle of the bedding, equal to one--third of the pipe outside diameter, shall be loosely placed while the remainder shall be compacted to a minimum of 90% of maximum density per AASHTO T99, or as shown in the plans. Pipe bedding shall be a minimum of 4 – 6 inches in thickness or as required on the plans. HDPE Piping 33 31 13.16 - 4 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 B. The bedding surface for the pipe shall provide a firm foundation of uniform density throughout the entire length of the pipe, and extend a minimum of 12 inches beyond the end of the pipe being laid. 3.04 PLACING PIPE A. Each pipe shall be thoroughly examined before being laid;; defective or damaged pipe shall not be used. Refer to Section 1.7 Delivery, Storage and Handling for pipe & fitting acceptance requirements. B. Pipelines shall be laid to the grades and alignment indicated. C. Proper facilities shall be provided for lowering sections of pipe into trenches. D. Pipe shall not be laid in water, and the pipe shall not be laid when trench conditions or weather are unsuitable for such work. Diversion of drainage or dewatering of trenches shall be provided as directed by the engineer;; see dewatering section. E. Where outside diameter of bell exceeds outside diameter of pipe, care shall be taken to ensure adequate bedding material is moved to accommodate the difference of diameter and provide support to the entire joint and length of pipe. 3.05 JOINTING A. A. Joints shall be constructed as described herein and in accordance with manufacturer’s installation instructions. B. All Bell--and--Spigot pipe joints shall be thoroughly cleaned prior to joining. C. Protective gasket wrap must be removed just prior to joint insertion to reduce the risk of introduction of foreign materials. D. Joints with gaskets not pre--installed by the manufacturer must be clean and free of foreign materials prior to gasket installation. E. Joint lubricant, supplied by the manufacturer, shall be applied to the interior of bell and the leading edge of the gasket on spigot prior to assembly. F. Joints shall be assembled by inserting the spigot into the bell to prevent foreign materials from being trapped in the joint connection. G. After initial assembly of the joint, CONTRACTOR shall verify line and grade of pipe. Prior to backfill and after final check of line and grade, the CONTRACTOR must verify the joint is fully inserted and properly sealed. 3.06 BACKFILLING A. General – Backfill placement and compaction shall be constructed in accordance with Section 31 23 33 ‘Trenching and Backfill’ and the product manufacturer’s published installation guides. B. Backfilling Pipe in Trench 1. Backfill shall be placed in accordance with ASTM D2321 . HDPE Piping 33 31 13.16 - 5 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 2. After the pipe has been laid on the bedding and is ready for backfill, appropriate backfill at moisture content that will facilitate compaction, shall be placed in layers along both sides of the pipe at depths to ensure specified density is achieved evenly throughout the backfill material. Prior to compaction, backfill shall be placed under the haunches of the pipe. 3. Appropriate compaction methods shall be utilized in order to uniformly compact backfill to specified densities. Inappropriate or excessive compaction may damage the pipe and disturb line and grade. 4. Each layer shall be uniformly compacted with mechanical means. Backfill and compaction shall continue until fill has reached an elevation of at least 6 inches above the top of the pipe. The remainder of the trench shall be backfilled and compacted as noted on the plans. 5. Tests for density shall be made as directed by the ENGINEER to ensure conformance to the compaction requirements specified below. 6. Where it is necessary, in the opinion of the ENGINEER, that sheeting or portions of bracing used be left in place, the contract will be adjusted accordingly. Untreated sheeting shall not be left in place beneath structures or pavements. 3.07 TESTING FOR DEFLECTION A. A. When visual inspection or inspection by CCTV indicates a potential for excessive deflection, the following test method shall be used. B. B. Deflection tests shall be made by the contractor upon completion and acceptance of backfill operations to finish subgrade, and prior to placement of the finished surface, if any. The deflection testing shall be witnessed by the Inspector and shall be conducted by the CONTRACTOR at the CONTRACTOR’S expense. Deflection shall be tested for excessive vertical deflection using a mandrel approved by the agency. The mandrel shall be sized so as to provide a diameter of at least 95% of the allowable minimum inside diameter. Elbow and wye type fittings should not have a mandrel pulled through them. C. Pipe 36” or larger may be direct measured provided the appropriate safety equipment and certifications are use and held by the inspectors. D. Laser profiling equipment may be used instead of pulling mandrels. All laser profiled results are subject to verification by mandrel or direct measurement. 3.08 TESTING FOR LEAKAGE A. A. When visual inspection or inspection by CCTV indicates a potential for leakage through cracks, at joints rated to be watertight, or if the ENGINEER requires testing; the following test methods shall be used to field verify the systems leakage performance. 1. A. Lines shall be tested for leakage by low pressure air or water testing or exfiltration tests, as appropriate. 2. B. Low pressure air testing shall conform to ASTM F1417. When leakage exceeds the maximum amount specified, satisfactory correction, as approved by the Engineer, shall be made and retesting accomplished. HDPE Piping 33 31 13.16 - 6 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 3. C. Infiltration and exfiltration testing shall conform to ASTM F2487. Prior to exfiltration tests, the pipe shall be completely backfilled. Visible leaks encountered during CCTV or other operations shall be corrected regardless of leakage test results. When leakage exceeds the maximum amount specified, satisfactory correction, as approved by the Engineer, shall be made and retesting accomplished. 4. D. In lieu of low pressure air testing and infiltration/exfiltration testing in Sections B and C above, joint isolation testing of each joint may be performed in accordance with ASTM F3058. END OF SECTION Sewage Manholes, Frames and Covers 33 39 13 - 1 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 33 39 13 SEWAGE MANHOLES, FRAMES AND COVERS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide labor, materials, equipment and incidentals necessary to construct standard and special manholes and cleanouts complete with covers, fittings, and other appurtenances, in accordance with the details and/or called out on the Drawings. At a minimum, provide 48- inch inside diameter manholes for pipe diameters 18 inches and smaller, 60-inch inside diameter manholes for pipe diameters 24 to 27 inches, and 72-inch inside diameter manholes for pipe diameters 30 inches and larger. B. For precast manholes, the tops of the manholes be set to proper elevation by using a predetermined length of the bottom section of the manhole riser and using standard lengths for the other sections of the riser pipe. 1.02 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Document Management” and shall include: 1. Drawings and data covering precast concrete sections. These shall be submitted as Record Data. 2. Concrete batch mix for cast-in-place sections shall be submitted as a Shop Drawing. 3. Manhole cover and ring shall be submitted as Record Data. 4. Design and fabrication details for fiberglass manholes and components shall be submitted as Record Data. 1.03 REFERENCE SPECIFICATIONS A. Section 01 33 00 “Document Management.” B. Section 01 40 00 “Quality Management.” C. Section 03 30 00 “Cast-in-Place Concrete.” D. Section 03 30 53 “Miscellaneous Cast-in-Place Concrete.” 1.04 STANDARDS A. Applicable provisions of the following standards shall apply as if written here in their entirety: 1. American Society for Testing and Materials (ASTM) Standards: ASTM A48 Specification for Gray Iron Castings ASTM C478 Specification for Precast Reinforced Concrete Manhole Sections ASTM D2240 Test Method for Rubber Property - Durometer Hardness ASTM C76 Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe Sewage Manholes, Frames and Covers 33 39 13 - 2 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 ASTM C33 Concrete Aggregates ASTM C923 Resilient Connectors Between Reinforced Concrete Manhole Structures, Pipes, and Laterals ASTM D3753 Glass-Fiber Reinforced Polyester Manholes and Wet wells 2. American National Standards Institute (ANSI) Standards: ANSI A21.10 American National Standard for Gray Iron and Ductile Iron Fittings, 3 through 48 Inches for Water and Other Liquids B. With the following additions for Precast Reinforced Concrete Manhole Sections: 1. All ASTM C478 pipe shall be machine made by a process that shall provide for uniform placement of zero slump concrete in the form and compaction by mechanical devices which shall assure a dense concrete in the finished product, except that reducer cones may be wet-cast. 2. Aggregates for the concrete shall comply with the requirements of ASTM C33, with the additional requirement that the aggregate shall have a minimum of 50 percent of calcium carbonate equivalent. 3. Minimum wall thicknesses for the manhole risers shall be as listed under Wall “B” in the ASTM C76 “Class Tables.” 4. Manhole steps shall not be furnished for sanitary sewer manholes. 5. Resilient connectors shall provide an airtight seal that eliminates infiltration and exfiltration. 1.05 DELIVERY AND STORAGE A. Do not deliver precast concrete section to the Site until representative concrete control cylinders have attained a strength of at least 80 percent of the specified minimum. B. Inspect precast concrete sections and/or prefabricated fiberglass manholes upon delivery, and reject any cracked or otherwise visibly defective units. 2.00 PRODUCTS 2.01 MATERIALS A. Concrete: Concrete for all cast-in-place manholes and bases shall be as specified in Section 33 49 00 “Storm Drainage Structures” and at a minimum shall be 3000-psi concrete. Mortar shall be as specified in Section 03 30 00 “Cast-In Place Concrete.” B. Fiberglass Manholes: 1. Fiberglass manholes shall conform to all ASTM standards governing plastic laminations and the latest Glass-Fiber Reinforced Polyester Manholes standard, ASTM D3753. 2. Provide wall section thickness in accordance with ASTM D3753, but not less than 0.48 inches of thickness. 3. Mark date of manufacture and name or trademark of manufacturer in 1-inch tall stenciled letters on the inside of the manhole. Sewage Manholes, Frames and Covers 33 39 13 - 3 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 4. The manhole shall be of watertight construction to prevent infiltration and exfiltration. 5. The barrel and cone shall each be produced in a continuous manufacturing process which insures continuous reinforcement and uniform strength and composition. The cone section, if produced separately, shall be affixed to the barrel section at the factory with a reinforced glass-resin joint resulting in a one-piece unit. Field made joints shall not be acceptable. 6. The manhole shall be a circular cylinder with an inside diameter in conformance with 1.01.A. 7. The cone of the manhole shall have a bearing surface wide enough to facilitate the placement of concrete adjustment rings and have sufficient strength to safely support HS-20 loading in accordance with AASHTO. a. The ring and cover shall not be placed directly on the fiberglass manhole. 8. The manway cone shall be concentric with respect to the barrel of the manhole. a. Eccentric manway cones shall not be permitted. C. Precast Concrete Manholes: Above the manhole base, manholes shall be constructed with precast concrete rubber gasket sections in accordance with ASTM C478 pipe as detailed on the Drawings using the following materials. 1. Non-Shrinking Grout: Material shall be a non-shrink cement-base grout. “Five Star Grout” as manufactured by U.S. Grout Corporation or “Supreme” grout as manufactured by Hanson Pipe and Products or approved equal. 2. Rubber Gaskets: Neoprene or other synthetic, 40 plus or minus 5 hardness when measured by ASTM D2240, Type A durometer. 3. Precast Cone: Precast cone shall be concentric. 4. Grade Adjustment Risers shall be pre-cast, reinforced concrete in conformance to ASTM C478. D. Manhole Rings and Covers: 1. Manhole rings and covers shall be made of gray iron castings, ASTM A48, and shall conform to Class No. 30. 2. A minimum of four stainless steel anchor bolts for the ring are required for the connection to manholes. A minimum of five stud bolts for anchoring of the waterproof lid shall be of 316 stainless steel. Seal between ring and cover shall be by a 5/16-inch neoprene “O” ring or equivalent. 3. Castings shall be clean, sound, and free of blow or sand holes or other defects. E. Cleanout Fittings: 1. Pipe fittings shall be ductile iron and shall conform to ANSI A21.10 with a minimum pressure rating of 250 psi. 2. The cleanout casting shall conform to ASTM A48, Class 30. 3. Ductile Iron fittings shall be lined with factory installed Protecto 401 Ceramic Epoxy Lining by Induron or American Polybond Plus (fusion bonded epoxy and fusion bonded Sewage Manholes, Frames and Covers 33 39 13 - 4 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 polyethylene) or an approved equal, Lining primers, applications and thicknesses shall be in accordance with manufacturer’s recommendations for sanitary sewer applications. 2.02 MANUFACTURED PRODUCTS A. Precast Concrete Sections: Sections shall be as manufactured by Hanson Pipe and Products or CSR Hydroconduit or approved equal. Joints shall be sealed with “O” ring rubber gaskets. B. Fiberglass Manholes: Prefabricated fiberglass manholes shall be in accordance with ASTM D3753. Dimension, shape and size shall conform to the details shown in the Drawings. C. Manhole Rings and Covers: Manhole rings and covers shall be made in accordance with the most recent version of City of Lubbock Design Standards and Specifications. 3.00 EXECUTION 3.01 INSTALLATION A. Manhole Base: 1. Precast Manhole Base: The applicable details as indicated in the Drawings shall apply. Place the manhole base at an elevation that allows the invert to match the pipe flowline. a. The precast manhole base shall form a water tight seal with the bottom of the manhole. This may be accomplished by placing a continuous 1-inch ring of epoxy grout or using a rubber gasket at the joint of the manhole and manhole base or other pre-approved methods. 2. Give the concrete portion of all inverts within the manholes a smooth steel trowel finish. 3. The first section of pipe extending out a minimum of 24 inches from each side of the manhole base shall be supported by lean concrete as part of the manhole base. No additional payment shall be made for this concrete cradle; the sum shall be included in the bid price for the manhole. B. Fiberglass Manholes: Lower manhole barrel on to manhole base. Seal with manufacturer’s gasket or approved sealant. Wrap joint with external sealing material, minimum 12-inch width. C. Pipe connection for Fiberglass Manholes: Connections with between the pipe and manhole may be accomplished by methods listed below. 1. Cut manhole barrel for pipe penetrations following curvature of the pipe with a maximum of 1-inch clearance. Seal cut edges with resin. Hole may be circular or cutout with a semi-circular top, which extends to the bottom of the barrel. 2. Construct pipe stub outs as part of the prefabricated manhole. Install required sealant or gasket in stub out to ensure a watertight bond is achieved at the connection between the pipe and manhole. D. Monolithic Manholes: Pour monolithic concrete manholes on the Site using specifically designed, re-usable plastic or metal forms. Pour manholes using 3000-psi concrete to provide a formed wall thickness of at least 8 inches. Monolithic manholes shall be Sewage Manholes, Frames and Covers 33 39 13 - 5 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 substantially water-tight when completed. Bases or footing for these manholes shall be as described above. E. Inverts: Construct invert channels to provide a smooth waterway with no disruption of flow at the connection between the pipe and manhole. F. Manhole Rings and Covers: Securely anchor the base of the manhole ring into a 6-inch minimum thickness precast concrete ring as indicated, and set on top of concentric manhole cone as a unit. G. Cleanouts: Provide a cleanout at the ends of all sewer lines unless a manhole is provided at that point. Construct cleanouts in accordance with the details shown on the Drawings. 3.02 GROUTING A. Use the mortar for grouting within 40 minutes after mixing. Discard mortar which has begun to take an initial set. Do not mix mortar with additional cement or new mortar. 3.03 FIELD QUALITY CONTROL A. Manholes shall be tested by hydrostatic exfiltration or vacuum testing in accordance with Section 01 40 00 “Quality Management.” Manholes shall be tested after installation with all connections (existing and /or proposed) in place. Drop connections and gas sealing connections shall be installed prior to testing. END OF SECTION Storm Water Treatment Device 33 44 63 - 1 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 33 44 63 STORM WATER TREATMENT DEVICE 1.00 GENERAL 1.01 WORK INCLUDED A. This item shall govern the furnishing and installation of the CDS® by Contech Engineered Solutions LLC, complete and operable as shown and as specified herein, in accordance with the requirements of the plans and contract documents. B. The Contractor shall furnish all labor, equipment and materials necessary to install the storm water treatment device(s) (SWTD) and appurtenances specified in the Drawings and these specifications. C. No product substitutions shall be accepted unless submitted 10 days prior to project bid date, or as directed by the Engineer of Record. Submissions for substitutions require review and approval by the Engineer of Record, for hydraulic performance, impact to project designs, equivalent treatment performance, and any required project plan and report (hydrology/hydraulic, water quality, stormwater pollution) modifications that would be required by the approving jurisdictions/agencies. Contractor to coordinate with the Engineer of Record any applicable modifications to the project estimates of cost, bonding amount determinations, plan check fees for changes to approved documents, and/or any other regulatory requirements resulting from the product substitution. 1.02 QUALITY ASSURANCE A. The manufacturer of the SWTD shall be one that is regularly engaged in the engineering design and production of systems deployed for the treatment of storm water runoff for at least five (5) years and which have a history of successful production, acceptable to the Engineer B. All components shall be subject to inspection by the engineer at the place of manufacture and/or installation. All components are subject to being rejected or identified for repair if the quality of materials and manufacturing do not comply with the requirements of this specification. Components which have been identified as defective may be subject for repair where final acceptance of the component is contingent on the discretion of the Engineer. 1.03 SUBMITTALS A. The manufacturer shall guarantee the SWTD components against all manufacturer originated defects in materials or workmanship for a period of twelve (12) months from the date the components are delivered to the owner for installation. The manufacturer shall upon its determination repair, correct or replace any manufacturer originated defects advised in writing to the manufacturer within the referenced warranty period. The use of SWTD components shall be limited to the application for which it was specifically designed. B. The SWTD manufacturer shall submit to the Engineer of Record a “Manufacturer’s Performance Certification” certifying that each SWTD is capable of achieving the specified Storm Water Treatment Device 33 44 63 - 2 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 removal efficiencies listed in these specifications. The certification shall be supported by independent third-party research 2.00 PRODUCTS 2.01 MATERIALS A. Housing unit of stormwater treatment device shall be constructed of pre-cast or cast-in- place concrete, no exceptions. Precast concrete components shall conform to applicable sections of ASTM C 478, ASTM C 857 and ASTM C 858 and the following: 1. Concrete shall achieve a minimum 28-day compressive strength of 4,000 pounds per square-inch (psi); 2. Unless otherwise noted, the precast concrete sections shall be designed to withstand lateral earth and AASHTO H-20 traffic loads; 3. Cement shall be Type III Portland Cement conforming to ASTM C 150; 4. Aggregates shall conform to ASTM C 33; 5. Reinforcing steel shall be deformed billet-steel bars, welded steel wire or deformed welded steel wire conforming to ASTM A 615, A 185, or A 497. 6. Joints shall be sealed with preformed joint sealing compound conforming to ASTM C 990. 7. Shipping of components shall not be initiated until a minimum compressive strength of 4,000 psi is attained or five (5) calendar days after fabrication has expired, whichever occurs first. B. Internal Components and appurtenances shall conform to the following: 1. Screen and support structure shall be manufactured of Type 316 and 316L stainless steel conforming to ASTM F 1267-01; 2. Hardware shall be manufactured of Type 316 stainless steel conforming to ASTM A 320; 3. Fiberglass components shall conform to the ASTM D-4097 4. Access system(s) conform to the following: 5. Manhole castings shall be designed to withstand AASHTO H-20 loadings and manufactured of cast-iron conforming to ASTM A 48 Class 30. 3.00 EXECUTION 3.01 INSTALLATION A. The contractor shall exercise care in the storage and handling of the SWTD components prior to and during installation. Any repair or replacement costs associated with events occurring after delivery is accepted and unloading has commenced shall be borne by the contractor. B. The SWTD shall be installed in accordance with the manufacturer’s recommendations and related sections of the contract documents. The manufacturer shall provide the contractor Storm Water Treatment Device 33 44 63 - 3 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 installation instructions and offer on-site guidance during the important stages of the installation as identified by the manufacturer at no additional expense. A minimum of 72 hours notice shall be provided to the manufacturer prior to their performance of the services included under this subsection. C. The contractor shall fill all voids associated with lifting provisions provided by the manufacturer. These voids shall be filled with non-shrinking grout providing a finished surface consistent with adjacent surfaces. The contractor shall trim all protruding lifting provisions flush with the adjacent concrete surface in a manner, which leaves no sharp points or edges. D. The contractor shall removal all loose material and pooling water from the SWTD prior to the transfer of operational responsibility to the Owner. END OF SECTION Storm Drainage Structures 33 49 00 - 1 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 33 49 00 STORM DRAINAGE STRUCTURES 1.00 GENERAL 1.01 WORK INCLUDED A. This item shall govern for the construction of manholes, inlets, and other drainage structures and appurtenances such as headwall and velocity dissipators, complete in place or to the stage detailed on the plans and the materials used therein, including excavation, installation, connections, backfilling, placement of the concrete and when required, the furnishing and installation of frames, grates, rings, covers, safety end treatments and any concrete curb and gutter indicated on the Drawings. 1.02 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Document Management” and shall include: 1. Drawings and data covering structures and appurtenances (manholes, inlets, headwalls, frames, grates, energy dissipators, etc.), construction methods and sequence (precast, cast-in-place), and materials (bolts, nuts, plates, angles, etc.). 2. Aggregate types, gradations and physical characteristics for the Portland cement concrete mix. 3. Proposed proportioning of materials for the mortar mix. 4. Analysis and thickness calculations for temporary steel covers. 1.03 QUALITY ASSURANCE A. The products shall meet the requirements of Section 01 40 00 “Quality Management.” and Section 03 30 00 “Cast-In-Place Concrete.” 1.04 STANDARDS A. The applicable provisions of the standards listed in Section 03 30 00 “Cast-In-Place Concrete”, and the following standards shall apply as if written here in their entirety: 1. American Society of Testing and Materials (ASTM) Standards: ASTM A27/ A27M-95(2000) Standard Specification for Steel Casings, Carbon, for General Application ASTM A48 Specification for Gray Iron Castings ASTM A47M-99 Standard Specification for Ferritic Malleable Iron Castings ASTM A536-99e1 Standard Specifications for Ductile Iron Castings ASTM C478 Specification for Precast Reinforced Concrete Manhole Sections ASTM D2240 Test Method for Rubber Property – Durometer Hardness ASTM A21.10 American National Standard for Gray Iron and Ductile Iron Fittings, 3 through 48 Inches for Water and other Liquids ASTM C76 Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe Storm Drainage Structures 33 49 00 - 2 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 ASTM C33 Concrete Aggregates ASTM C923 Resilient Connectors Between Reinforced Concrete Manhole Structures, Pipes and Laterals. 1.05 DELIVERY, STORAGE AND HANDLING A. Do not store plastic pipe, and fittings in direct sunlight. B. Protect pipe, pipe fittings, and seals from dirt and damage. C. Handle all structures according to manufacturer’s written rigging instructions. D. Inspect precast concrete sections upon delivery and reject any cracked or otherwise visibly defective units. 2.00 PRODUCTS 2.01 MATERIALS A. Portland Cement Concrete: 1. Portland cement concrete shall conform to Section 03 30 00 “Cast-In-Place Concrete”, with the following classes: a. Cast-in-Place Concrete: Class A. b. Precast Concrete: Class C. B. Mortar: Mortar shall be composed of 1 part Portland cement and 2 parts clean, sharp mortar sand suitably graded for the purpose by conforming in other respects to the provisions of Section 03 30 00 “Cast-In-Place Concrete” for fine aggregate. Hydrated lime or lime putty may be added to the mix, but in no case shall it exceed 10 percent by weight (mass) of the total dry mix. C. Reinforcement and Steel: Reinforcing Steel shall conform to Section 03 21 00 “Reinforcing Steel”. D. Miscellaneous Items: Cast iron for supports, steps and inlet units shall conform to the shape and dimensions indicated on the Drawings. The casting shall be clean and perfect, free from sand or blowholes or other defects. Cast iron castings shall meet the requirements of ASTM A48, Class 30. Steel for temporary covers when used with stage construction shall be adequate for the loads imposed. 2.02 CONCRETE PIPE AND FITTINGS A. Reinforced-Concrete Sewer Pipe and Fittings shall conform to Section 33 05 01.07 “Low Head Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe”. 2.03 MANHOLES A. Precast Concrete Manholes shall conform to Section 33 39 13 “Sewage Manholes, Frames and Covers. 1. Manhole Frames and Covers shall conform to City of Lubbock Standards and Specifications section 8.11.04.D.xii. Storm Drainage Structures 33 49 00 - 3 LUB18692 - Northwest Lubbock Drainage Improvements Phase 3 3.00 EXECUTION A. All concrete work shall be performed in accordance with Section 03 30 00 “Cast-In-Place Concrete.” Forms will be required for all cast-in-place concrete walls, except where the nature of the surrounding materials is such that it can be trimmed to a smooth vertical face (the outside form for concrete bases). Where cast-in-place concrete is used in wall construction of storm sewers, the Steps shall be cast into the wall the concrete is placed. B. Construct manholes, inlets, headwall and velocity dissipators for precast concrete storm drain conduits as soon as practicable after conduits into or through the structure locations are completed. All conduits shall be cut neatly at the inside or outside face of the walls of the structures and pointed up with mortar. C. Bases for cast in place inlets may be placed prior to or at the Contractor's option after the sewer is constructed. D. Bases for box sewers shall be cast as an integral part of the sewer. The manholes may be constructed prior to backfilling or if the Contractor so elects, the manhole opening may be covered temporarily with a steel plate to facilitate the compaction of backfill for the sewer as a whole. Thereafter, required excavation for the inlet shall be made and the inlet constructed and backfilled. E. The inverts passing out or through an inlet shall be shaped and grouted across the floor of the inlet as indicated on the Drawings. This shaping may be accomplished by adding shaping mortar or concrete after the base is cast or by placing the required additional material with the base. F. All miscellaneous structures shall be completed in accordance with the details indicated on the Drawings. Backfilling to original ground elevation shall be in accordance with the provisions of the appropriate items and as directed by the Engineer or designated representative. G. Energy dissipators and headwalls shall be constructed in accordance with details shown in the drawings. END OF SECTION APPENDIX A Geotechnical Report REPORT COVER PAGE Geotechnical Engineering Report Northwest Lubbock Drainage Improvement Project Phase 3 4th Street & Loop 289 Lubbock, Texas April 11, 2019 Terracon Project No. AR185063 Prepared for: Freese and Nichols, Inc. Lubbock, Texas Prepared by: Terracon Consultants, Inc. Lubbock, Texas April 11, 2019 Freese and Nichols, Inc. 2732 82nd Street, Suite A Lubbock, Texas 79423 Attn: Ms. Heather Keister, PE P: 806-543-5115 E: Heather. Keister@freese.com Re: Geotechnical Engineering Report Northwest Lubbock Drainage Improvement Project Phase 3 4th Street & Loop 289 Lubbock,Texas Terracon Project No. AR185063 Dear Ms. Keister: lrerracon GeoReport We have completed the Geotechnical Engineering services for the above referenced project. This study was performed in general accordance with Terracon Proposal No. PAR185018 dated December 10, 2018. This report presents the findings of the subsurface exploration and provides geotechnical recommendations concerning earthwork and the design and construction of foundations for the proposed project. We appreciate the opportunity to be of service to you on this project. If you have any questions concerning this report, or if we may be of further service, please contact us. ., Sincerely, Terracon Consultants, Inc. Rahul Muduganti, E.I.T. Staff Engineer T At ReviewY �' Saad M. Hineidi, PE Regional Service Line Director r••.JEaRY T. SAYSON 110265 ' •' 1� ••., CENSEo ��,� Jerry son, P.E. dt�11 10N A Geotechnical Department Manager Terracon Consultants, Inc, 5827 50th Street Suite 1 Lubbock, Texas 79424 P (806) 300 0140 F (806) 797 0947 terracon.com Responsive ■Resourceful ■Reliable REPORT TOPICS REPORT TOPICS INTRODUCTION ............................................................................................................. 1 SITE CONDITIONS ......................................................................................................... 1 PROJECT DESCRIPTION .............................................................................................. 2 GEOTECHNICAL CHARACTERIZATION ...................................................................... 2 GEOTECHNICAL OVERVIEW ....................................................................................... 3 EARTHWORK................................................................................................................. 3 OVERBURDEN SOIL CHARACTERISTICS .................................................................. 4 FOUNDATION DESIGN CRITERIA ................................................................................ 6 GENERAL COMMENTS ................................................................................................. 6 Note: This report was originally delivered in a web-based format.Orange Bold text in the report indicates a referenced section heading. The PDF version also includes hyperlinks which direct the reader to that section and clicking on the logo will bring you back to this page. For more interactive features, please view your project online at client.terracon.com. ATTACHMENTS EXPLORATION AND TESTING PROCEDURES EXPLORATION PLAN EXPLORATION RESULTS (Boring Logs and Laboratory Data) SUPPORTING INFORMATION (General Notes, Unified Soil Classification System) Responsive ■Resourceful ■Reliable 1 INTRODUCTION Geotechnical Engineering Report Northwest Lubbock Drainage Improvement Project Phase 3 South Segment 4th Street & Loop 289 Lubbock, Texas Terracon Project No. AR185063 April 11, 2019 INTRODUCTION This report presents the results of our subsurface exploration and geotechnical engineering services performed for the proposed Phase 3 of the Northwest Drainage Improvement Project located along 4th Street, Loop 289 and Quaker Avenue (South Segment) traversing the 4th Street & Loop 289 in Lubbock, Texas. The purpose of these services is to provide information and geotechnical engineering recommendations relative to: ■Subsurface soil conditions ■Site preparation ■Groundwater conditions ■Foundation design and construction The geotechnical engineering scope of services for this portion of the project included the advancement of 17 test borings to depths of approximately 25 to 45 feet below existing site grades. Maps showing the site and boring locations are shown in the Site Location and Exploration Plan sections, respectively. The results of the laboratory testing performed on soil samples obtained from the site during the field exploration are included on the boring logs and as separate graphs in the Exploration Results section of this report. SITE CONDITIONS The following description of site conditions is derived from our site visit in association with the field exploration and our review of publicly available geologic and topographic maps. Item Description Parcel Information The project is traversing the 4th Street & Loop 289 from Lubbock, Texas. See Exploration Plan. Existing Improvements Existing streets, curb and gutters. Some vacant property. Geotechnical Engineering Report Northwest Lubbock Drainage Improvement Project Phase 3 ■ Lubbock, Texas April 11, 2019 ■ Terracon Project No. AR185063 Responsive ■Resourceful ■Reliable 2 Item Description Current Ground Cover Exposed native subgrade, lightly to moderately vegetated with native grasses and shrubs. PROJECT DESCRIPTION Our initial understanding of the project was provided in our proposal and was discussed in the project planning stage. A period of collaboration has transpired since the project was initiated, and our final understanding of the project conditions is as follows: Item Description Information Provided E-mail from Ms. Heather Keister dated July 23, 2018. Project Description Phase 3 will include the design and construction of tower inlet structures, lateral pipe extensions, connections to stub outs, and erosion control systems for several playas in the alignment. GEOTECHNICAL CHARACTERIZATION Subsurface Profile Subsurface conditions were evaluated by drilling seventeen borings along the alignment of the proposed drainage pipeline. The soils along the alignment were found to be variable. However, in general the subsurface soil consisted of the following: n Sandy Lean Clay (CL) n Clayey Sand with Gravel (SC) n Clayey Sand (SC) n Silty Sand with Gravel (SM) n Poorly Graded Sand with Gravel (SP-SM) n Silty Sand (SM) n Silty Clayey Sand (SC-SM) n Sandy Fat Clay (CH) n Fat Clay with Sand (CL) Please note that not all the materials were encountered at each boring location. In addition, the depth at which these materials were encountered was variable. Conditions encountered at each boring location are indicated on the individual boring logs. Stratification boundaries on the boring logs represent the approximate location of changes in soil types; in situ, the transition between materials may be gradual. Details for each of the borings can be found in Exploration Results. A discussion of field sampling and laboratory testing procedures and test results are presented in Exploration and Testing Procedures. Geotechnical Engineering Report Northwest Lubbock Drainage Improvement Project Phase 3 ■ Lubbock, Texas April 11, 2019 ■ Terracon Project No. AR185063 Responsive ■Resourceful ■Reliable 3 Groundwater Conditions Groundwater was not encountered in the borings while drilling, or for the short duration the borings could remain open. However, this does not necessarily mean the borings terminated above groundwater. Long term observations in piezometers or observation wells sealed from the influence of surface water are often required to define groundwater levels in materials of this type. Groundwater level fluctuations occur due to seasonal variations in the amount of rainfall, runoff and other factors not evident at the time the borings were performed. In addition, the sands encountered in our borings may transmit water during wet climatic weather. Therefore, groundwater levels during construction or at other times in the life of the structure may be higher or lower than the levels indicated on the boring logs. The possibility of groundwater level fluctuations should be considered when developing the design and construction plans for the project. GEOTECHNICAL OVERVIEW The Client requested for soil classification, depth to groundwater, cohesion, angle of internal friction, passive and active pressures on specified depths at 17 locations. The depths provided are the anticipated depths of the drainage pipeline. In addition, bearing capacities were also requested at specified depths at 5 locations. Based on the results of field and laboratory tests, we are providing the soil characteristics in the Overburden Soil Characteristics section of this report and foundation design recommendations in the Foundation Design Criteria section of this report. The General Comments section provides an understanding of the report limitations. EARTHWORK Suitable Fill On-site soils, which are free of vegetation, debris, and rocks greater than 2 inches in maximum dimension, can generally be re-used to backfill waterline trenches. Imported fill material should be clean soil with a Liquid Limit (LL) of less than 40 and a Plasticity Index (PI) less than 15. Temporary Construction Slopes All excavations must comply with the applicable Federal, State, and local safety regulations and codes, and especially with the excavation standards of the Occupational Safety and Health Administration (OSHA). According to the OSHA soil classification, the on-site materials are Geotechnical Engineering Report Northwest Lubbock Drainage Improvement Project Phase 3 ■ Lubbock, Texas April 11, 2019 ■ Terracon Project No. AR185063 Responsive ■Resourceful ■Reliable 4 generally classified as Type B soils. Temporary slopes of 1H:1V may be used. Construction site safety, including excavation safety, is the sole responsibility of the Contractor as part of its overall responsibility for the mean, methods, and sequencing of construction operations. Terracon’s recommendations for excavation support are intended for the Client’s use in planning the project, and in no way relieve the Contractor of its responsibility to construct, support, and maintain safe slopes. Under no circumstances should the following recommendations be interpreted to mean that Terracon is assuming responsibility for either construction site safety or the Contractor’s activities. granular materials were encountered in most of the borings. We caution that this type of subsurface materials has potential for caving in during excavation. If workmen are expected to work in trenches, trenches need to be sloped back or trench boxes or shoring need to be installed in accordance with OSHA 1926 requirements during construction. Compaction Requirements Recommendations for compaction are presented in the following table.We recommend that engineered fill be tested for moisture content and compaction during placement. Should the results of the in-place density tests indicate the specified moisture or compaction limits have not been met, the area represented by the test should be reworked and retested as required until the specified moisture and compaction requirements are achieved. Item Description Subgrade preparation for areas to receive fill Surface should be scarified to a minimum depth of 10 inches, moisture conditioned and compacted. Lift thickness 9 inches or less loose lift thickness Compaction At least 95% of maximum standard Proctor dry density (ASTM D 698) in the range of ±2 percentage points of optimum moisture for on-site soils and imported fill. OVERBURDEN SOIL CHARACTERISTICS The following materials properties are furnished for the overall project design. They are based on the results of our laboratory testing program, our experience in the project area geology as well as published correlations of field and laboratory test results. Geotechnical Engineering Report Northwest Lubbock Drainage Improvement Project Phase 3 ■ Lubbock, Texas April 11, 2019 ■ Terracon Project No. AR185063 Responsive ■Resourceful ■Reliable 5 SOIL CHARACTERISTICS Location Depth, ft. bgs1 Soil Classification Unit Weight, (pcf) Cohesion, (psf) Internal Friction Angle Ф (Degrees) Passive Pressure, psf Active Pressure, psf B1 15 Sandy Lean Clay 125 2,000 20 5,190 670 B2 25 Silty Sand with Gravel 130 -35 11,900 880 B3 25 Silty Sand 130 -35 11,900 880 B4 25 Silty Clayey Sand 130 -35 11,900 880 B5 25 Clayey Sand 130 -35 11,900 880 B6 25 Clayey Sand 125 -34 11,000 880 B7 25 Clayey Sand 130 -35 11,900 880 B8 25 Clayey Sand 120 -31 9,370 960 B9 25 Silty Sand with Gravel 130 -35 11,900 880 B10 30 Clayey Sand 120 -31 11,200 1,150 B11 35 Clayey Sand 130 -35 16,700 1,230 B12 35 Clayey Sand with Gravel 130 -35 16,700 1,230 B13 30 Silty Sand 130 -34 15,000 1,200 B14 30 Silty Sand 125 -33 12,700 1,100 B15 25 Clayey Sand 125 -33 10,500 920 B16 15 Clayey Sand with Gravel 130 -35 7,100 830 B17 15 Clayey Sand 125 -33 6,300 550 1.This is the depth below existing ground surface at the time of our subsurface investigation. Geotechnical Engineering Report Northwest Lubbock Drainage Improvement Project Phase 3 ■ Lubbock, Texas April 11, 2019 ■ Terracon Project No. AR185063 Responsive ■Resourceful ■Reliable 6 FOUNDATION DESIGN CRITERIA The following recommendations are valid only if the 5 inlet tower structures bear on undisturbed material or the bearing strata has been prepared in accordance with the requirements noted in Earthwork. A factor of safety of 3 has been applied in the recommended bearing capacities. BEARING CAPACITY RECOMMENDATIONS Location Depth, ft bgs Soil Classification Unit Weight, (pcf) Cohesion, (psf) Internal Friction Angle Ф (Degrees) Net Allowable Bearing Capacity, psf B1 15 Sandy Lean Clay 125 2,000 20 6,500 B7 25 Clayey Sand 130 -35 6,500 B12 35 Clayey Sand with Gravel 130 -35 6,500 B15 25 Clayey Sand 125 -33 6,500 B17 15 Clayey Sand 125 -33 6,500 GENERAL COMMENTS As the project progresses, we address assumptions by incorporating information provided by the design team, if any. Revised project information that reflects actual conditions important to our services is reflected in the final report. The design team should collaborate with Terracon to confirm these assumptions and to prepare the final design plans and specifications. This facilitates the incorporation of our opinions related to implementation of our geotechnical recommendations. Any information conveyed prior to the final report is for informational purposes only and should not be considered or used for decision-making purposes. Our analysis and opinions are based upon our understanding of the project, the geotechnical conditions in the area, and the data obtained from our site exploration. Natural variations will occur between exploration point locations or due to the modifying effects of construction or weather. The nature and extent of such variations may not become evident until during or after construction. Terracon should be retained as the Geotechnical Engineer, where noted in the final report, to provide observation and testing services during pertinent construction phases. If variations appear, we can provide further evaluation and supplemental recommendations. If variations are noted in the absence of our observation and testing services on-site, we should be immediately notified so that we can provide evaluation and supplemental recommendations. Our scope of services does not include either specifically or by implication any environmental or biological (e.g., mold, fungi, bacteria) assessment of the site or identification or prevention of Geotechnical Engineering Report Northwest Lubbock Drainage Improvement Project Phase 3 ■ Lubbock, Texas April 11, 2019 ■ Terracon Project No. AR185063 Responsive ■Resourceful ■Reliable 7 pollutants, hazardous materials or conditions. If the owner is concerned about the potential for such contamination or pollution, other studies should be undertaken. Our services and any correspondence or collaboration through this system are intended for the sole benefit and exclusive use of our client for specific application to the project discussed and are accomplished in accordance with generally accepted geotechnical engineering practices with no third party beneficiaries intended. Any third party access to services or correspondence is solely for information purposes to support the services provided by Terracon to our client. Reliance upon the services and any work product is limited to our client, and is not intended for third parties. Any use or reliance of the provided information by third parties is done solely at their own risk. No warranties, either express or implied, are intended or made. Site characteristics as provided are for design purposes and not to estimate excavation cost. Any use of our report in that regard is done at the sole risk of the excavating cost estimator as there may be variations on the site that are not apparent in the data that could significantly impact excavation cost. Any parties charged with estimating excavation costs should seek their own site characterization for specific purposes to obtain the specific level of detail necessary for costing. Site safety, and cost estimating including, excavation support, and dewatering requirements/design are the responsibility of others. If changes in the nature, design, or location of the project are planned, our conclusions and recommendations shall not be considered valid unless we review the changes and either verify or modify our conclusions in writing. Geotechnical Engineering Report Northwest Lubbock Drainage Improvement Project Phase 3 ■ Lubbock, Texas April 11, 2019 ■ Terracon Project No. AR185063 Responsive ■Resourceful ■Reliable ATTACH MENTS EXPLORATION AND TESTING PROCEDURES Field Exploration Number of Borings Planned Boring Depth (feet)1 Planned Location 2 45 or auger refusal Planned drainage alignment 3 40 or auger refusal Planned drainage alignment 9 35 or auger refusal Planned drainage alignment 3 25 or auger refusal Planned drainage alignment 1.Below ground surface Boring Layout and Elevations: The client provided coordinates/elevations and staked the boring locations prior to our field work. Subsurface Exploration Procedures: We advanced soil borings with a truck-mounted drill rig using continuous flight augers. Samples were obtained every 2-1/2 feet in the upper 10 feet of each boring and at intervals of 5 feet thereafter. Split barrel sampling procedures were performed at each boring location. In the split barrel sampling procedure, a standard 2-inch outer diameter split barrel sampling spoon is driven into the ground by a 140-pound automatic hammer falling a distance of 30 inches. The number of blows required to advance the sampling spoon the last 12 inches of a normal 18-inch penetration is recorded as the Standard Penetration Test (SPT) resistance value. The SPT resistance values, also referred to as N-values, are indicated on the boring logs at the test depths. The samples were placed in appropriate containers, taken to our soil laboratory for testing, and classified by a geotechnical engineer. In addition, we observed and recorded groundwater levels during drilling and sampling. Our exploration team prepared field boring logs as part of standard drilling operations including sampling depths, penetration distances, and other relevant sampling information. Field logs include visual classifications of materials encountered during drilling, and our interpretation of subsurface conditions between samples. Final boring logs, prepared from field logs, represent the geotechnical engineer's interpretation, and include modifications based on observations and laboratory tests. Laboratory Testing The project engineer reviews the field data and assigns various laboratory tests to better understand the engineering properties of the various soil strata as necessary for this project. Geotechnical Engineering Report Northwest Lubbock Drainage Improvement Project Phase 3 ■ Lubbock, Texas April 11, 2019 ■ Terracon Project No. AR185063 Responsive ■Resourceful ■Reliable Procedural standards noted below are for reference to methodology in general. In some cases, variations to methods are applied because of local practice or professional judgment. Standards noted below include reference to other, related standards. Such references are not necessarily applicable to describe the specific test performed. ASTM D2216 Standard Test Methods for Laboratory Determination of Water (Moisture) Content of Soil and Rock by Mass ASTM D4318 Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils ASTM D422 Standard Test Method for Particle-Size Analysis of Soils The laboratory testing program often includes examination of soil samples by an engineer. Based on the material’s texture and plasticity, we describe and classify the soil samples in accordance with the Unified Soil Classification System. SITE LOCA TION AND EXPLORATI ON PLANS EXPLORATION PLAN EXPLORATION PLAN Northwest Lubbock Drainage Improvement Project Phase 3 ■ Lubbock, TX April 11, 2019 ■ Terracon Project No. AR185063 AERIAL PHOTOGRAPHY PROVIDED BY MICROSOFT BING MAPS DIAGRAM IS FOR GENERAL LOCATION ONLY, AND IS NOT INTENDED FOR CONSTRUCTION PURPOSES EXPLORATION RESULTS EXPLORATION RESULTS 2-4-4 N=8 3-2-4 N=6 6-13-16 N=29 5-10-13 N=23 14-20-21 N=41 11-10-16 N=26 6-9-12 N=21 14-15-21 N=36 53 27 60 14 11 6 10 14 28-15-13 35-17-18 41-17-24 86-36-50 SANDY LEAN CLAY (CL), dark brown, medium stiff CLAYEY SAND WITH GRAVEL (SC), light brown, medium dense to dense SANDY LEAN CLAY (CL), greenish grey, very stiff CLAYEY SAND WITH GRAVEL (SC), greenish grey, dense Boring Terminated at 25 Feet 5.0 13.0 22.0 25.0 Hammer Type: AutomaticStratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL AR185063 NORTHWEST LUBBOCK.GPJ MODELLAYER.GPJ 3/22/19WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 15 20 25 STRENGTH TEST FIELD TESTRESULTSCOMPRESSIVESTRENGTH(tsf)TEST TYPESTRAIN (%)PERCENT FINESWATERCONTENT (%)DRY UNITWEIGHT (pcf)ATTERBERG LIMITS LL-PL-PI LOCATION Latitude: 33.5921° Longitude: -101.9346° See Exploration Plan GRAPHIC LOGDEPTH Page 1 of 1 Advancement Method: Hollow Stem Auger Abandonment Method: Boring backfilled with soil cuttings upon completion. 5827 50th St, Ste 1 Lubbock, TX Notes: Project No.: AR185063 Drill Rig: CME 75 BORING LOG NO. B1 Freese and Nichols, Inc.CLIENT: Lubbock, Texas Driller: LK Boring Completed: 01-03-2019 PROJECT: Northwest Lubbock Drainage Improvement Project Phase 3 See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. 4th Street & Loop 289 Lubbock, Texas SITE: Boring Started: 01-03-2019 No free water observed during and after drilling WATER LEVEL OBSERVATIONS SAMPLE TYPE 1-2-3 N=5 5-5-6 N=11 5-7-8 N=15 4-8-7 N=15 11-44-50/5" 7-9-42 N=51 50/6" 10-50/6" 8-14-23 N=37 9-11-25 N=36 43 27 32 12 19 14 13 8 45-20-25 63-38-25 43-31-12 NP CLAYEY SAND (SC), brown to light brown, loose to medium dense SILTY SAND WITH GRAVEL (SM), greenish grey, very dense POORLY GRADED SAND WITH SILT (SP-SM), reddish brown, dense Boring Terminated at 35 Feet 10.0 28.0 35.0 Hammer Type: AutomaticStratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL AR185063 NORTHWEST LUBBOCK.GPJ MODELLAYER.GPJ 3/22/19WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 15 20 25 30 35 STRENGTH TEST FIELD TESTRESULTSCOMPRESSIVESTRENGTH(tsf)TEST TYPESTRAIN (%)PERCENT FINESWATERCONTENT (%)DRY UNITWEIGHT (pcf)ATTERBERG LIMITS LL-PL-PI LOCATION Latitude: 33.5934° Longitude: -101.9346° See Exploration Plan GRAPHIC LOGDEPTH Page 1 of 1 Advancement Method: Hollow Stem Auger Abandonment Method: Boring backfilled with soil cuttings upon completion. 5827 50th St, Ste 1 Lubbock, TX Notes: Project No.: AR185063 Drill Rig: CME 75 BORING LOG NO. B2 Freese and Nichols, Inc.CLIENT: Lubbock, Texas Driller: LK Boring Completed: 01-03-2019 PROJECT: Northwest Lubbock Drainage Improvement Project Phase 3 See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. 4th Street & Loop 289 Lubbock, Texas SITE: Boring Started: 01-03-2019 No free water observed during and after drilling WATER LEVEL OBSERVATIONS SAMPLE TYPE 1-3-6 N=9 3-2-4 N=6 6-8-13 N=21 5-11-10 N=21 7-12-13 N=25 9-15-19 N=34 9-15-18 N=33 14-28-44 N=72 7-10-17 N=27 13-19-28 N=47 64 59 47 14 20 16 14 13 13 7 6 9 30-13-17 35-15-20 40-19-21 NP NP NP SANDY LEAN CLAY (CL), brown, medium stiff to stiff - very stiff from 5' to 10' bgs CLAYEY SAND (SC), greenish grey, medium dense to dense SILTY SAND (SM), reddish brown, medium dense to dense - very dense at 25' bgs Boring Terminated at 35 Feet 10.0 20.0 35.0 bgs - Below ground surface Hammer Type: AutomaticStratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL AR185063 NORTHWEST LUBBOCK.GPJ MODELLAYER.GPJ 3/22/19WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 15 20 25 30 35 STRENGTH TEST FIELD TESTRESULTSCOMPRESSIVESTRENGTH(tsf)TEST TYPESTRAIN (%)PERCENT FINESWATERCONTENT (%)DRY UNITWEIGHT (pcf)ATTERBERG LIMITS LL-PL-PI LOCATION Latitude: 33.5939° Longitude: -101.9314° See Exploration Plan GRAPHIC LOGDEPTH Page 1 of 1 Advancement Method: Hollow Stem Auger Abandonment Method: Boring backfilled with soil cuttings upon completion. 5827 50th St, Ste 1 Lubbock, TX Notes: Project No.: AR185063 Drill Rig: CME 75 BORING LOG NO. B3 Freese and Nichols, Inc.CLIENT: Lubbock, Texas Driller: LK Boring Completed: 01-03-2019 PROJECT: Northwest Lubbock Drainage Improvement Project Phase 3 See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. 4th Street & Loop 289 Lubbock, Texas SITE: Boring Started: 01-03-2019 No free water observed during and after drilling WATER LEVEL OBSERVATIONS SAMPLE TYPE 2-2-6 N=8 7-9-11 N=20 7-8-4 N=12 6-6-6 N=12 11-16-20 N=36 24-50/6" 8-11-15 N=26 13-13-50 N=63 6-12-12 N=24 5-20-17 N=37 54 40 23 27 15 11 12 8 7 5 34-15-19 31-15-16 21-16-5 19-14-5 NP SANDY LEAN CLAY (CL), dark brown, stiff to very stiff CLAYEY SAND (SC), greyish brown, dense to very dense SILTY CLAYEY SAND (SC-SM), light brown, medium dense - very dense from 25' to 30' bgs SILTY SAND (SM), reddish brown, medium dense to dense Boring Terminated at 35 Feet 10.0 20.0 30.0 35.0 bgs - Below ground surface Hammer Type: AutomaticStratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL AR185063 NORTHWEST LUBBOCK.GPJ MODELLAYER.GPJ 3/22/19WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 15 20 25 30 35 STRENGTH TEST FIELD TESTRESULTSCOMPRESSIVESTRENGTH(tsf)TEST TYPESTRAIN (%)PERCENT FINESWATERCONTENT (%)DRY UNITWEIGHT (pcf)ATTERBERG LIMITS LL-PL-PI LOCATION Latitude: 33.5951° Longitude: -101.929° See Exploration Plan GRAPHIC LOGDEPTH Page 1 of 1 Advancement Method: Hollow Stem Auger Abandonment Method: Boring backfilled with soil cuttings upon completion. 5827 50th St, Ste 1 Lubbock, TX Notes: Project No.: AR185063 Drill Rig: CME 75 BORING LOG NO. B4 Freese and Nichols, Inc.CLIENT: Lubbock, Texas Driller: LK Boring Completed: 01-03-2019 PROJECT: Northwest Lubbock Drainage Improvement Project Phase 3 See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. 4th Street & Loop 289 Lubbock, Texas SITE: Boring Started: 01-03-2019 No free water observed during and after drilling WATER LEVEL OBSERVATIONS SAMPLE TYPE 1-3-4 N=7 7-13-17 N=30 10-17-13 N=30 8-12-13 N=25 11-14-46 N=60 29-32-46 N=78 25-17-19 N=36 4-40-24 N=64 4-8-8 N=16 12-6-4 N=10 58 16 33 12 7 14 15 6 26-12-14 55-28-27 33-17-16 NP SANDY LEAN CLAY (CL), brown to light brown, medium stiff - very stiff from 2.5' to 10' bgs CLAYEY SAND (SC), light brown to reddish brown, very dense -with gravel from 10' to 23' bgs POORLY GRADED SAND WITH SILT (SP-SM), reddish brown, medium dense Boring Terminated at 35 Feet 10.0 28.0 35.0 bgs - Below ground surface Hammer Type: AutomaticStratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL AR185063 NORTHWEST LUBBOCK.GPJ MODELLAYER.GPJ 3/22/19WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 15 20 25 30 35 STRENGTH TEST FIELD TESTRESULTSCOMPRESSIVESTRENGTH(tsf)TEST TYPESTRAIN (%)PERCENT FINESWATERCONTENT (%)DRY UNITWEIGHT (pcf)ATTERBERG LIMITS LL-PL-PI LOCATION Latitude: 33.5969° Longitude: -101.9261° See Exploration Plan GRAPHIC LOGDEPTH Page 1 of 1 Advancement Method: Hollow Stem Auger Abandonment Method: Boring backfilled with soil cuttings upon completion. 5827 50th St, Ste 1 Lubbock, TX Notes: Project No.: AR185063 Drill Rig: CME 75 BORING LOG NO. B5 Freese and Nichols, Inc.CLIENT: Lubbock, Texas Driller: LK Boring Completed: 01-04-2019 PROJECT: Northwest Lubbock Drainage Improvement Project Phase 3 See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. 4th Street & Loop 289 Lubbock, Texas SITE: Boring Started: 01-04-2019 No free water observed during and after drilling WATER LEVEL OBSERVATIONS SAMPLE TYPE 3-6-12 N=18 13-14-14 N=28 8-12-14 N=26 11-15-16 N=31 14-25-32 N=57 13-8-7 N=15 21-33-41 N=74 11-19-26 N=45 4-5-5 N=10 6-6-7 N=13 50 42 36 42 18 12 9 7 21 11 35-14-21 33-13-20 27-12-15 49-27-22 22-16-6 SANDY LEAN CLAY (CL), dark brown to brown, very stiff to hard CLAYEY SAND (SC), brown to light greenish gray, medium dense to dense - very dense at 20' bgs SILTY CLAYEY SAND (SC-SM), light brown, medium dense Boring Terminated at 35 Feet 12.0 32.0 35.0 bgs - Below ground surface Hammer Type: AutomaticStratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL AR185063 NORTHWEST LUBBOCK.GPJ MODELLAYER.GPJ 3/22/19WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 15 20 25 30 35 STRENGTH TEST FIELD TESTRESULTSCOMPRESSIVESTRENGTH(tsf)TEST TYPESTRAIN (%)PERCENT FINESWATERCONTENT (%)DRY UNITWEIGHT (pcf)ATTERBERG LIMITS LL-PL-PI LOCATION Latitude: 33.5995° Longitude: -101.9251° See Exploration Plan GRAPHIC LOGDEPTH Page 1 of 1 Advancement Method: Hollow Stem Auger Abandonment Method: Boring backfilled with soil cuttings upon completion. 5827 50th St, Ste 1 Lubbock, TX Notes: Project No.: AR185063 Drill Rig: CME 75 BORING LOG NO. B6 Freese and Nichols, Inc.CLIENT: Lubbock, Texas Driller: LK Boring Completed: 01-02-2019 PROJECT: Northwest Lubbock Drainage Improvement Project Phase 3 See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. 4th Street & Loop 289 Lubbock, Texas SITE: Boring Started: 01-02-2019 No free water observed during and after drilling WATER LEVEL OBSERVATIONS SAMPLE TYPE 2-4-6 N=10 3-8-10 N=18 8-11-14 N=25 4-4-8 N=12 13-21-32 N=53 16-27-36 N=63 26-30-36 N=66 29-50/4" 29-50/2" 27-50/4" 65 42 45 28 42 15 17 14 8 5 52-24-28 48-28-20 41-25-16 37-21-16 18-14-4 SANDY FAT CLAY (CH), dark brown, stiff to very stiff - hard at 10' bgs SILTY SAND (SM), light gray, very dense CLAYEY SAND (SC), light brown, very dense -with gravel from 23' to 28' bgs SILTY CLAYEY SAND (SC-SM), light brown, very dense Boring Terminated at 35 Feet 12.0 18.0 28.0 35.0 bgs - Below ground surface Hammer Type: AutomaticStratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL AR185063 NORTHWEST LUBBOCK.GPJ MODELLAYER.GPJ 3/22/19WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 15 20 25 30 35 STRENGTH TEST FIELD TESTRESULTSCOMPRESSIVESTRENGTH(tsf)TEST TYPESTRAIN (%)PERCENT FINESWATERCONTENT (%)DRY UNITWEIGHT (pcf)ATTERBERG LIMITS LL-PL-PI LOCATION Latitude: 33.5992° Longitude: -101.923° See Exploration Plan GRAPHIC LOGDEPTH Page 1 of 1 Advancement Method: Hollow Stem Auger Abandonment Method: Boring backfilled with soil cuttings upon completion. 5827 50th St, Ste 1 Lubbock, TX Notes: Project No.: AR185063 Drill Rig: CME 75 BORING LOG NO. B7 Freese and Nichols, Inc.CLIENT: Lubbock, Texas Driller: LK Boring Completed: 01-03-2019 PROJECT: Northwest Lubbock Drainage Improvement Project Phase 3 See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. 4th Street & Loop 289 Lubbock, Texas SITE: Boring Started: 01-03-2019 No free water observed during and after drilling WATER LEVEL OBSERVATIONS SAMPLE TYPE 2-2-4 N=6 2-2-3 N=5 1-2-2 N=4 2-4-8 N=12 8-11-14 N=25 8-17-26 N=43 27-32-40 N=72 10-13-14 N=27 18-26-34 N=60 29-36-50 N=86 53 47 33 43 35 14 11 12 15 10 25-13-12 36-13-23 52-27-25 55-24-31 28-18-10 SANDY LEAN CLAY (CL), dark brown to light brown, medium stiff to stiff - soft at 5' bgs CLAYEY SAND (SC), reddish brown to grey, medium dense to dense - very dense at 20' bgs - very dense from 30' to 35' bgs Boring Terminated at 35 Feet 10.0 35.0 bgs - Below ground surface Hammer Type: AutomaticStratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL AR185063 NORTHWEST LUBBOCK.GPJ MODELLAYER.GPJ 3/22/19WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 15 20 25 30 35 STRENGTH TEST FIELD TESTRESULTSCOMPRESSIVESTRENGTH(tsf)TEST TYPESTRAIN (%)PERCENT FINESWATERCONTENT (%)DRY UNITWEIGHT (pcf)ATTERBERG LIMITS LL-PL-PI LOCATION Latitude: 33.6006° Longitude: -101.9205° See Exploration Plan GRAPHIC LOGDEPTH Page 1 of 1 Advancement Method: Hollow Stem Auger Abandonment Method: Boring backfilled with soil cuttings upon completion. 5827 50th St, Ste 1 Lubbock, TX Notes: Project No.: AR185063 Drill Rig: CME 75 BORING LOG NO. B8 Freese and Nichols, Inc.CLIENT: Lubbock, Texas Driller: LK Boring Completed: 01-02-2019 PROJECT: Northwest Lubbock Drainage Improvement Project Phase 3 See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. 4th Street & Loop 289 Lubbock, Texas SITE: Boring Started: 01-02-2019 No free water observed during and after drilling WATER LEVEL OBSERVATIONS SAMPLE TYPE 1-3-4 N=7 4-4-4 N=8 6-11-12 N=23 7-9-10 N=19 14-20-26 N=46 36-43-21 N=64 13-27-32 N=59 8-14-14 N=28 50/4" 54 54 19 22 23 14 10 14 18 15 27-12-15 33-16-17 53-31-22 51-30-21 43-25-18 SANDY LEAN CLAY (CL), dark brown to brown, medium stiff - very stiff from 5' to 15' bgs SILTY SAND WITH GRAVEL (SM), light brown, dense to very dense CLAYEY SAND (SC), light brown, medium dense - very dense at 33.5' Boring Terminated at 35 Feet 15.0 28.0 35.0 bgs - Below ground surface Hammer Type: AutomaticStratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL AR185063 NORTHWEST LUBBOCK.GPJ MODELLAYER.GPJ 3/22/19WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 15 20 25 30 35 STRENGTH TEST FIELD TESTRESULTSCOMPRESSIVESTRENGTH(tsf)TEST TYPESTRAIN (%)PERCENT FINESWATERCONTENT (%)DRY UNITWEIGHT (pcf)ATTERBERG LIMITS LL-PL-PI LOCATION Latitude: 33.6017° Longitude: -101.9185° See Exploration Plan GRAPHIC LOGDEPTH Page 1 of 1 Advancement Method: Hollow Stem Auger Abandonment Method: Boring backfilled with soil cuttings upon completion. 5827 50th St, Ste 1 Lubbock, TX Notes: Project No.: AR185063 Drill Rig: CME 75 BORING LOG NO. B9 Freese and Nichols, Inc.CLIENT: Lubbock, Texas Driller: LK Boring Completed: 01-04-2019 PROJECT: Northwest Lubbock Drainage Improvement Project Phase 3 See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. 4th Street & Loop 289 Lubbock, Texas SITE: Boring Started: 01-04-2019 No free water observed during and after drilling WATER LEVEL OBSERVATIONS SAMPLE TYPE 2-3-3 N=6 4-4-5 N=9 4-5-4 N=9 6-7-9 N=16 9-12-14 N=26 9-14-19 N=33 14-16-26 N=42 23-29-32 N=61 10-12-12 N=24 10-12-14 N=26 10-11-11 N=22 28 44 60 37 35 10 14 18 19 16 22-15-7 33-15-18 43-20-23 43-22-21 40-21-19 SILTY CLAYEY SAND (SC-SM), dark brown, loose SANDY LEAN CLAY (CL), dark brown, stiff CLAYEY SAND (SC), brown, medium dense SANDY LEAN CLAY (CL), light brown, hard CLAYEY SAND (SC), grey to reddish brown, medium dense - very dense at 25' bgs Boring Terminated at 40 Feet 4.0 7.5 15.0 25.0 40.0 bgs - Below ground surface Hammer Type: AutomaticStratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL AR185063 NORTHWEST LUBBOCK.GPJ MODELLAYER.GPJ 3/22/19WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 15 20 25 30 35 40 STRENGTH TEST FIELD TESTRESULTSCOMPRESSIVESTRENGTH(tsf)TEST TYPESTRAIN (%)PERCENT FINESWATERCONTENT (%)DRY UNITWEIGHT (pcf)ATTERBERG LIMITS LL-PL-PI LOCATION Latitude: 33.6027° Longitude: -101.9168° See Exploration Plan GRAPHIC LOGDEPTH Page 1 of 1 Advancement Method: Hollow Stem Auger Abandonment Method: Boring backfilled with soil cuttings upon completion. 5827 50th St, Ste 1 Lubbock, TX Notes: Project No.: AR185063 Drill Rig: CME 75 BORING LOG NO. B10 Freese and Nichols, Inc.CLIENT: Lubbock, Texas Driller: LK Boring Completed: 01-16-2019 PROJECT: Northwest Lubbock Drainage Improvement Project Phase 3 See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. 4th Street & Loop 289 Lubbock, Texas SITE: Boring Started: 01-16-2019 No free water observed during and after drilling WATER LEVEL OBSERVATIONS SAMPLE TYPE 2-3-3 N=6 2-3-3 N=6 2-4-3 N=7 4-7-11 N=18 4-7-9 N=16 26-37-41 N=78 23-29-32 N=61 26-32-43 N=75 13-10-14 N=24 26-29-36 N=65 21-29-36 N=65 21-30-39 N=69 65 57 81 54 34 18 18 15 14 13 429-14-415 44-14-30 61-21-40 57-21-36 40-21-19 SANDY FAT CLAY (CH), brown to light brown, medium stiff - very stiff from 7.5' to 10' bgs SANDY LEAN CLAY (CL), light brown, very stiff to hard FAT CLAY WITH SAND (CH), light brown, hard SANDY FAT CLAY (CH), light brown, hard CLAYEY SAND (SC), reddish brown, very dense - medium dense at 30' bgs Boring Terminated at 45 Feet 10.0 20.0 25.0 30.0 45.0 bgs - Below ground surface Hammer Type: AutomaticStratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL AR185063 NORTHWEST LUBBOCK.GPJ MODELLAYER.GPJ 3/22/19WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 15 20 25 30 35 40 45 STRENGTH TEST FIELD TESTRESULTSCOMPRESSIVESTRENGTH(tsf)TEST TYPESTRAIN (%)PERCENT FINESWATERCONTENT (%)DRY UNITWEIGHT (pcf)ATTERBERG LIMITS LL-PL-PI LOCATION Latitude: 33.6032° Longitude: -101.9136° See Exploration Plan GRAPHIC LOGDEPTH Page 1 of 1 Advancement Method: Hollow Stem Auger Abandonment Method: Boring backfilled with soil cuttings upon completion. 5827 50th St, Ste 1 Lubbock, TX Notes: Project No.: AR185063 Drill Rig: CME 75 BORING LOG NO. B11 Freese and Nichols, Inc.CLIENT: Lubbock, Texas Driller: LK Boring Completed: 01-16-2019 PROJECT: Northwest Lubbock Drainage Improvement Project Phase 3 See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. 4th Street & Loop 289 Lubbock, Texas SITE: Boring Started: 01-16-2019 No free water observed during and after drilling WATER LEVEL OBSERVATIONS SAMPLE TYPE 2-3-3 N=6 3-3-5 N=8 8-11-19 N=30 7-10-12 N=22 11-11-13 N=24 7-12-18 N=30 13-15-12 N=27 10-10-10 N=20 5-8-11 N=19 4-38-22 N=60 8-16-13 N=29 23-36-28 N=64 47 37 62 19 25 13 14 8 14 16 17 13 31-14-17 27-13-14 34-14-20 66-30-36 44-21-23 NP CLAYEY SAND (SC), dark brown to light brown, loose to medium dense - reddish brown to light brown from 4' to 13' bgs - dense at 5' bgs SANDY LEAN CLAY (CL), light brown, very stiff CLAYEY SAND WITH GRAVEL (SC), greenish gray to light brown, medium dense - very dense at 35' bgs SILTY SAND (SM), reddish brown, medium dense - very dense at 43.5' bgs Boring Terminated at 45 Feet 13.0 25.0 40.0 45.0 bgs - Below ground surface Hammer Type: AutomaticStratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL AR185063 NORTHWEST LUBBOCK.GPJ MODELLAYER.GPJ 3/22/19WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 15 20 25 30 35 40 45 STRENGTH TEST FIELD TESTRESULTSCOMPRESSIVESTRENGTH(tsf)TEST TYPESTRAIN (%)PERCENT FINESWATERCONTENT (%)DRY UNITWEIGHT (pcf)ATTERBERG LIMITS LL-PL-PI LOCATION Latitude: 33.6045° Longitude: -101.9114° See Exploration Plan GRAPHIC LOGDEPTH Page 1 of 1 Advancement Method: Hollow Stem Auger Abandonment Method: Boring backfilled with soil cuttings upon completion. 5827 50th St, Ste 1 Lubbock, TX Notes: Project No.: AR185063 Drill Rig: CME 75 BORING LOG NO. B12 Freese and Nichols, Inc.CLIENT: Lubbock, Texas Driller: LK Boring Completed: 01-02-2019 PROJECT: Northwest Lubbock Drainage Improvement Project Phase 3 See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. 4th Street & Loop 289 Lubbock, Texas SITE: Boring Started: 01-02-2019 No free water observed during and after drilling WATER LEVEL OBSERVATIONS SAMPLE TYPE 2-2-2 N=4 2-2-3 N=5 4-5-6 N=11 5-6-5 N=11 6-10-13 N=23 5-6-10 N=16 4-4-3 N=7 41-29-35 N=64 14-15-28 N=43 13-36-44 N=80 28-50/5" 42 53 54 36 18 14 13 15 13 13 23 18 22-13-9 34-16-18 27-11-16 26-16-10 69-44-25 NP CLAYEY SAND (SC), dark brown, loose SANDY LEAN CLAY (CL), brown, stiff to very stiff CLAYEY SAND (SC), reddish brown to light brown, loose -very dense at 25' bgs SILTY SAND (SM), light brown to reddish brown, dense to very dense - with gravel from 27' to 35' bgs Boring Terminated at 40 Feet 4.0 20.0 27.0 40.0 bgs - Below ground surface Hammer Type: AutomaticStratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL AR185063 NORTHWEST LUBBOCK.GPJ MODELLAYER.GPJ 3/22/19WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 15 20 25 30 35 40 STRENGTH TEST FIELD TESTRESULTSCOMPRESSIVESTRENGTH(tsf)TEST TYPESTRAIN (%)PERCENT FINESWATERCONTENT (%)DRY UNITWEIGHT (pcf)ATTERBERG LIMITS LL-PL-PI LOCATION Latitude: 33.6038° Longitude: -101.9107° See Exploration Plan GRAPHIC LOGDEPTH Page 1 of 1 Advancement Method: Hollow Stem Auger Abandonment Method: Boring backfilled with soil cuttings upon completion. 5827 50th St, Ste 1 Lubbock, TX Notes: Project No.: AR185063 Drill Rig: CME 75 BORING LOG NO. B13 Freese and Nichols, Inc.CLIENT: Lubbock, Texas Driller: LK Boring Completed: 01-02-2019 PROJECT: Northwest Lubbock Drainage Improvement Project Phase 3 See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. 4th Street & Loop 289 Lubbock, Texas SITE: Boring Started: 01-02-2019 No free water observed during and after drilling WATER LEVEL OBSERVATIONS SAMPLE TYPE 3-2-2 N=4 3-2-6 N=8 7-10-13 N=23 6-11-11 N=22 10-14-16 N=30 9-9-10 N=19 15-38-50/5" 12-21-19 N=40 10-12-26 N=38 6-10-13 N=23 26-24-33 N=57 71 64 37 23 35 7 15 16 20 25 24-13-11 35-15-20 46-24-22 49-32-17 41-33-8 LEAN CLAY WITH SAND (CL), brown to light brown, soft to medium stiff - very stiff from 5' to 15' bgs SANDY LEAN CLAY (CL), light brown, very stiff CLAYEY SAND WITH GRAVEL (SC), reddish brown, dense to very dense SILTY SAND (SM), reddish brown to white, medium dense to very dense -with gravel from 27' to 35' bgs Boring Terminated at 40 Feet 15.0 20.0 27.0 40.0 bgs - Below ground surface Hammer Type: AutomaticStratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL AR185063 NORTHWEST LUBBOCK.GPJ MODELLAYER.GPJ 3/22/19WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 15 20 25 30 35 40 STRENGTH TEST FIELD TESTRESULTSCOMPRESSIVESTRENGTH(tsf)TEST TYPESTRAIN (%)PERCENT FINESWATERCONTENT (%)DRY UNITWEIGHT (pcf)ATTERBERG LIMITS LL-PL-PI LOCATION Latitude: 33.6054° Longitude: -101.9082° See Exploration Plan GRAPHIC LOGDEPTH Page 1 of 1 Advancement Method: Hollow Stem Auger Abandonment Method: Boring backfilled with soil cuttings upon completion. 5827 50th St, Ste 1 Lubbock, TX Notes: Project No.: AR185063 Drill Rig: CME 75 BORING LOG NO. B14 Freese and Nichols, Inc.CLIENT: Lubbock, Texas Driller: LK Boring Completed: 01-02-2019 PROJECT: Northwest Lubbock Drainage Improvement Project Phase 3 See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. 4th Street & Loop 289 Lubbock, Texas SITE: Boring Started: 01-02-2019 No free water observed during and after drilling WATER LEVEL OBSERVATIONS SAMPLE TYPE 2-2-2 N=4 2-2-4 N=6 8-13-14 N=27 7-11-11 N=22 6-8-10 N=18 3-4-13 N=17 4-9-33 N=42 7-14-25 N=39 24-28-15 N=43 50/2" 47 58 49 40 12 11 13 13 24-12-12 32-14-18 36-16-20 46-26-20 CLAYEY SAND (SC), brown, loose to medium dense SANDY LEAN CLAY (CL), reddish brown, very stiff CLAYEY SAND (SC), light brown, dense to very dense -with gravel from 22' to 35' bgs Boring Terminated at 35 Feet 10.0 20.0 35.0 bgs - Below ground surface Hammer Type: AutomaticStratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL AR185063 NORTHWEST LUBBOCK.GPJ MODELLAYER.GPJ 3/22/19WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 15 20 25 30 35 STRENGTH TEST FIELD TESTRESULTSCOMPRESSIVESTRENGTH(tsf)TEST TYPESTRAIN (%)PERCENT FINESWATERCONTENT (%)DRY UNITWEIGHT (pcf)ATTERBERG LIMITS LL-PL-PI LOCATION Latitude: 33.5926° Longitude: -101.9072° See Exploration Plan GRAPHIC LOGDEPTH Page 1 of 1 Advancement Method: Hollow Stem Auger Abandonment Method: Boring backfilled with soil cuttings upon completion. 5827 50th St, Ste 1 Lubbock, TX Notes: Project No.: AR185063 Drill Rig: CME 75 BORING LOG NO. B15 Freese and Nichols, Inc.CLIENT: Lubbock, Texas Driller: LK Boring Completed: 01-02-2019 PROJECT: Northwest Lubbock Drainage Improvement Project Phase 3 See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. 4th Street & Loop 289 Lubbock, Texas SITE: Boring Started: 01-02-2019 No free water observed during and after drilling WATER LEVEL OBSERVATIONS SAMPLE TYPE 1-2-3 N=5 2-3-2 N=5 3-6-9 N=15 5-8-8 N=16 15-18-31 N=49 50/5" 12-22-33 N=55 9-34-50/2" 56 67 43 16 9 11 28-16-12 36-20-16 41-17-24 SANDY LEAN CLAY (CL), dark brown to brown, medium stiff to stiff - very stiff to hard from 7.5' to 15' bgs CLAYEY SAND WITH GRAVEL (SC), light brown, very dense Boring Terminated at 25 Feet 12.0 25.0 bgs - Below ground surface Hammer Type: AutomaticStratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL AR185063 NORTHWEST LUBBOCK.GPJ MODELLAYER.GPJ 3/22/19WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 15 20 25 STRENGTH TEST FIELD TESTRESULTSCOMPRESSIVESTRENGTH(tsf)TEST TYPESTRAIN (%)PERCENT FINESWATERCONTENT (%)DRY UNITWEIGHT (pcf)ATTERBERG LIMITS LL-PL-PI LOCATION Latitude: 33.5806° Longitude: -101.9086° See Exploration Plan GRAPHIC LOGDEPTH Page 1 of 1 Advancement Method: Hollow Stem Auger Abandonment Method: Boring backfilled with soil cuttings upon completion. 5827 50th St, Ste 1 Lubbock, TX Notes: Project No.: AR185063 Drill Rig: CME 75 BORING LOG NO. B16 Freese and Nichols, Inc.CLIENT: Lubbock, Texas Driller: LK Boring Completed: 01-02-2019 PROJECT: Northwest Lubbock Drainage Improvement Project Phase 3 See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. 4th Street & Loop 289 Lubbock, Texas SITE: Boring Started: 01-02-2019 No free water observed during and after drilling WATER LEVEL OBSERVATIONS SAMPLE TYPE 2-2-2 N=4 2-2-2 N=4 6-11-11 N=22 8-10-10 N=20 10-15-29 N=44 15-26-15 N=41 11-32-21 N=53 10-23-50/5" 34 59 44 47 35 12 10 9 14 8 21-12-9 41-16-25 39-24-15 43-23-20 22-14-8 CLAYEY SAND (SC), brown, loose to medium dense SANDY LEAN CLAY (CL), light brown, hard CLAYEY SAND (SC), light brown, dense to very dense -with gravel from 22' to 25' bgs Boring Terminated at 25 Feet 10.0 12.0 25.0 bgs - Below ground surface Hammer Type: AutomaticStratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL AR185063 NORTHWEST LUBBOCK.GPJ MODELLAYER.GPJ 3/22/19WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 15 20 25 STRENGTH TEST FIELD TESTRESULTSCOMPRESSIVESTRENGTH(tsf)TEST TYPESTRAIN (%)PERCENT FINESWATERCONTENT (%)DRY UNITWEIGHT (pcf)ATTERBERG LIMITS LL-PL-PI LOCATION Latitude: 33.5806° Longitude: -101.9153° See Exploration Plan GRAPHIC LOGDEPTH Page 1 of 1 Advancement Method: Hollow Stem Auger Abandonment Method: Boring backfilled with soil cuttings upon completion. 5827 50th St, Ste 1 Lubbock, TX Notes: Project No.: AR185063 Drill Rig: CME 75 BORING LOG NO. B17 Freese and Nichols, Inc.CLIENT: Lubbock, Texas Driller: LK Boring Completed: 01-02-2019 PROJECT: Northwest Lubbock Drainage Improvement Project Phase 3 See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. 4th Street & Loop 289 Lubbock, Texas SITE: Boring Started: 01-02-2019 No free water observed during and after drilling WATER LEVEL OBSERVATIONS SAMPLE TYPE 0 10 20 30 40 50 60 0 20 40 60 80 100CH or OHCL or OLML or OL MH or OH"U" Line"A " LineATTERBERG LIMITS RESULTS ASTM D4318 P L A S T I C I T Y I N D E X LIQUID LIMIT PROJECT NUMBER: AR185063 SITE: 4th Street & Loop 289 Lubbock, Texas PROJECT: Northwest Lubbock Drainage Improvement Project Phase 3 CLIENT: Freese and Nichols, Inc. Lubbock, Texas 5827 50th St, Ste 1 Lubbock, TX LABORATORY TESTS ARE NOT VALID IF SEPARATED FROM ORIGINAL REPORT. ATTERBERG LIMITS AR185063 NORTHWEST LUBBOCK.GPJ TERRACON_DATATEMPLATE.GDT 3/21/1928 35 41 86 45 63 43 NP 30 35 40 NP NP NP 34 31 21 19 NP 26 15 17 17 36 20 38 31 NP 13 15 19 NP NP NP 15 15 16 14 NP 12 13 18 24 50 25 25 12 NP 17 20 21 NP NP NP 19 16 5 5 NP 14 CL SC CL SC SC SM SM SP-SM CL CL SC SM SM SM CL SC SC-SM SC-SM SM CL SANDY LEAN CLAY CLAYEY SAND with GRAVEL SANDY LEAN CLAY CLAYEY SAND with GRAVEL CLAYEY SAND SILTY SAND with GRAVEL SILTY SAND with GRAVEL POORLY GRADED SAND with SILT SANDY LEAN CLAY SANDY LEAN CLAY CLAYEY SAND SILTY SAND SILTY SAND SILTY SAND SANDY LEAN CLAY CLAYEY SAND SILTY, CLAYEY SAND SILTY, CLAYEY SAND SILTY SAND SANDY LEAN CLAY DescriptionUSCSFinesPIPLLLBoring ID Depth B1 B1 B1 B1 B2 B2 B2 B2 B3 B3 B3 B3 B3 B3 B4 B4 B4 B4 B4 B5 2.5 - 4 10 - 11.5 15 - 16.5 23.5 - 25 2.5 - 4 10 - 11.4 25 - 26 30 - 31.5 2.5 - 4 5 - 6.5 15 - 16.5 20 - 21.5 25 - 26.5 33.5 - 35 2.5 - 4 10 - 11.5 20 - 21.5 25 - 26.5 33.5 - 35 5 - 6.5 53 27 60 14 43 27 32 12 64 59 47 14 20 16 54 40 23 27 15 58 CL-ML 0 10 20 30 40 50 60 0 20 40 60 80 100CH or OHCL or OLML or OL MH or OH"U" Line"A " LineATTERBERG LIMITS RESULTS ASTM D4318 P L A S T I C I T Y I N D E X LIQUID LIMIT PROJECT NUMBER: AR185063 SITE: 4th Street & Loop 289 Lubbock, Texas PROJECT: Northwest Lubbock Drainage Improvement Project Phase 3 CLIENT: Freese and Nichols, Inc. Lubbock, Texas 5827 50th St, Ste 1 Lubbock, TX LABORATORY TESTS ARE NOT VALID IF SEPARATED FROM ORIGINAL REPORT. ATTERBERG LIMITS AR185063 NORTHWEST LUBBOCK.GPJ TERRACON_DATATEMPLATE.GDT 3/21/1955 33 NP 35 33 27 49 22 52 48 41 37 18 25 36 52 55 28 27 33 28 17 NP 14 13 12 27 16 24 28 25 21 14 13 13 27 24 18 12 16 27 16 NP 21 20 15 22 6 28 20 16 16 4 12 23 25 31 10 15 17 SC SC SP-SM CL SC SC SC SC-SM CH SM SC SC SC-SM CL SC SC SC SC CL CL CLAYEY SAND with GRAVEL CLAYEY SAND POORLY GRADED SAND with SILT SANDY LEAN CLAY CLAYEY SAND CLAYEY SAND CLAYEY SAND SILTY, CLAYEY SAND SANDY FAT CLAY SILTY SAND CLAYEY SAND CLAYEY SAND with GRAVEL SILTY, CLAYEY SAND SANDY LEAN CLAY CLAYEY SAND CLAYEY SAND CLAYEY SAND CLAYEY SAND SANDY LEAN CLAY SANDY LEAN CLAY DescriptionUSCSFinesPIPLLLBoring ID Depth B5 B5 B5 B6 B6 B6 B6 B6 B7 B7 B7 B7 B7 B8 B8 B8 B8 B8 B9 B9 15 - 16.5 25 - 26.5 30 - 31.5 5 - 6.5 15 - 16.5 20 - 21.5 25 - 26.5 33.5 - 35 5 - 6.5 15 - 16.5 20 - 21.5 25 - 25.8 30 - 30.7 2.5 - 4 10 - 11.5 15 - 16.5 25 - 26.5 30 - 31.5 2.5 - 4 10 - 11.5 16 33 12 50 42 36 42 18 65 42 45 28 42 53 47 33 43 35 54 54 CL-ML >>^ ^ 0 10 20 30 40 50 60 0 20 40 60 80 100CH or OHCL or OLML or OL MH or OH"U" Line"A " LineATTERBERG LIMITS RESULTS ASTM D4318 P L A S T I C I T Y I N D E X LIQUID LIMIT PROJECT NUMBER: AR185063 SITE: 4th Street & Loop 289 Lubbock, Texas PROJECT: Northwest Lubbock Drainage Improvement Project Phase 3 CLIENT: Freese and Nichols, Inc. Lubbock, Texas 5827 50th St, Ste 1 Lubbock, TX LABORATORY TESTS ARE NOT VALID IF SEPARATED FROM ORIGINAL REPORT. ATTERBERG LIMITS AR185063 NORTHWEST LUBBOCK.GPJ TERRACON_DATATEMPLATE.GDT 3/21/1953 51 43 22 33 43 43 40 429 44 61 57 40 31 27 34 66 44 NP 22 31 30 25 15 15 20 22 21 14 14 21 21 21 14 13 14 30 21 NP 13 22 21 18 7 18 23 21 19 415 30 40 36 19 17 14 20 36 23 NP 9 SM SM SC SC-SM SC CL SC SC CH CL CH CH SC SC SC CL SC SC SM SC SILTY SAND with GRAVEL SILTY SAND with GRAVEL CLAYEY SAND SILTY, CLAYEY SAND CLAYEY SAND SANDY LEAN CLAY CLAYEY SAND CLAYEY SAND SANDY FAT CLAY SANDY LEAN CLAY FAT CLAY with SAND SANDY FAT CLAY CLAYEY SAND CLAYEY SAND CLAYEY SAND SANDY LEAN CLAY CLAYEY SAND with GRAVEL CLAYEY SAND with GRAVEL SILTY SAND CLAYEY SAND DescriptionUSCSFinesPIPLLLBoring ID Depth B9 B9 B9 B10 B10 B10 B10 B10 B11 B11 B11 B11 B11 B12 B12 B12 B12 B12 B12 B13 20 - 21.5 25 - 26.5 30 - 31.5 2.5 - 4 10 - 11.5 20 - 21.5 30 - 31.5 35 - 36.5 2.5 - 4 10 - 11.5 20 - 21.5 25 - 26.5 35 - 36.5 2.5 - 4 5 - 6.5 15 - 16.5 25 - 26.5 35 - 36.5 40 - 41.5 2.5 - 4 19 22 23 28 44 60 37 35 65 57 81 54 34 47 37 62 19 25 13 42 CL-ML 0 10 20 30 40 50 60 0 20 40 60 80 100CH or OHCL or OLML or OL MH or OH"U" Line"A " LineATTERBERG LIMITS RESULTS ASTM D4318 P L A S T I C I T Y I N D E X LIQUID LIMIT PROJECT NUMBER: AR185063 SITE: 4th Street & Loop 289 Lubbock, Texas PROJECT: Northwest Lubbock Drainage Improvement Project Phase 3 CLIENT: Freese and Nichols, Inc. Lubbock, Texas 5827 50th St, Ste 1 Lubbock, TX LABORATORY TESTS ARE NOT VALID IF SEPARATED FROM ORIGINAL REPORT. ATTERBERG LIMITS AR185063 NORTHWEST LUBBOCK.GPJ TERRACON_DATATEMPLATE.GDT 3/21/1934 27 26 69 NP 24 35 46 49 41 24 32 36 46 28 36 41 21 41 39 16 11 16 44 NP 13 15 24 32 33 12 14 16 26 16 20 17 12 16 24 18 16 10 25 NP 11 20 22 17 8 12 18 20 20 12 16 24 9 25 15 CL CL SC SM SM CL CL SC SM SM SC CL SC SC CL CL SC SC CL SC SANDY LEAN CLAY SANDY LEAN CLAY CLAYEY SAND SILTY SAND with GRAVEL SILTY SAND LEAN CLAY with SAND SANDY LEAN CLAY CLAYEY SAND with GRAVEL SILTY SAND with GRAVEL SILTY SAND CLAYEY SAND SANDY LEAN CLAY CLAYEY SAND CLAYEY SAND with GRAVEL SANDY LEAN CLAY SANDY LEAN CLAY CLAYEY SAND with GRAVEL CLAYEY SAND SANDY LEAN CLAY CLAYEY SAND DescriptionUSCSFinesPIPLLLBoring ID Depth B13 B13 B13 B13 B13 B14 B14 B14 B14 B14 B15 B15 B15 B15 B16 B16 B16 B17 B17 B17 10 - 11.5 15 - 16.5 20 - 21.5 30 - 31.5 35 - 36.5 5 - 6.5 15 - 16.5 20 - 21.4 30 - 31.5 35 - 36.5 2.5 - 4 10 - 11.5 20 - 21.5 30 - 31.5 2.5 - 4 10 - 11.5 15 - 15.5 2.5 - 4 10 - 11.5 15 - 16.5 53 54 36 18 14 71 64 37 23 35 47 58 49 40 56 67 43 34 59 44 CL-ML 0 10 20 30 40 50 60 0 20 40 60 80 100CH or OHCL or OLML or OL MH or OH"U" Line"A " LineATTERBERG LIMITS RESULTS ASTM D4318 P L A S T I C I T Y I N D E X LIQUID LIMIT PROJECT NUMBER: AR185063 SITE: 4th Street & Loop 289 Lubbock, Texas PROJECT: Northwest Lubbock Drainage Improvement Project Phase 3 CLIENT: Freese and Nichols, Inc. Lubbock, Texas 5827 50th St, Ste 1 Lubbock, TX LABORATORY TESTS ARE NOT VALID IF SEPARATED FROM ORIGINAL REPORT. ATTERBERG LIMITS AR185063 NORTHWEST LUBBOCK.GPJ TERRACON_DATATEMPLATE.GDT 3/21/1943 22 23 14 20 8 SC SC CLAYEY SAND CLAYEY SAND with GRAVEL DescriptionUSCSFinesPIPLLLBoring ID Depth B17 B17 20 - 21.5 23.5 47 35 CL-ML 0 5 10 15 20 25 30 35 40 45 50 55 60 65 70 75 80 85 90 95 100 0.0010.010.1110100 GRAIN SIZE IN MILLIMETERS 3/4 1/23/8 30 403 60 HYDROMETERU.S. SIEVE OPENING IN INCHES 16 20 100 90 80 70 60 50 40 30 20 10 0 U.S. SIEVE NUMBERS 44 1006321014506 2001.5 81 140 PERCENT FINER BY WEIGHTPERCENT COARSER BY WEIGHTGRAIN SIZE DISTRIBUTION ASTM D422 / ASTM C136 PROJECT NUMBER: AR185063 SITE: 4th Street & Loop 289 Lubbock, Texas PROJECT: Northwest Lubbock Drainage Improvement Project Phase 3 CLIENT: Freese and Nichols, Inc. Lubbock, Texas 5827 50th St, Ste 1 Lubbock, TX LABORATORY TESTS ARE NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GRAIN SIZE: USCS 1 AR185063 NORTHWEST LUBBOCK.GPJ TERRACON_DATATEMPLATE.GDT 3/21/19fine coarse finemediumcoarse SANDY LEAN CLAY (CL) CLAYEY SAND with GRAVEL (SC) SANDY LEAN CLAY (CL)D10 % Finer COEFFICIENTS REMARKS CU CC Sieve 1/2" 3/8" #4 #40 #200 100.0 98.89 98.47 97.05 59.52 100.0 94.86 90.05 75.46 49.96 26.67 3/4" 1/2" 3/8" #4 #40 #200 100.0 99.06 93.47 52.87 D60 D30 0.0 0.0 0.0 SILT OR CLAYSANDGRAVELCOBBLES 0.096 GRAIN SIZE 0.102 1.1 0.077 B1 B1 B1 CL SC CL 52.9 26.7 59.5 46.2 48.8 39.0 0.9 24.5 1.5 SOIL DESCRIPTION 2.5 - 4 10 - 11.5 15 - 16.5 3/8" #4 #40 #200 BORING ID DEPTH % GRAVEL % CLAY USCS% COBBLES % SAND % FINES% SILT % FinerSieve% FinerSieve 0 5 10 15 20 25 30 35 40 45 50 55 60 65 70 75 80 85 90 95 100 0.0010.010.1110100 GRAIN SIZE IN MILLIMETERS 3/4 1/23/8 30 403 60 HYDROMETERU.S. SIEVE OPENING IN INCHES 16 20 100 90 80 70 60 50 40 30 20 10 0 U.S. SIEVE NUMBERS 44 1006321014506 2001.5 81 140 PERCENT FINER BY WEIGHTPERCENT COARSER BY WEIGHTGRAIN SIZE DISTRIBUTION ASTM D422 / ASTM C136 PROJECT NUMBER: AR185063 SITE: 4th Street & Loop 289 Lubbock, Texas PROJECT: Northwest Lubbock Drainage Improvement Project Phase 3 CLIENT: Freese and Nichols, Inc. Lubbock, Texas 5827 50th St, Ste 1 Lubbock, TX LABORATORY TESTS ARE NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GRAIN SIZE: USCS 1 AR185063 NORTHWEST LUBBOCK.GPJ TERRACON_DATATEMPLATE.GDT 3/21/19fine coarse finemediumcoarse CLAYEY SAND with GRAVEL (SC) CLAYEY SAND (SC) SILTY SAND with GRAVEL (SM)D10 % Finer COEFFICIENTS REMARKS CU CC Sieve 3/4" 1/2" 3/8" #4 #40 #200 100.0 90.41 83.53 65.57 51.52 27.06 100.0 98.84 98.26 96.54 93.54 42.62 3/4" 1/2" 3/8" #4 #40 #200 100.0 87.24 80.61 61.16 32.99 13.58 D60 D30 0.0 0.0 0.0 SILT OR CLAYSANDGRAVELCOBBLES 0.325 0.092 GRAIN SIZE 4.302 0.136 1.825 B1 B2 B2 SC SC SM 13.6 42.6 27.1 47.6 53.9 38.5 38.8 3.5 34.4 SOIL DESCRIPTION 23.5 - 25 2.5 - 4 10 - 11.4 3/4" 1/2" 3/8" #4 #40 #200 BORING ID DEPTH % GRAVEL % CLAY USCS% COBBLES % SAND % FINES% SILT % FinerSieve% FinerSieve 0 5 10 15 20 25 30 35 40 45 50 55 60 65 70 75 80 85 90 95 100 0.0010.010.1110100 GRAIN SIZE IN MILLIMETERS 3/4 1/23/8 30 403 60 HYDROMETERU.S. SIEVE OPENING IN INCHES 16 20 100 90 80 70 60 50 40 30 20 10 0 U.S. SIEVE NUMBERS 44 1006321014506 2001.5 81 140 PERCENT FINER BY WEIGHTPERCENT COARSER BY WEIGHTGRAIN SIZE DISTRIBUTION ASTM D422 / ASTM C136 PROJECT NUMBER: AR185063 SITE: 4th Street & Loop 289 Lubbock, Texas PROJECT: Northwest Lubbock Drainage Improvement Project Phase 3 CLIENT: Freese and Nichols, Inc. Lubbock, Texas 5827 50th St, Ste 1 Lubbock, TX LABORATORY TESTS ARE NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GRAIN SIZE: USCS 1 AR185063 NORTHWEST LUBBOCK.GPJ TERRACON_DATATEMPLATE.GDT 3/21/19fine coarse finemediumcoarse SILTY SAND with GRAVEL (SM) POORLY GRADED SAND with SILT (SP-SM)SANDY LEAN CLAY (CL)D10 % Finer COEFFICIENTS REMARKS 0.81 CU CC Sieve 3/4" 1/2" 3/8" #4 #40 #200 100.0 98.65 98.65 96.73 93.47 63.89 100.0 99.61 93.85 11.59 3/8" #4 #40 #200 100.0 96.44 84.29 71.15 31.84 D60 D30 0.0 0.0 0.0 SILT OR CLAYSANDGRAVELCOBBLES 0.111 GRAIN SIZE 0.26 0.208 B2 B2 B3 2.87 SM SP-SM CL 31.8 11.6 63.9 52.5 88.0 32.8 15.7 0.4 3.3 SOIL DESCRIPTION 25 - 26 30 - 31.5 2.5 - 4 1/2" 3/8" #4 #40 #200 BORING ID DEPTH % GRAVEL % CLAY USCS% COBBLES % SAND % FINES% SILT % FinerSieve% FinerSieve 0 5 10 15 20 25 30 35 40 45 50 55 60 65 70 75 80 85 90 95 100 0.0010.010.1110100 GRAIN SIZE IN MILLIMETERS 3/4 1/23/8 30 403 60 HYDROMETERU.S. SIEVE OPENING IN INCHES 16 20 100 90 80 70 60 50 40 30 20 10 0 U.S. SIEVE NUMBERS 44 1006321014506 2001.5 81 140 PERCENT FINER BY WEIGHTPERCENT COARSER BY WEIGHTGRAIN SIZE DISTRIBUTION ASTM D422 / ASTM C136 PROJECT NUMBER: AR185063 SITE: 4th Street & Loop 289 Lubbock, Texas PROJECT: Northwest Lubbock Drainage Improvement Project Phase 3 CLIENT: Freese and Nichols, Inc. Lubbock, Texas 5827 50th St, Ste 1 Lubbock, TX LABORATORY TESTS ARE NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GRAIN SIZE: USCS 1 AR185063 NORTHWEST LUBBOCK.GPJ TERRACON_DATATEMPLATE.GDT 3/21/19fine coarse finemediumcoarse SANDY LEAN CLAY (CL) CLAYEY SAND (SC) SILTY SAND (SM)D10 % Finer COEFFICIENTS REMARKS CU CC Sieve 3/4" 1/2" 3/8" #4 #40 #200 100.0 96.67 96.67 94.74 86.64 13.99 100.0 96.6 92.45 86.88 81.16 47.32 3/4" 1/2" 3/8" #4 #40 #200 100.0 98.54 97.86 96.74 91.53 59.03 D60 D30 0.0 0.0 0.0 SILT OR CLAYSANDGRAVELCOBBLES 0.11 GRAIN SIZE 0.079 0.144 0.225 B3 B3 B3 CL SC SM 59.0 47.3 14.0 37.7 39.6 80.7 3.3 13.1 5.3 SOIL DESCRIPTION 5 - 6.5 15 - 16.5 20 - 21.5 3/4" 1/2" 3/8" #4 #40 #200 BORING ID DEPTH % GRAVEL % CLAY USCS% COBBLES % SAND % FINES% SILT % FinerSieve% FinerSieve 0 5 10 15 20 25 30 35 40 45 50 55 60 65 70 75 80 85 90 95 100 0.0010.010.1110100 GRAIN SIZE IN MILLIMETERS 3/4 1/23/8 30 403 60 HYDROMETERU.S. SIEVE OPENING IN INCHES 16 20 100 90 80 70 60 50 40 30 20 10 0 U.S. SIEVE NUMBERS 44 1006321014506 2001.5 81 140 PERCENT FINER BY WEIGHTPERCENT COARSER BY WEIGHTGRAIN SIZE DISTRIBUTION ASTM D422 / ASTM C136 PROJECT NUMBER: AR185063 SITE: 4th Street & Loop 289 Lubbock, Texas PROJECT: Northwest Lubbock Drainage Improvement Project Phase 3 CLIENT: Freese and Nichols, Inc. Lubbock, Texas 5827 50th St, Ste 1 Lubbock, TX LABORATORY TESTS ARE NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GRAIN SIZE: USCS 1 AR185063 NORTHWEST LUBBOCK.GPJ TERRACON_DATATEMPLATE.GDT 3/21/19fine coarse finemediumcoarse SILTY SAND (SM) SILTY SAND (SM) SANDY LEAN CLAY (CL)D10 % Finer COEFFICIENTS REMARKS CU CC Sieve 3/8" #4 #40 #200 100.0 99.24 97.3 53.6 100.0 99.65 98.79 95.42 16.23 1/2" 3/8" #4 #40 #200 100.0 95.41 90.97 86.21 77.31 20.1 D60 D30 0.0 0.0 0.0 SILT OR CLAYSANDGRAVELCOBBLES 0.101 0.101 GRAIN SIZE 0.251 0.196 0.097 B3 B3 B4 SM SM CL 20.1 16.2 53.6 66.1 82.6 45.6 13.8 1.2 0.8 SOIL DESCRIPTION 25 - 26.5 33.5 - 35 2.5 - 4 3/4" 1/2" 3/8" #4 #40 #200 BORING ID DEPTH % GRAVEL % CLAY USCS% COBBLES % SAND % FINES% SILT % FinerSieve% FinerSieve 0 5 10 15 20 25 30 35 40 45 50 55 60 65 70 75 80 85 90 95 100 0.0010.010.1110100 GRAIN SIZE IN MILLIMETERS 3/4 1/23/8 30 403 60 HYDROMETERU.S. SIEVE OPENING IN INCHES 16 20 100 90 80 70 60 50 40 30 20 10 0 U.S. SIEVE NUMBERS 44 1006321014506 2001.5 81 140 PERCENT FINER BY WEIGHTPERCENT COARSER BY WEIGHTGRAIN SIZE DISTRIBUTION ASTM D422 / ASTM C136 PROJECT NUMBER: AR185063 SITE: 4th Street & Loop 289 Lubbock, Texas PROJECT: Northwest Lubbock Drainage Improvement Project Phase 3 CLIENT: Freese and Nichols, Inc. Lubbock, Texas 5827 50th St, Ste 1 Lubbock, TX LABORATORY TESTS ARE NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GRAIN SIZE: USCS 1 AR185063 NORTHWEST LUBBOCK.GPJ TERRACON_DATATEMPLATE.GDT 3/21/19fine coarse finemediumcoarse CLAYEY SAND (SC) SILTY, CLAYEY SAND (SC-SM) SILTY, CLAYEY SAND (SC-SM)D10 % Finer COEFFICIENTS REMARKS CU CC Sieve 3/4" 1/2" 3/8" #4 #40 #200 100.0 98.62 98.62 97.59 94.39 27.02 100.0 99.14 98.77 96.0 23.36 1/2" 3/8" #4 #40 #200 100.0 99.15 96.42 91.26 40.17 D60 D30 0.0 0.0 0.0 SILT OR CLAYSANDGRAVELCOBBLES 0.088 0.081 GRAIN SIZE 0.147 0.18 0.175 B4 B4 B4 SC SC-SM SC-SM 40.2 23.4 27.0 56.2 75.4 70.6 3.6 1.2 2.4 SOIL DESCRIPTION 10 - 11.5 20 - 21.5 25 - 26.5 1/2" 3/8" #4 #40 #200 BORING ID DEPTH % GRAVEL % CLAY USCS% COBBLES % SAND % FINES% SILT % FinerSieve% FinerSieve 0 5 10 15 20 25 30 35 40 45 50 55 60 65 70 75 80 85 90 95 100 0.0010.010.1110100 GRAIN SIZE IN MILLIMETERS 3/4 1/23/8 30 403 60 HYDROMETERU.S. SIEVE OPENING IN INCHES 16 20 100 90 80 70 60 50 40 30 20 10 0 U.S. SIEVE NUMBERS 44 1006321014506 2001.5 81 140 PERCENT FINER BY WEIGHTPERCENT COARSER BY WEIGHTGRAIN SIZE DISTRIBUTION ASTM D422 / ASTM C136 PROJECT NUMBER: AR185063 SITE: 4th Street & Loop 289 Lubbock, Texas PROJECT: Northwest Lubbock Drainage Improvement Project Phase 3 CLIENT: Freese and Nichols, Inc. Lubbock, Texas 5827 50th St, Ste 1 Lubbock, TX LABORATORY TESTS ARE NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GRAIN SIZE: USCS 1 AR185063 NORTHWEST LUBBOCK.GPJ TERRACON_DATATEMPLATE.GDT 3/21/19fine coarse finemediumcoarse SILTY SAND (SM) SANDY LEAN CLAY (CL) CLAYEY SAND with GRAVEL (SC)D10 % Finer COEFFICIENTS REMARKS CU CC Sieve 1" 3/4" 1/2" 3/8" #4 #40 #200 100.0 86.91 82.19 74.99 59.23 35.57 15.98 100.0 99.24 96.3 58.45 3/8" #4 #40 #200 100.0 98.82 98.82 98.24 95.12 14.64 D60 D30 0.0 0.0 0.0 SILT OR CLAYSANDGRAVELCOBBLES 0.104 0.26 GRAIN SIZE 0.199 0.081 4.913 B4 B5 B5 SM CL SC 14.6 58.4 16.0 83.6 40.8 43.2 1.8 0.8 40.8 SOIL DESCRIPTION 33.5 - 35 5 - 6.5 15 - 16.5 3/4" 1/2" 3/8" #4 #40 #200 BORING ID DEPTH % GRAVEL % CLAY USCS% COBBLES % SAND % FINES% SILT % FinerSieve% FinerSieve 0 5 10 15 20 25 30 35 40 45 50 55 60 65 70 75 80 85 90 95 100 0.0010.010.1110100 GRAIN SIZE IN MILLIMETERS 3/4 1/23/8 30 403 60 HYDROMETERU.S. SIEVE OPENING IN INCHES 16 20 100 90 80 70 60 50 40 30 20 10 0 U.S. SIEVE NUMBERS 44 1006321014506 2001.5 81 140 PERCENT FINER BY WEIGHTPERCENT COARSER BY WEIGHTGRAIN SIZE DISTRIBUTION ASTM D422 / ASTM C136 PROJECT NUMBER: AR185063 SITE: 4th Street & Loop 289 Lubbock, Texas PROJECT: Northwest Lubbock Drainage Improvement Project Phase 3 CLIENT: Freese and Nichols, Inc. Lubbock, Texas 5827 50th St, Ste 1 Lubbock, TX LABORATORY TESTS ARE NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GRAIN SIZE: USCS 1 AR185063 NORTHWEST LUBBOCK.GPJ TERRACON_DATATEMPLATE.GDT 3/21/19fine coarse finemediumcoarse CLAYEY SAND (SC) POORLY GRADED SAND with SILT (SP-SM)SANDY LEAN CLAY (CL)D10 % Finer COEFFICIENTS REMARKS 0.80 CU CC Sieve 3/8" #4 #40 #200 100.0 99.43 98.43 50.04 100.0 93.47 93.47 93.47 93.01 91.89 89.51 11.93 1 1/2" 1" 3/4" 1/2" 3/8" #4 #40 #200 100.0 96.38 94.67 92.18 83.44 32.66 D60 D30 0.0 0.0 0.0 SILT OR CLAYSANDGRAVELCOBBLES 0.112 GRAIN SIZE 0.191 0.22 0.107 B5 B5 B6 3.06 SC SP-SM CL 32.7 11.9 50.0 59.5 80.0 49.4 7.8 8.1 0.6 SOIL DESCRIPTION 25 - 26.5 30 - 31.5 5 - 6.5 3/4" 1/2" 3/8" #4 #40 #200 BORING ID DEPTH % GRAVEL % CLAY USCS% COBBLES % SAND % FINES% SILT % FinerSieve% FinerSieve 0 5 10 15 20 25 30 35 40 45 50 55 60 65 70 75 80 85 90 95 100 0.0010.010.1110100 GRAIN SIZE IN MILLIMETERS 3/4 1/23/8 30 403 60 HYDROMETERU.S. SIEVE OPENING IN INCHES 16 20 100 90 80 70 60 50 40 30 20 10 0 U.S. SIEVE NUMBERS 44 1006321014506 2001.5 81 140 PERCENT FINER BY WEIGHTPERCENT COARSER BY WEIGHTGRAIN SIZE DISTRIBUTION ASTM D422 / ASTM C136 PROJECT NUMBER: AR185063 SITE: 4th Street & Loop 289 Lubbock, Texas PROJECT: Northwest Lubbock Drainage Improvement Project Phase 3 CLIENT: Freese and Nichols, Inc. Lubbock, Texas 5827 50th St, Ste 1 Lubbock, TX LABORATORY TESTS ARE NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GRAIN SIZE: USCS 1 AR185063 NORTHWEST LUBBOCK.GPJ TERRACON_DATATEMPLATE.GDT 3/21/19fine coarse finemediumcoarse CLAYEY SAND (SC) CLAYEY SAND (SC) CLAYEY SAND (SC)D10 % Finer COEFFICIENTS REMARKS CU CC Sieve 3/8" #4 #40 #200 100.0 99.86 96.95 41.58 100.0 99.64 99.34 97.89 36.21 1/2" 3/8" #4 #40 #200 100.0 99.88 98.9 42.39 D60 D30 0.0 0.0 0.0 SILT OR CLAYSANDGRAVELCOBBLES GRAIN SIZE 0.129 0.146 0.134 B6 B6 B6 SC SC SC 42.4 36.2 41.6 57.5 63.1 58.3 0.1 0.7 0.1 SOIL DESCRIPTION 15 - 16.5 20 - 21.5 25 - 26.5 3/8" #4 #40 #200 BORING ID DEPTH % GRAVEL % CLAY USCS% COBBLES % SAND % FINES% SILT % FinerSieve% FinerSieve 0 5 10 15 20 25 30 35 40 45 50 55 60 65 70 75 80 85 90 95 100 0.0010.010.1110100 GRAIN SIZE IN MILLIMETERS 3/4 1/23/8 30 403 60 HYDROMETERU.S. SIEVE OPENING IN INCHES 16 20 100 90 80 70 60 50 40 30 20 10 0 U.S. SIEVE NUMBERS 44 1006321014506 2001.5 81 140 PERCENT FINER BY WEIGHTPERCENT COARSER BY WEIGHTGRAIN SIZE DISTRIBUTION ASTM D422 / ASTM C136 PROJECT NUMBER: AR185063 SITE: 4th Street & Loop 289 Lubbock, Texas PROJECT: Northwest Lubbock Drainage Improvement Project Phase 3 CLIENT: Freese and Nichols, Inc. Lubbock, Texas 5827 50th St, Ste 1 Lubbock, TX LABORATORY TESTS ARE NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GRAIN SIZE: USCS 1 AR185063 NORTHWEST LUBBOCK.GPJ TERRACON_DATATEMPLATE.GDT 3/21/19fine coarse finemediumcoarse SILTY, CLAYEY SAND (SC-SM) SANDY FAT CLAY (CH) SILTY SAND (SM)D10 % Finer COEFFICIENTS REMARKS CU CC Sieve 1" 3/4" 1/2" 3/8" #4 #40 #200 100.0 96.45 96.45 94.76 87.39 74.63 41.87 100.0 98.5 65.12 #4 #40 #200 100.0 99.97 98.5 18.15 D60 D30 0.0 0.0 0.0 SILT OR CLAYSANDGRAVELCOBBLES 0.097 GRAIN SIZE 0.185 0.196 B6 B7 B7 SC-SM CH SM 18.2 65.1 41.9 81.8 34.9 45.5 0.0 0.0 12.6 SOIL DESCRIPTION 33.5 - 35 5 - 6.5 15 - 16.5 3/8" #4 #40 #200 BORING ID DEPTH % GRAVEL % CLAY USCS% COBBLES % SAND % FINES% SILT % FinerSieve% FinerSieve 0 5 10 15 20 25 30 35 40 45 50 55 60 65 70 75 80 85 90 95 100 0.0010.010.1110100 GRAIN SIZE IN MILLIMETERS 3/4 1/23/8 30 403 60 HYDROMETERU.S. SIEVE OPENING IN INCHES 16 20 100 90 80 70 60 50 40 30 20 10 0 U.S. SIEVE NUMBERS 44 1006321014506 2001.5 81 140 PERCENT FINER BY WEIGHTPERCENT COARSER BY WEIGHTGRAIN SIZE DISTRIBUTION ASTM D422 / ASTM C136 PROJECT NUMBER: AR185063 SITE: 4th Street & Loop 289 Lubbock, Texas PROJECT: Northwest Lubbock Drainage Improvement Project Phase 3 CLIENT: Freese and Nichols, Inc. Lubbock, Texas 5827 50th St, Ste 1 Lubbock, TX LABORATORY TESTS ARE NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GRAIN SIZE: USCS 1 AR185063 NORTHWEST LUBBOCK.GPJ TERRACON_DATATEMPLATE.GDT 3/21/19fine coarse finemediumcoarse CLAYEY SAND (SC) CLAYEY SAND with GRAVEL (SC) SILTY, CLAYEY SAND (SC-SM)D10 % Finer COEFFICIENTS REMARKS CU CC Sieve 3/8" #4 #40 #200 100.0 96.92 79.16 41.65 100.0 95.64 92.05 74.01 46.28 27.87 3/4" 1/2" 3/8" #4 #40 #200 100.0 98.85 91.79 78.6 44.97 D60 D30 0.0 0.0 0.0 SILT OR CLAYSANDGRAVELCOBBLES 0.092 GRAIN SIZE 0.163 1.402 0.175 B7 B7 B7 SC SC SC-SM 45.0 27.9 41.6 46.8 46.1 55.3 8.2 26.0 3.1 SOIL DESCRIPTION 20 - 21.5 25 - 25.8 30 - 30.7 1/2" 3/8" #4 #40 #200 BORING ID DEPTH % GRAVEL % CLAY USCS% COBBLES % SAND % FINES% SILT % FinerSieve% FinerSieve 0 5 10 15 20 25 30 35 40 45 50 55 60 65 70 75 80 85 90 95 100 0.0010.010.1110100 GRAIN SIZE IN MILLIMETERS 3/4 1/23/8 30 403 60 HYDROMETERU.S. SIEVE OPENING IN INCHES 16 20 100 90 80 70 60 50 40 30 20 10 0 U.S. SIEVE NUMBERS 44 1006321014506 2001.5 81 140 PERCENT FINER BY WEIGHTPERCENT COARSER BY WEIGHTGRAIN SIZE DISTRIBUTION ASTM D422 / ASTM C136 PROJECT NUMBER: AR185063 SITE: 4th Street & Loop 289 Lubbock, Texas PROJECT: Northwest Lubbock Drainage Improvement Project Phase 3 CLIENT: Freese and Nichols, Inc. Lubbock, Texas 5827 50th St, Ste 1 Lubbock, TX LABORATORY TESTS ARE NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GRAIN SIZE: USCS 1 AR185063 NORTHWEST LUBBOCK.GPJ TERRACON_DATATEMPLATE.GDT 3/21/19fine coarse finemediumcoarse SANDY LEAN CLAY (CL) CLAYEY SAND (SC) CLAYEY SAND (SC)D10 % Finer COEFFICIENTS REMARKS CU CC Sieve 1/2" 3/8" #4 #40 #200 100.0 98.12 92.29 75.18 33.06 100.0 99.5 98.34 95.37 46.94 1/2" 3/8" #4 #40 #200 100.0 99.67 97.02 53.21 D60 D30 0.0 0.0 0.0 SILT OR CLAYSANDGRAVELCOBBLES GRAIN SIZE 0.098 0.12 0.227 B8 B8 B8 CL SC SC 53.2 46.9 33.1 46.5 51.4 59.2 0.3 1.7 7.7 SOIL DESCRIPTION 2.5 - 4 10 - 11.5 15 - 16.5 3/8" #4 #40 #200 BORING ID DEPTH % GRAVEL % CLAY USCS% COBBLES % SAND % FINES% SILT % FinerSieve% FinerSieve 0 5 10 15 20 25 30 35 40 45 50 55 60 65 70 75 80 85 90 95 100 0.0010.010.1110100 GRAIN SIZE IN MILLIMETERS 3/4 1/23/8 30 403 60 HYDROMETERU.S. SIEVE OPENING IN INCHES 16 20 100 90 80 70 60 50 40 30 20 10 0 U.S. SIEVE NUMBERS 44 1006321014506 2001.5 81 140 PERCENT FINER BY WEIGHTPERCENT COARSER BY WEIGHTGRAIN SIZE DISTRIBUTION ASTM D422 / ASTM C136 PROJECT NUMBER: AR185063 SITE: 4th Street & Loop 289 Lubbock, Texas PROJECT: Northwest Lubbock Drainage Improvement Project Phase 3 CLIENT: Freese and Nichols, Inc. Lubbock, Texas 5827 50th St, Ste 1 Lubbock, TX LABORATORY TESTS ARE NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GRAIN SIZE: USCS 1 AR185063 NORTHWEST LUBBOCK.GPJ TERRACON_DATATEMPLATE.GDT 3/21/19fine coarse finemediumcoarse CLAYEY SAND (SC) CLAYEY SAND (SC) SANDY LEAN CLAY (CL)D10 % Finer COEFFICIENTS REMARKS CU CC Sieve 3/8" #4 #40 #200 100.0 99.4 97.34 53.6 100.0 97.22 94.47 86.67 35.1 1/2" 3/8" #4 #40 #200 100.0 98.14 97.1 92.22 81.19 42.69 D60 D30 0.0 0.0 0.0 SILT OR CLAYSANDGRAVELCOBBLES GRAIN SIZE 0.164 0.173 0.097 B8 B8 B9 SC SC CL 42.7 35.1 53.6 49.5 59.4 45.8 7.8 5.5 0.6 SOIL DESCRIPTION 25 - 26.5 30 - 31.5 2.5 - 4 3/4" 1/2" 3/8" #4 #40 #200 BORING ID DEPTH % GRAVEL % CLAY USCS% COBBLES % SAND % FINES% SILT % FinerSieve% FinerSieve 0 5 10 15 20 25 30 35 40 45 50 55 60 65 70 75 80 85 90 95 100 0.0010.010.1110100 GRAIN SIZE IN MILLIMETERS 3/4 1/23/8 30 403 60 HYDROMETERU.S. SIEVE OPENING IN INCHES 16 20 100 90 80 70 60 50 40 30 20 10 0 U.S. SIEVE NUMBERS 44 1006321014506 2001.5 81 140 PERCENT FINER BY WEIGHTPERCENT COARSER BY WEIGHTGRAIN SIZE DISTRIBUTION ASTM D422 / ASTM C136 PROJECT NUMBER: AR185063 SITE: 4th Street & Loop 289 Lubbock, Texas PROJECT: Northwest Lubbock Drainage Improvement Project Phase 3 CLIENT: Freese and Nichols, Inc. Lubbock, Texas 5827 50th St, Ste 1 Lubbock, TX LABORATORY TESTS ARE NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GRAIN SIZE: USCS 1 AR185063 NORTHWEST LUBBOCK.GPJ TERRACON_DATATEMPLATE.GDT 3/21/19fine coarse finemediumcoarse SANDY LEAN CLAY (CL) SILTY SAND with GRAVEL (SM) SILTY SAND with GRAVEL (SM)D10 % Finer COEFFICIENTS REMARKS CU CC Sieve 1" 3/4" 1/2" 3/8" #4 #40 #200 100.0 95.92 91.89 88.91 79.53 57.79 21.73 100.0 88.67 87.27 84.02 80.52 71.71 50.22 18.55 1 1/2" 1" 3/4" 1/2" 3/8" #4 #40 #200 100.0 98.88 98.88 97.77 95.63 53.75 D60 D30 0.0 0.0 0.0 SILT OR CLAYSANDGRAVELCOBBLES 0.14 0.112 GRAIN SIZE 0.097 1.275 0.543 B9 B9 B9 CL SM SM 53.8 18.5 21.7 44.0 53.2 57.8 2.2 28.3 20.5 SOIL DESCRIPTION 10 - 11.5 20 - 21.5 25 - 26.5 3/4" 1/2" 3/8" #4 #40 #200 BORING ID DEPTH % GRAVEL % CLAY USCS% COBBLES % SAND % FINES% SILT % FinerSieve% FinerSieve 0 5 10 15 20 25 30 35 40 45 50 55 60 65 70 75 80 85 90 95 100 0.0010.010.1110100 GRAIN SIZE IN MILLIMETERS 3/4 1/23/8 30 403 60 HYDROMETERU.S. SIEVE OPENING IN INCHES 16 20 100 90 80 70 60 50 40 30 20 10 0 U.S. SIEVE NUMBERS 44 1006321014506 2001.5 81 140 PERCENT FINER BY WEIGHTPERCENT COARSER BY WEIGHTGRAIN SIZE DISTRIBUTION ASTM D422 / ASTM C136 PROJECT NUMBER: AR185063 SITE: 4th Street & Loop 289 Lubbock, Texas PROJECT: Northwest Lubbock Drainage Improvement Project Phase 3 CLIENT: Freese and Nichols, Inc. Lubbock, Texas 5827 50th St, Ste 1 Lubbock, TX LABORATORY TESTS ARE NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GRAIN SIZE: USCS 1 AR185063 NORTHWEST LUBBOCK.GPJ TERRACON_DATATEMPLATE.GDT 3/21/19fine coarse finemediumcoarse CLAYEY SAND (SC) SILTY, CLAYEY SAND (SC-SM) CLAYEY SAND (SC)D10 % Finer COEFFICIENTS REMARKS CU CC Sieve #4 #40 #200 100.0 98.53 44.1 100.0 99.63 28.0 #4 #40 #200 100.0 98.36 96.58 88.18 69.34 23.36 D60 D30 0.0 0.0 0.0 SILT OR CLAYSANDGRAVELCOBBLES 0.096 0.079 GRAIN SIZE 0.299 0.163 0.124 B9 B10 B10 SC SC-SM SC 23.4 28.0 44.1 64.8 72.0 55.9 11.8 0.0 0.0 SOIL DESCRIPTION 30 - 31.5 2.5 - 4 10 - 11.5 3/4" 1/2" 3/8" #4 #40 #200 BORING ID DEPTH % GRAVEL % CLAY USCS% COBBLES % SAND % FINES% SILT % FinerSieve% FinerSieve 0 5 10 15 20 25 30 35 40 45 50 55 60 65 70 75 80 85 90 95 100 0.0010.010.1110100 GRAIN SIZE IN MILLIMETERS 3/4 1/23/8 30 403 60 HYDROMETERU.S. SIEVE OPENING IN INCHES 16 20 100 90 80 70 60 50 40 30 20 10 0 U.S. SIEVE NUMBERS 44 1006321014506 2001.5 81 140 PERCENT FINER BY WEIGHTPERCENT COARSER BY WEIGHTGRAIN SIZE DISTRIBUTION ASTM D422 / ASTM C136 PROJECT NUMBER: AR185063 SITE: 4th Street & Loop 289 Lubbock, Texas PROJECT: Northwest Lubbock Drainage Improvement Project Phase 3 CLIENT: Freese and Nichols, Inc. Lubbock, Texas 5827 50th St, Ste 1 Lubbock, TX LABORATORY TESTS ARE NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GRAIN SIZE: USCS 1 AR185063 NORTHWEST LUBBOCK.GPJ TERRACON_DATATEMPLATE.GDT 3/21/19fine coarse finemediumcoarse SANDY LEAN CLAY (CL) CLAYEY SAND (SC) CLAYEY SAND (SC)D10 % Finer COEFFICIENTS REMARKS CU CC Sieve 3/8" #4 #40 #200 100.0 99.63 97.62 34.85 100.0 98.42 95.57 88.61 37.45 1/2" 3/8" #4 #40 #200 100.0 98.97 93.61 59.97 D60 D30 0.0 0.0 0.0 SILT OR CLAYSANDGRAVELCOBBLES GRAIN SIZE 0.075 0.161 0.15 B10 B10 B10 CL SC SC 60.0 37.5 34.8 39.0 58.1 64.8 1.0 4.4 0.4 SOIL DESCRIPTION 20 - 21.5 30 - 31.5 35 - 36.5 3/8" #4 #40 #200 BORING ID DEPTH % GRAVEL % CLAY USCS% COBBLES % SAND % FINES% SILT % FinerSieve% FinerSieve 0 5 10 15 20 25 30 35 40 45 50 55 60 65 70 75 80 85 90 95 100 0.0010.010.1110100 GRAIN SIZE IN MILLIMETERS 3/4 1/23/8 30 403 60 HYDROMETERU.S. SIEVE OPENING IN INCHES 16 20 100 90 80 70 60 50 40 30 20 10 0 U.S. SIEVE NUMBERS 44 1006321014506 2001.5 81 140 PERCENT FINER BY WEIGHTPERCENT COARSER BY WEIGHTGRAIN SIZE DISTRIBUTION ASTM D422 / ASTM C136 PROJECT NUMBER: AR185063 SITE: 4th Street & Loop 289 Lubbock, Texas PROJECT: Northwest Lubbock Drainage Improvement Project Phase 3 CLIENT: Freese and Nichols, Inc. Lubbock, Texas 5827 50th St, Ste 1 Lubbock, TX LABORATORY TESTS ARE NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GRAIN SIZE: USCS 1 AR185063 NORTHWEST LUBBOCK.GPJ TERRACON_DATATEMPLATE.GDT 3/21/19fine coarse finemediumcoarse SANDY FAT CLAY (CH) SANDY LEAN CLAY (CL) FAT CLAY with SAND (CH)D10 % Finer COEFFICIENTS REMARKS CU CC Sieve 1/2" 3/8" #4 #40 #200 100.0 95.9 93.26 90.9 81.19 100.0 99.65 97.73 94.11 57.44 1/2" 3/8" #4 #40 #200 100.0 99.13 99.13 97.18 93.21 65.29 D60 D30 0.0 0.0 0.0 SILT OR CLAYSANDGRAVELCOBBLES GRAIN SIZE 0.085 B11 B11 B11 CH CL CH 65.3 57.4 81.2 31.9 40.3 12.1 2.8 2.3 6.7 SOIL DESCRIPTION 2.5 - 4 10 - 11.5 20 - 21.5 3/4" 1/2" 3/8" #4 #40 #200 BORING ID DEPTH % GRAVEL % CLAY USCS% COBBLES % SAND % FINES% SILT % FinerSieve% FinerSieve 0 5 10 15 20 25 30 35 40 45 50 55 60 65 70 75 80 85 90 95 100 0.0010.010.1110100 GRAIN SIZE IN MILLIMETERS 3/4 1/23/8 30 403 60 HYDROMETERU.S. SIEVE OPENING IN INCHES 16 20 100 90 80 70 60 50 40 30 20 10 0 U.S. SIEVE NUMBERS 44 1006321014506 2001.5 81 140 PERCENT FINER BY WEIGHTPERCENT COARSER BY WEIGHTGRAIN SIZE DISTRIBUTION ASTM D422 / ASTM C136 PROJECT NUMBER: AR185063 SITE: 4th Street & Loop 289 Lubbock, Texas PROJECT: Northwest Lubbock Drainage Improvement Project Phase 3 CLIENT: Freese and Nichols, Inc. Lubbock, Texas 5827 50th St, Ste 1 Lubbock, TX LABORATORY TESTS ARE NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GRAIN SIZE: USCS 1 AR185063 NORTHWEST LUBBOCK.GPJ TERRACON_DATATEMPLATE.GDT 3/21/19fine coarse finemediumcoarse SANDY FAT CLAY (CH) CLAYEY SAND (SC) CLAYEY SAND (SC)D10 % Finer COEFFICIENTS REMARKS CU CC Sieve #4 #40 #200 100.0 98.49 47.48 100.0 98.16 97.75 92.82 73.5 33.65 3/4" 1/2" 3/8" #4 #40 #200 100.0 98.59 95.41 86.35 76.05 53.56 D60 D30 0.0 0.0 0.0 SILT OR CLAYSANDGRAVELCOBBLES GRAIN SIZE 0.123 0.236 0.115 B11 B11 B12 CH SC SC 53.6 33.6 47.5 32.8 59.2 52.5 13.6 7.2 0.0 SOIL DESCRIPTION 25 - 26.5 35 - 36.5 2.5 - 4 3/4" 1/2" 3/8" #4 #40 #200 BORING ID DEPTH % GRAVEL % CLAY USCS% COBBLES % SAND % FINES% SILT % FinerSieve% FinerSieve 0 5 10 15 20 25 30 35 40 45 50 55 60 65 70 75 80 85 90 95 100 0.0010.010.1110100 GRAIN SIZE IN MILLIMETERS 3/4 1/23/8 30 403 60 HYDROMETERU.S. SIEVE OPENING IN INCHES 16 20 100 90 80 70 60 50 40 30 20 10 0 U.S. SIEVE NUMBERS 44 1006321014506 2001.5 81 140 PERCENT FINER BY WEIGHTPERCENT COARSER BY WEIGHTGRAIN SIZE DISTRIBUTION ASTM D422 / ASTM C136 PROJECT NUMBER: AR185063 SITE: 4th Street & Loop 289 Lubbock, Texas PROJECT: Northwest Lubbock Drainage Improvement Project Phase 3 CLIENT: Freese and Nichols, Inc. Lubbock, Texas 5827 50th St, Ste 1 Lubbock, TX LABORATORY TESTS ARE NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GRAIN SIZE: USCS 1 AR185063 NORTHWEST LUBBOCK.GPJ TERRACON_DATATEMPLATE.GDT 3/21/19fine coarse finemediumcoarse CLAYEY SAND (SC) SANDY LEAN CLAY (CL) CLAYEY SAND with GRAVEL (SC)D10 % Finer COEFFICIENTS REMARKS CU CC Sieve 1 1/2" 1" 3/4" 1/2" 3/8" #4 #40 #200 100.0 87.6 75.35 68.43 67.56 59.92 43.31 19.18 100.0 99.71 98.38 62.17 3/8" #4 #40 #200 100.0 99.37 98.79 36.72 D60 D30 0.0 0.0 0.0 SILT OR CLAYSANDGRAVELCOBBLES 0.163 GRAIN SIZE 0.144 4.783 B12 B12 B12 SC CL SC 36.7 62.2 19.2 62.7 37.5 40.7 0.6 0.3 40.1 SOIL DESCRIPTION 5 - 6.5 15 - 16.5 25 - 26.5 3/8" #4 #40 #200 BORING ID DEPTH % GRAVEL % CLAY USCS% COBBLES % SAND % FINES% SILT % FinerSieve% FinerSieve 0 5 10 15 20 25 30 35 40 45 50 55 60 65 70 75 80 85 90 95 100 0.0010.010.1110100 GRAIN SIZE IN MILLIMETERS 3/4 1/23/8 30 403 60 HYDROMETERU.S. SIEVE OPENING IN INCHES 16 20 100 90 80 70 60 50 40 30 20 10 0 U.S. SIEVE NUMBERS 44 1006321014506 2001.5 81 140 PERCENT FINER BY WEIGHTPERCENT COARSER BY WEIGHTGRAIN SIZE DISTRIBUTION ASTM D422 / ASTM C136 PROJECT NUMBER: AR185063 SITE: 4th Street & Loop 289 Lubbock, Texas PROJECT: Northwest Lubbock Drainage Improvement Project Phase 3 CLIENT: Freese and Nichols, Inc. Lubbock, Texas 5827 50th St, Ste 1 Lubbock, TX LABORATORY TESTS ARE NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GRAIN SIZE: USCS 1 AR185063 NORTHWEST LUBBOCK.GPJ TERRACON_DATATEMPLATE.GDT 3/21/19fine coarse finemediumcoarse CLAYEY SAND with GRAVEL (SC) SILTY SAND (SM) CLAYEY SAND (SC)D10 % Finer COEFFICIENTS REMARKS CU CC Sieve #4 #40 #200 100.0 99.51 42.07 100.0 96.47 13.03 #4 #40 #200 100.0 84.97 84.97 76.52 73.33 64.84 53.11 25.35 D60 D30 0.0 0.0 0.0 SILT OR CLAYSANDGRAVELCOBBLES 0.1 0.107 GRAIN SIZE 1.755 0.199 0.129 B12 B12 B13 SC SM SC 25.3 13.0 42.1 39.5 87.0 57.9 35.2 0.0 0.0 SOIL DESCRIPTION 35 - 36.5 40 - 41.5 2.5 - 4 1 1/2" 1" 3/4" 1/2" 3/8" #4 #40 #200 BORING ID DEPTH % GRAVEL % CLAY USCS% COBBLES % SAND % FINES% SILT % FinerSieve% FinerSieve 0 5 10 15 20 25 30 35 40 45 50 55 60 65 70 75 80 85 90 95 100 0.0010.010.1110100 GRAIN SIZE IN MILLIMETERS 3/4 1/23/8 30 403 60 HYDROMETERU.S. SIEVE OPENING IN INCHES 16 20 100 90 80 70 60 50 40 30 20 10 0 U.S. SIEVE NUMBERS 44 1006321014506 2001.5 81 140 PERCENT FINER BY WEIGHTPERCENT COARSER BY WEIGHTGRAIN SIZE DISTRIBUTION ASTM D422 / ASTM C136 PROJECT NUMBER: AR185063 SITE: 4th Street & Loop 289 Lubbock, Texas PROJECT: Northwest Lubbock Drainage Improvement Project Phase 3 CLIENT: Freese and Nichols, Inc. Lubbock, Texas 5827 50th St, Ste 1 Lubbock, TX LABORATORY TESTS ARE NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GRAIN SIZE: USCS 1 AR185063 NORTHWEST LUBBOCK.GPJ TERRACON_DATATEMPLATE.GDT 3/21/19fine coarse finemediumcoarse SANDY LEAN CLAY (CL) SANDY LEAN CLAY (CL) CLAYEY SAND (SC)D10 % Finer COEFFICIENTS REMARKS CU CC Sieve 3/8" #4 #40 #200 100.0 99.91 99.37 35.94 100.0 98.68 97.39 53.6 3/8" #4 #40 #200 100.0 93.86 91.85 86.94 77.04 52.95 D60 D30 0.0 0.0 0.0 SILT OR CLAYSANDGRAVELCOBBLES GRAIN SIZE 0.125 0.097 0.145 B13 B13 B13 CL CL SC 52.9 53.6 35.9 34.0 45.1 64.0 13.1 1.3 0.1 SOIL DESCRIPTION 10 - 11.5 15 - 16.5 20 - 21.5 3/4" 1/2" 3/8" #4 #40 #200 BORING ID DEPTH % GRAVEL % CLAY USCS% COBBLES % SAND % FINES% SILT % FinerSieve% FinerSieve 0 5 10 15 20 25 30 35 40 45 50 55 60 65 70 75 80 85 90 95 100 0.0010.010.1110100 GRAIN SIZE IN MILLIMETERS 3/4 1/23/8 30 403 60 HYDROMETERU.S. SIEVE OPENING IN INCHES 16 20 100 90 80 70 60 50 40 30 20 10 0 U.S. SIEVE NUMBERS 44 1006321014506 2001.5 81 140 PERCENT FINER BY WEIGHTPERCENT COARSER BY WEIGHTGRAIN SIZE DISTRIBUTION ASTM D422 / ASTM C136 PROJECT NUMBER: AR185063 SITE: 4th Street & Loop 289 Lubbock, Texas PROJECT: Northwest Lubbock Drainage Improvement Project Phase 3 CLIENT: Freese and Nichols, Inc. Lubbock, Texas 5827 50th St, Ste 1 Lubbock, TX LABORATORY TESTS ARE NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GRAIN SIZE: USCS 1 AR185063 NORTHWEST LUBBOCK.GPJ TERRACON_DATATEMPLATE.GDT 3/21/19fine coarse finemediumcoarse SILTY SAND with GRAVEL (SM) SILTY SAND (SM) LEAN CLAY with SAND (CL)D10 % Finer COEFFICIENTS REMARKS CU CC Sieve 3/8" #4 #40 #200 100.0 98.74 96.52 70.8 100.0 94.63 69.88 13.85 3/8" #4 #40 #200 100.0 95.31 93.38 79.27 52.32 18.35 D60 D30 0.0 0.0 0.0 SILT OR CLAYSANDGRAVELCOBBLES 0.136 0.124 GRAIN SIZE 0.846 0.313 B13 B13 B14 SM SM CL 18.4 13.8 70.8 60.9 80.8 27.9 20.7 5.4 1.3 SOIL DESCRIPTION 30 - 31.5 35 - 36.5 5 - 6.5 3/4" 1/2" 3/8" #4 #40 #200 BORING ID DEPTH % GRAVEL % CLAY USCS% COBBLES % SAND % FINES% SILT % FinerSieve% FinerSieve 0 5 10 15 20 25 30 35 40 45 50 55 60 65 70 75 80 85 90 95 100 0.0010.010.1110100 GRAIN SIZE IN MILLIMETERS 3/4 1/23/8 30 403 60 HYDROMETERU.S. SIEVE OPENING IN INCHES 16 20 100 90 80 70 60 50 40 30 20 10 0 U.S. SIEVE NUMBERS 44 1006321014506 2001.5 81 140 PERCENT FINER BY WEIGHTPERCENT COARSER BY WEIGHTGRAIN SIZE DISTRIBUTION ASTM D422 / ASTM C136 PROJECT NUMBER: AR185063 SITE: 4th Street & Loop 289 Lubbock, Texas PROJECT: Northwest Lubbock Drainage Improvement Project Phase 3 CLIENT: Freese and Nichols, Inc. Lubbock, Texas 5827 50th St, Ste 1 Lubbock, TX LABORATORY TESTS ARE NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GRAIN SIZE: USCS 1 AR185063 NORTHWEST LUBBOCK.GPJ TERRACON_DATATEMPLATE.GDT 3/21/19fine coarse finemediumcoarse SANDY LEAN CLAY (CL) CLAYEY SAND with GRAVEL (SC) SILTY SAND with GRAVEL (SM)D10 % Finer COEFFICIENTS REMARKS CU CC Sieve 3/4" 1/2" 3/8" #4 #40 #200 100.0 93.79 87.93 77.66 58.47 23.16 100.0 95.24 92.61 80.77 64.29 36.97 3/4" 1/2" 3/8" #4 #40 #200 100.0 99.71 98.6 63.51 D60 D30 0.0 0.0 0.0 SILT OR CLAYSANDGRAVELCOBBLES 0.105 GRAIN SIZE 0.324 0.515 B14 B14 B14 CL SC SM 63.5 37.0 23.2 36.2 43.8 54.5 0.3 19.2 22.3 SOIL DESCRIPTION 15 - 16.5 20 - 21.4 30 - 31.5 3/8" #4 #40 #200 BORING ID DEPTH % GRAVEL % CLAY USCS% COBBLES % SAND % FINES% SILT % FinerSieve% FinerSieve 0 5 10 15 20 25 30 35 40 45 50 55 60 65 70 75 80 85 90 95 100 0.0010.010.1110100 GRAIN SIZE IN MILLIMETERS 3/4 1/23/8 30 403 60 HYDROMETERU.S. SIEVE OPENING IN INCHES 16 20 100 90 80 70 60 50 40 30 20 10 0 U.S. SIEVE NUMBERS 44 1006321014506 2001.5 81 140 PERCENT FINER BY WEIGHTPERCENT COARSER BY WEIGHTGRAIN SIZE DISTRIBUTION ASTM D422 / ASTM C136 PROJECT NUMBER: AR185063 SITE: 4th Street & Loop 289 Lubbock, Texas PROJECT: Northwest Lubbock Drainage Improvement Project Phase 3 CLIENT: Freese and Nichols, Inc. Lubbock, Texas 5827 50th St, Ste 1 Lubbock, TX LABORATORY TESTS ARE NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GRAIN SIZE: USCS 1 AR185063 NORTHWEST LUBBOCK.GPJ TERRACON_DATATEMPLATE.GDT 3/21/19fine coarse finemediumcoarse SILTY SAND (SM) CLAYEY SAND (SC) SANDY LEAN CLAY (CL)D10 % Finer COEFFICIENTS REMARKS CU CC Sieve 3/8" #4 #40 #200 100.0 98.16 94.0 57.85 100.0 98.65 95.17 47.4 3/8" #4 #40 #200 100.0 99.92 99.17 35.2 D60 D30 0.0 0.0 0.0 SILT OR CLAYSANDGRAVELCOBBLES GRAIN SIZE 0.147 0.119 0.083 B14 B15 B15 SM SC CL 35.2 47.4 57.9 64.7 51.3 40.3 0.1 1.3 1.8 SOIL DESCRIPTION 35 - 36.5 2.5 - 4 10 - 11.5 3/8" #4 #40 #200 BORING ID DEPTH % GRAVEL % CLAY USCS% COBBLES % SAND % FINES% SILT % FinerSieve% FinerSieve 0 5 10 15 20 25 30 35 40 45 50 55 60 65 70 75 80 85 90 95 100 0.0010.010.1110100 GRAIN SIZE IN MILLIMETERS 3/4 1/23/8 30 403 60 HYDROMETERU.S. SIEVE OPENING IN INCHES 16 20 100 90 80 70 60 50 40 30 20 10 0 U.S. SIEVE NUMBERS 44 1006321014506 2001.5 81 140 PERCENT FINER BY WEIGHTPERCENT COARSER BY WEIGHTGRAIN SIZE DISTRIBUTION ASTM D422 / ASTM C136 PROJECT NUMBER: AR185063 SITE: 4th Street & Loop 289 Lubbock, Texas PROJECT: Northwest Lubbock Drainage Improvement Project Phase 3 CLIENT: Freese and Nichols, Inc. Lubbock, Texas 5827 50th St, Ste 1 Lubbock, TX LABORATORY TESTS ARE NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GRAIN SIZE: USCS 1 AR185063 NORTHWEST LUBBOCK.GPJ TERRACON_DATATEMPLATE.GDT 3/21/19fine coarse finemediumcoarse CLAYEY SAND (SC) CLAYEY SAND with GRAVEL (SC) SANDY LEAN CLAY (CL)D10 % Finer COEFFICIENTS REMARKS CU CC Sieve 3/8" #4 #40 #200 100.0 99.55 96.81 56.37 100.0 98.84 90.43 76.95 56.24 39.96 3/4" 1/2" 3/8" #4 #40 #200 100.0 99.36 98.03 93.21 87.07 48.6 D60 D30 0.0 0.0 0.0 SILT OR CLAYSANDGRAVELCOBBLES GRAIN SIZE 0.125 0.659 0.088 B15 B15 B16 SC SC CL 48.6 40.0 56.4 44.6 37.0 43.2 6.8 23.0 0.4 SOIL DESCRIPTION 20 - 21.5 30 - 31.5 2.5 - 4 3/4" 1/2" 3/8" #4 #40 #200 BORING ID DEPTH % GRAVEL % CLAY USCS% COBBLES % SAND % FINES% SILT % FinerSieve% FinerSieve 0 5 10 15 20 25 30 35 40 45 50 55 60 65 70 75 80 85 90 95 100 0.0010.010.1110100 GRAIN SIZE IN MILLIMETERS 3/4 1/23/8 30 403 60 HYDROMETERU.S. SIEVE OPENING IN INCHES 16 20 100 90 80 70 60 50 40 30 20 10 0 U.S. SIEVE NUMBERS 44 1006321014506 2001.5 81 140 PERCENT FINER BY WEIGHTPERCENT COARSER BY WEIGHTGRAIN SIZE DISTRIBUTION ASTM D422 / ASTM C136 PROJECT NUMBER: AR185063 SITE: 4th Street & Loop 289 Lubbock, Texas PROJECT: Northwest Lubbock Drainage Improvement Project Phase 3 CLIENT: Freese and Nichols, Inc. Lubbock, Texas 5827 50th St, Ste 1 Lubbock, TX LABORATORY TESTS ARE NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GRAIN SIZE: USCS 1 AR185063 NORTHWEST LUBBOCK.GPJ TERRACON_DATATEMPLATE.GDT 3/21/19fine coarse finemediumcoarse SANDY LEAN CLAY (CL) CLAYEY SAND with GRAVEL (SC) CLAYEY SAND (SC)D10 % Finer COEFFICIENTS REMARKS CU CC Sieve 3/8" #4 #40 #200 100.0 99.93 99.14 34.35 100.0 96.47 89.74 84.16 73.51 43.18 3/4" 1/2" 3/8" #4 #40 #200 100.0 99.11 95.07 66.92 D60 D30 0.0 0.0 0.0 SILT OR CLAYSANDGRAVELCOBBLES GRAIN SIZE 0.196 0.149 B16 B16 B17 CL SC SC 66.9 43.2 34.3 32.2 41.0 65.6 0.9 15.8 0.1 SOIL DESCRIPTION 10 - 11.5 15 - 15.5 2.5 - 4 3/8" #4 #40 #200 BORING ID DEPTH % GRAVEL % CLAY USCS% COBBLES % SAND % FINES% SILT % FinerSieve% FinerSieve 0 5 10 15 20 25 30 35 40 45 50 55 60 65 70 75 80 85 90 95 100 0.0010.010.1110100 GRAIN SIZE IN MILLIMETERS 3/4 1/23/8 30 403 60 HYDROMETERU.S. SIEVE OPENING IN INCHES 16 20 100 90 80 70 60 50 40 30 20 10 0 U.S. SIEVE NUMBERS 44 1006321014506 2001.5 81 140 PERCENT FINER BY WEIGHTPERCENT COARSER BY WEIGHTGRAIN SIZE DISTRIBUTION ASTM D422 / ASTM C136 PROJECT NUMBER: AR185063 SITE: 4th Street & Loop 289 Lubbock, Texas PROJECT: Northwest Lubbock Drainage Improvement Project Phase 3 CLIENT: Freese and Nichols, Inc. Lubbock, Texas 5827 50th St, Ste 1 Lubbock, TX LABORATORY TESTS ARE NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GRAIN SIZE: USCS 1 AR185063 NORTHWEST LUBBOCK.GPJ TERRACON_DATATEMPLATE.GDT 3/21/19fine coarse finemediumcoarse SANDY LEAN CLAY (CL) CLAYEY SAND (SC) CLAYEY SAND (SC)D10 % Finer COEFFICIENTS REMARKS CU CC Sieve 3/4" 1/2" 3/8" #4 #40 #200 100.0 97.75 96.81 89.59 72.79 47.19 100.0 96.51 93.49 92.51 89.35 79.95 43.64 1" 3/4" 1/2" 3/8" #4 #40 #200 100.0 98.27 95.04 88.44 58.69 D60 D30 0.0 0.0 0.0 SILT OR CLAYSANDGRAVELCOBBLES GRAIN SIZE 0.081 0.164 0.179 B17 B17 B17 CL SC SC 58.7 43.6 47.2 36.3 45.7 42.4 5.0 10.7 10.4 SOIL DESCRIPTION 10 - 11.5 15 - 16.5 20 - 21.5 1/2" 3/8" #4 #40 #200 BORING ID DEPTH % GRAVEL % CLAY USCS% COBBLES % SAND % FINES% SILT % FinerSieve% FinerSieve 0 5 10 15 20 25 30 35 40 45 50 55 60 65 70 75 80 85 90 95 100 0.0010.010.1110100 GRAIN SIZE IN MILLIMETERS 3/4 1/23/8 30 403 60 HYDROMETERU.S. SIEVE OPENING IN INCHES 16 20 100 90 80 70 60 50 40 30 20 10 0 U.S. SIEVE NUMBERS 44 1006321014506 2001.5 81 140 PERCENT FINER BY WEIGHTPERCENT COARSER BY WEIGHTGRAIN SIZE DISTRIBUTION ASTM D422 / ASTM C136 PROJECT NUMBER: AR185063 SITE: 4th Street & Loop 289 Lubbock, Texas PROJECT: Northwest Lubbock Drainage Improvement Project Phase 3 CLIENT: Freese and Nichols, Inc. Lubbock, Texas 5827 50th St, Ste 1 Lubbock, TX LABORATORY TESTS ARE NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GRAIN SIZE: USCS 1 AR185063 NORTHWEST LUBBOCK.GPJ TERRACON_DATATEMPLATE.GDT 3/21/19fine coarse finemediumcoarse CLAYEY SAND with GRAVEL (SC) D10 % Finer COEFFICIENTS REMARKS CU CC Sieve 100.0 94.09 88.33 86.43 77.25 62.22 35.43 D60 D30 0.0 SILT OR CLAYSANDGRAVELCOBBLES GRAIN SIZE 0.368 B17 SC35.441.822.8 SOIL DESCRIPTION 23.5 1" 3/4" 1/2" 3/8" #4 #40 #200 BORING ID DEPTH % GRAVEL % CLAY USCS% COBBLES % SAND % FINES% SILT % FinerSieve% FinerSieve SUPPORTING INFORMA TION SUPPORTING INFORMATION UNIFIED SOIL CLASSIFICATION SYSTEM Northwest Lubbock Drainage Improvement Project Phase 3 ■ Lubbock, Texas April 11, 2019 ■ Terracon Project No. AR185063S UNIFIED SOIL C LASSIFICATI ON SYSTEM Criteria for Assigning Group Symbols and Group Names Using Laboratory Tests A Soil Classification Group Symbol Group Name B Coarse-Grained Soils: More than 50% retained on No. 200 sieve Gravels: More than 50% of coarse fraction retained on No. 4 sieve Clean Gravels: Less than 5% fines C Cu ³ 4 and 1 £ Cc £ 3 E GW Well-graded gravel F Cu < 4 and/or 1 > Cc > 3 E GP Poorly graded gravel F Gravels with Fines: More than 12% fines C Fines classify as ML or MH GM Silty gravel F, G, H Fines classify as CL or CH GC Clayey gravel F, G, H Sands: 50% or more of coarse fraction passes No. 4 sieve Clean Sands: Less than 5% fines D Cu ³ 6 and 1 £ Cc £ 3 E SW Well-graded sand I Cu < 6 and/or 1 > Cc > 3 E SP Poorly graded sand I Sands with Fines: More than 12% fines D Fines classify as ML or MH SM Silty sand G, H, I Fines classify as CL or CH SC Clayey sand G, H, I Fine-Grained Soils: 50% or more passes the No. 200 sieve Silts and Clays: Liquid limit less than 50 Inorganic:PI > 7 and plots on or above “A” line J CL Lean clay K, L, M PI < 4 or plots below “A” line J ML Silt K, L, M Organic:Liquid limit - oven dried < 0.75 OL Organic clay K, L, M, N Liquid limit - not dried Organic silt K, L, M, O Silts and Clays: Liquid limit 50 or more Inorganic:PI plots on or above “A” line CH Fat clay K, L, M PI plots below “A” line MH Elastic Silt K, L, M Organic:Liquid limit - oven dried < 0.75 OH Organic clay K, L, M, P Liquid limit - not dried Organic silt K, L, M, Q Highly organic soils:Primarily organic matter, dark in color, and organic odor PT Peat A Based on the material passing the 3-inch (75-mm) sieve B If field sample contained cobbles or boulders, or both, add “with cobbles or boulders, or both” to group name. C Gravels with 5 to 12% fines require dual symbols: GW-GM well-graded gravel with silt, GW-GC well-graded gravel with clay, GP-GM poorly graded gravel with silt, GP-GC poorly graded gravel with clay. D Sands with 5 to 12% fines require dual symbols: SW-SM well-graded sand with silt, SW-SC well-graded sand with clay, SP-SM poorly graded sand with silt, SP-SC poorly graded sand with clay E Cu = D60/D10 Cc = 6010 2 30 DxD )(D F If soil contains ³ 15% sand, add “with sand” to group name. G If fines classify as CL-ML, use dual symbol GC-GM, or SC-SM. H If fines are organic, add “with organic fines” to group name. I If soil contains ³ 15% gravel, add “with gravel” to group name. J If Atterberg limits plot in shaded area, soil is a CL-ML, silty clay. K If soil contains 15 to 29% plus No. 200, add “with sand” or “with gravel,” whichever is predominant. L If soil contains ³ 30% plus No. 200 predominantly sand, add “sandy” to group name. MIf soil contains ³ 30% plus No. 200, predominantly gravel, add “gravelly” to group name. N PI ³ 4 and plots on or above “A” line. O PI < 4 or plots below “A” line. P PI plots on or above “A” line. Q PI plots below “A” line. GENERAL NOTES TO LOG TERMS SAMPLING WATER LEVEL FIELD TESTS CA Ring Sampler Water levels indicated on the soil boring logs are the levels measured in the borehole at the times indicated. Groundwater level variations will occur over time. In low permeability soils, accurate determination for groundwater levels is not possible with short term water level observations. N Standard Penetration Test Resistance (Blows/Ft) (HP)Hand Penetrometer (T)Torvane (DCP)Dynamic Cone Penetrometer UC Unconfined Compressive Strength (PID)Photo-Ionization Detector (OVA)Organic Vapor Analyzer DESCRIPTIVE SOIL CLASSIFICATION Soil classification is based on the Unified Soil Classification System. Coarse Grained Soils have more than 50% of their dry weight retained on a #200 sieve; their principal descriptors are: boulders, cobbles, gravel, or sand. Fine Grained Soils have less than 50% of their dry weight retained on a #200 sieve; they are principally described as clays if they are plastic, and silts if they are slightly plastic or non-plastic. Major constituents may be added as modifiers and minor constituents may be added according to the relative proportions based on grain size. In addition to gradation, coarse- grained soils are defined on the basis of their in-place relative density and fine-grained soils on the basis of their consistency. LOCATION AND ELEVATION NOTES Unless otherwise noted, Latitude and Longitude are approximately determined using a hand-held GPS device. The accuracy of such devices is variable. Surface elevation data annotated with +/- indicates that no actual topographical survey was conducted to confirm the surface elevation. Instead, the surface elevation was approximately determined from topographic maps of the area. STRENGTH TERMS RELATIVE DENSITY OF COARSE-GRAINED SOILS (More than 50% retained on No. 200 sieve.) Density determined by Standard Penetration Resistance CONSISTENCY OF FINE-GRAINED SOILS (50% or more passing the No. 200 sieve.) Consistency determined by laboratory shear strength testing, field visual-manual procedures or standard penetration resistance Descriptive Term (Density) Standard Penetration or N-value Blows/Ft. Descriptive Term (Consistency) Unconfined Compressive Strength Qu, (tsf) Standard Penetration or N-value Blows/Ft. Very Loose 0 - 3 Very Soft Less than 0.25 0 – 1 Loose 4 - 9 Soft 0.25 to 0.5 2 – 4 Medium Dense 10 – 29 Medium Stiff 0.5 to 1.00 4 – 8 Dense 30 – 50 Stiff 1.00 to 2.00 8 – 15 Very Dense >50 Very Stiff 2.00 to 4.00 15 – 30 Hard >4.00 >30 RELATIVE PROPORTIONS OF SAND AND GRAVEL RELATIVE PROPORTIONS OF FINES Descriptive Term(s) of other constituents Percent of Dry Weight Descriptive Term(s) of other constituents Percent of Dry Weight Trace <15 Trace <5 With 15 – 29 With 5 – 12 Modifier >30 Modifier >12 GRAIN SIZE TERMINOLOGY PLASTICITY DESCRIPTION Major Component of Sample Particle Size Term Plasticity Index Boulders Over 12 in. (300 mm)Non-plastic 0 Cobbles 12 in. to 3 in. (300 mm to 75 mm)Low 1 – 10 Gravel 3 in. to #4 sieve (75mm to 4.75mm)Medium 11 – 30 Sand #4 to #200 sieve (4.75mm to 0.075mm)High >30 Silt or Clay Passing #200 sieve (0.075mm) APPENDIX B NWLDIP Phase 2 Geotechnical Report APPENDIX C NWLDIP Phase 1 Geotechnical Report LATRELLE JOY RANDY CHRISTIAN STEVE MASSENGALE JEFF GRIFFITH SHELIA PATTERSON HARRIS JUAN A. CHADIS DANIEL M. POPE CITY COUNCIL IMPROVEMENTS NORTHWEST LUBBOCK DRAINAGE PHASE 3 STORM DRAIN LATERAL EXTENSIONS TO THE NWLDIP SYSTEM 17TH STREET LATERAL (STA 100+86.04 TO STA 139+79.59) 4TH STREET LATERAL (STA 201+06.04 TO STA 211+19.11) LOOP 289 LATERAL (STA 301+06.04 TO STA 419+06.11) CIP: CONTRACT: ______________ ______________ 028616/24/2019Plot Date: Plot By: JOHN TURPIN, P.E. CAPITAL PROJECTS AND DESIGN: ASSISTANT CITY ENGINEER/ MICHAEL G. KEENUM, P.E., C.F.M. ENGINEERING/CITY ENGINEER: DIVISION DIRECTOR OF W. JARRETT ATKINSON CITY MANAGER: 92174 FINAL SUBMITTAL 100095 LI CENSED S TATEOF TEXAS PROFE S SIONALENGINEERHEATHER RAE KEISTER Texas Registered Engineering firm F-2144 Freese and Nichols, Inc. DISTRICT 2 DISTRICT 3 DISTRICT 4 DISTRICT 5 DISTRICT 6 MAYOR DISTRICT 1 FNI PROJECT #: LUB18692 JANUARY 2020 01/31/2020 INDEX OF SHEETS SHEET SEQ GENERAL G-01 1 TITLE SHEET G-02 2 SHEET INDEX, VICINITY MAP AND LOCATION MAP G-03 3 GENERAL NOTES (1 OF 2) G-04 4 GENERAL NOTES (2 OF 2) G-05 5 PLAN AND PROFILE LAYOUT INDEX AND LEGEND G-06 6 DESIGN SURVEY, HORIZONTAL AND VERTICAL CONTROL G-07 7 HORIZONTAL ALIGNMENT DATA SHEET (1 OF 2) G-08 8 HORIZONTAL ALIGNMENT DATA SHEET (2 OF 2) G-09 9 GEOTECHNICAL BORE LAYOUT G-10 10 ALLOWABLE PIPE MATERIALS G-11 11 DRAINAGE AREA MAP AND HYDROLOGIC DATA DRAINAGE P-01 12 STORM DRAIN LATERAL PLAN AND PROFILE LINE LP (1 OF 10) P-02 13 STORM DRAIN LATERAL PLAN AND PROFILE LINE LP (2 OF 10) P-03 14 STORM DRAIN LATERAL PLAN AND PROFILE LINE LP (3 OF 10) P-04 15 STORM DRAIN LATERAL PLAN AND PROFILE LINE LP (4 OF 10) P-05 16 STORM DRAIN LATERAL PLAN AND PROFILE LINE LP (5 OF 10) P-06 17 STORM DRAIN LATERAL PLAN AND PROFILE LINE LP (6 OF 10) P-07 18 STORM DRAIN LATERAL PLAN AND PROFILE LINE LP (7 OF 10) P-08 19 STORM DRAIN LATERAL PLAN AND PROFILE LINE LP (8 OF 10) P-09 20 STORM DRAIN LATERAL PLAN AND PROFILE LINE LP (9 OF 10) P-10 21 STORM DRAIN LATERAL PLAN AND PROFILE LINE LP (10 OF 10) P-11 22 STORM DRAIN LATERAL PLAN AND PROFILE LINE R P-12 23 STORM DRAIN LATERAL PLAN AND PROFILE LINE H (1 OF 4) P-13 24 STORM DRAIN LATERAL PLAN AND PROFILE LINE H (2 OF 4) P-14 25 STORM DRAIN LATERAL PLAN AND PROFILE LINE H (3 OF 4) P-15 26 STORM DRAIN LATERAL PLAN AND PROFILE LINE H (4 OF 4) GR-01 27 INLET GRADING LAYOUT - INLET L071 GR-02 28 INLET GRADING LAYOUT - INLET L047 GR-03 29 INLET GRADING LAYOUT - INLET L046 GR-04 30 INLET GRADING LAYOUT - INLET L045 GR-05 31 INLET LAYOUTS - INLET NS AND INLET HH GR-06 32 LATERAL CONNECTION LAYOUT PP-01 33 LINE LP PAVING PLAN (1 OF 2) PP-02 34 LINE LP PAVING PLAN (2 OF 2) PP-03 35 LINE R PAVING PLAN PP-04 36 LINE H PAVING PLAN DETAILS S-01 37 INLET STRUCTURE DETAILS S-02 38 INLET STRUCTURAL DETAILS D-01 39 TRENCH DETAILS D-02 40 TRENCH PAVEMENT REPAIR DETAILS D-03 41 OTHER THAN OPEN CUT DETAILS D-04 42 MANHOLE DETAILS (1 OF 2) D-05 43 MANHOLE DETAILS (2 OF 2) D-06 44 UTILITY CROSSING DETAILS D-07 45 CITY OF LUBBOCK STANDARD DETAILS (1 OF 3) D-08 46 CITY OF LUBBOCK STANDARD DETAILS (2 OF 3) D-09 47 CITY OF LUBBOCK STANDARD DETAILS (3 OF 3) D-10 48 MANUFACTURER SPECIFIC STANDARD DETAILS (1 OF 4) D-11 49 MANUFACTURER SPECIFIC STANDARD DETAILS (2 OF 4) D-12 50 MANUFACTURER SPECIFIC STANDARD DETAILS (3 OF 4) D-13 51 MANUFACTURER SPECIFIC STANDARD DETAILS (4 OF 4) PD-01 52 RIPRAP AND PARK PATH REPACEMENT DETAILS PD-02 53 PAVING PLAN DETAILS PD-03 54 PAVING PLAN DETAILS TR-01 55 TRAFFIC CONTROL DETAILS (1 OF 10) TR-02 56 TRAFFIC CONTROL STANDARD DETAILS (2 OF 10) TR-03 57 TRAFFIC CONTROL STANDARD DETAILS (3 OF 10) TR-04 58 TRAFFIC CONTROL STANDARD DETAILS (4 OF 10) TR-05 59 TRAFFIC CONTROL STANDARD DETAILS (5 OF 10) TR-06 60 TRAFFIC CONTROL STANDARD DETAILS (6 OF 10) TR-07 61 TRAFFIC CONTROL STANDARD DETAILS (7 OF 10) TR-08 62 TRAFFIC CONTROL STANDARD DETAILS (8 OF 10) TR-09 63 TRAFFIC CONTROL STANDARD DETAILS (9 OF 10) TR-10 64 TRAFFIC CONTROL STANDARD DETAILS (10 OF 10) PM-01 65 PAVEMENT MARKING DETAILS SP-01 66 EROSION CONTROL PLAN AND DETAILS TP-01 67 TREE PROTECTION PLAN - INLET L071 & INLET L046 TP-02 68 TREE PROTECTION DETAILS SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PL-VICN01.shtIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:03:37 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\1. General\CV-TRT-PL-VICN01.sht1600.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:03:37 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\1. General\CV-TRT-PL-VICN01.shtProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020CIVIL2 NORTH TX-289 LOOP TEXAS TECH PARKWAYCHICAGO AVENUESLIDE ROADVICKSBURG AVENUETOLEDO AVENUEERSKINE STREET SLIDE ROADNORTH TX-289 LOOP FRANKFORD AVENUE4TH STREET 19TH STREET QUAKER AVENUESHEET INDEX, VICINITY MAPAND LOCATION MAPG-02 PROJECT LOCATION MAPP-01P-02 P-03 P-04 P-05 P-06 P-07 P-08 P-09 P-10 P-11 P-12 P-13 P-14P-15 CONSTRUCTION EXISTING PHASE 1 CONSTRUCTION EXISTING PHASE 1-A CONSTRUCTION EXISTING PHASE 2 PROPOSED LINE LP PROPOSED LINE R PROPOSED LINE H 01/31/2020 SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-ALL-PL-GNOTES.dgnIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:03:41 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\1. General\CV-ALL-PL-GNOTES.dgn2.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:03:41 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\1. General\CV-ALL-PL-GNOTES.dgnProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020PUBLIC UTILITY CONTACTS: TELECOM SERVICES 2010 AVE R, ROOM 102 LUBBOCK, TX 79411 PH: (432) 296-3107 CABLE TELEVISION SERVICES 6710 HARTFORD LUBBOCK, TX 79413 ELECTRIC SERVICE LUBBOCK POWER AND LIGHT - JARED HUSE P.O. BOX 10541 LUBBOCK, TX 79408 PH: (806) 775.2515 NATURAL GAS SERVICE ATMOS ENERGY - LYNN GREEN 6606 66TH STREET LUBBOCK, TX 79424 PH: (806) 687-7130 LYNN.GREEN@ATMOSENERGY.COM MICHAEL G. KEENUM, P.E.; C.F.M.- DIVISION DIRECTOR OF ENGINEERING/ CITY ENGINEER 1625 13TH STREET LUBBOCK, TX 79401 PH: (806) 775-2393 SENIOR CIVIL ENGINEER 1625 13TH STREET LUBBOCK, TX 79401 PH: (806) 775-3317 JOSH FLUD - CHIEF INSPECTOR 1625 13TH STREET LUBBOCK, TX 79401 PH: (806) 548-4152 CITY OF LUBBOCK: PERMIT CONTACT INFORMATION: SWPPP TRENIA HARRIS JOSH FLUD CLAUDE KNEISLEY (806) 775-2347 (806) 548-4152 (806) 775-2347 CIVIL3 G-03 ZOLTAN FEKETE- MB5842@ATT.COM SUDDENLINK - BRADLEY RITTER TEXAS TECH UNIVERSITY JAMES.THORTON@TTU.EDU PH: (806) 864-5210 TTU - JAMES THORTON UNITE PRIVATE NETWORKS NICHOLAS.OSULLIVAN@UPNFIBER.COM PH: (214) 470-2710 UPN - NICHOLAS OSULLIVAN MARATHON PETROLEUM NTS COMMUNICATIONS AT&T TEXAS - MICHAEL BINGHAM MICHAEL.PENNY@NTSCOM.COM PH: (806) 577-6059 LUBBOCK, TX 79423 7412 UNIVERSITY AVE NTS - MICHAEL PENNY JHUSE@MAIL.CI.LUBBOCK.TX.US BRADLEY.RITTER@ALICETECHSERVICEUSA.COM PH: (806) 241-0488 DON.ROULAIN@TTU.EDU PH: (806) 392-4224 TTU - DON ROULAIN OPERATIONS A COORDINATION MEETING WITH TXDOT IS REQUIRED PRIOR TO START OF TUNNELING TXDOT REGARDING SCHEDULES. FOR COMPLYING WITH PERMIT CONDITIONS AND FOR COORDINATING WITH THE CITY AND WILL BE OBTAINED BY THE CITY PRIOR TO CONSTRUCTION. CONTRACTOR IS RESPONSIBLE PERMITS FOR CROSSING THE TXDOT RIGHT-OF-WAY AT FM 2255 (4TH STREET) AND AT LOOP 289 GENERAL CONSTRUCTION CHANGING CONDITIONS TUNNELING. THE OWNER WILL NOT BE RESPONSIBLE FOR CHANGING CONDITIONS DURING OPEN CUT EXCAVATION OR BE THE CONTRACTOR'S RESPONSIBILITY TO DETERMINE ACTUAL FIELD CONDITIONS. AS PART OF THIS DESIGN. THIS INFORMATION WILL BE MADE AVAILABLE TO THE CONTRACTOR. IT WILL A GEOTECHNICAL INVESTIGATION WITH 17 BORINGS WAS CONDUCTED BY A GEOTECHNICAL ENGINEER LIMITS OF CONSTRUCTION THE PUBLIC. CONTRACTOR SHALL NOT IMPEDE TRAFFIC ON EXISTING STREETS, DRIVEWAYS, ALLEYS, OR FIRE LANES OPEN TO IF OWNERS AGREE. LOTS AT ALL TIMES DURING CONSTRUCTION. SHARED ACCESS THROUGH ANOTHER PROPERTY IS ACCEPTABLE CONTRACTOR IS REQUIRED TO MAINTAIN AT LEAST ONE DRIVEWAY ACCESS TO ALL BUSINESSES AND PARKING TOTAL SALVAGE DEPTH OF ASPHALT MATERIALS IN PAVED AREAS SHALL NOT EXCEED FOUR (4) INCHES. OPERATIONS. ASPHALT SURFACE AND ASPHALT STABILIZED BASE ARE NOT REQUIRED TO BE SEGREGATED IN THE SALVAGE TO A MAXIMUM DIAMETER OF 2-INCHES. CONTRACTOR IS REQUIRED TO PERFORM MILLING OF THE ASPHALT MATERIAL. MATERIAL SHALL BE CRUSHED 8 AM AND 5 PM. CALL 806-767-2492 TO COORDINATE DELIVERY. LANDFILL (8425 NORTH AVENUE P) DURING NORMAL WORKING HOURS, MONDAY THROUGH FRIDAY BETWEEN AND DELIVERED TO THE CITY OF LUBBOCK STOCKPILE LOCATION AT THE CITY OF LUBBOCK CALICHE CANYON FOR EXCAVATION IN PAVED AREAS, ASPHALT SURFACE AND ASPHALT STABILIZED BASE SHALL BE SALVAGED OWNING AUTHORITY. DITCH OR STRUCTURE DISTURBED DURING CONSTRUCTION SHALL BE RESTORED TO SATISFACTION OF ADEQUATE DRAINAGE SHALL BE MAINTAINED AT ALL TIMES DURING CONSTRUCTION AND ANY DRAINAGE WITH CITY OF LUBBOCK DESIGN STANDARDS AND SPECIFICATIONS. OR REMOVED DURING CONSTRUCTION TO ORIGINAL OR BETTER CONDITION AND IN COMPLIANCE REPLACE EXISTING PAVEMENTS, CURBS, SIDEWALKS, VALLEY GUTTERS AND DRIVEWAYS DAMAGED STREET AND RIGHT OF WAY CONSTRUCTION TXDOT CROSSINGS LUBBOCK, TX 79401 PH: (806) 775-2673 LIONEL PLUMMER - PARKS & RECREATION 1611 10TH ST, PMCOOPER@MARATHONPETROLEUM.COM PH: (806) 789-6072 LUBBOCK,TX 79423 3417 73RD STREET MARATHON PETROLEUM - MARK COOPER WALMART J0R02TW.F00945.US@WAL-MART.COM PH: (806) 793-9686 WALMART - JARRED RACKLEY THRIVE APARTMENTS MANAGER@THRIVEINLUBBOCK.COM PH: (432) 230-1789 THRIVE APARTMENTS - ERIC DAVIDSON ROW BARRICADE DAVID BRAGG (806) 775-2135 TXDOT RIGHT-OF-WAY. OBSERVATION HOLES OR EXCAVATION FOR EQUIPMENT RETRIEVAL WILL BE PERMITTED WITHIN TEXAS DEPARTMENT OF TRANSPORTATION PROHIBITS ACCESS WITHIN ITS RIGHT-OF-WAYS. NO TAKEN UNTIL THE SITUATION HAS BEEN RECTIFIED. CONTROL PROCEDURES THAT WILL BE IMPLEMENTED AND ANY OTHER NECESSARY ACTIONS THAT WILL BE OTHER EXISTING UTILITIES. IN THIS CASE, NOTIFY ENGINEER IMMEDIATELY OF ANY ADDITIONAL TRAFFIC EMERGENCY SITUATIONS WHERE ACTION IS REQUIRED TO SAFEGUARD THE WORK IN PROGRESS OR CONSTRUCTION, ACCESS FROM SURFACE IS DENIED. EXCEPTIONS TO THESE RESTRICTIONS ARE FOR WHEN BORING, JACKING, TUNNELING OR AUGURING IS BEING ACCOMPLISHED IN LIEU OF OPEN CUT ALONG THE CONSTRUCTION ROUTE, EXCEPT AS APPROVED BY THE CONSTRUCTION ADMINISTRATOR. LIMIT EQUIPMENT PARKING, MATERIAL LAYOUTS, STOCKPILES, ETC. TO ONE CONSTRUCTION WEEK CONTRACTOR SHALL GIVE SPECIAL CARE TO LIMITS OF PERMANENT AND TEMPORARY EASEMENTS. TO A TOTAL WIDTH NOT TO EXCEED THE LIMITS OF THE TEMPORARY CONSTRUCTION EASEMENT. IN EASEMENTS ON TEXAS TECH UNIVERSITY AND PRIVATE PROPERTY, LIMIT CONSTRUCTION ACTIVITIES STORM SEWER ALIGNMENT BEFORE PAVEMENT REPAIR WILL BE REQUIRED. LIMIT CONSTRUCTION ACTIVITIES TO A MAXIMUM DISTURBED AREA OF 1000 LINEAR FEET ALONG THE LANE WIDTH AND LANE CONFIGURATIONS FOR THE OPERATION OF THE CITY STREET. ADDITIONALLY, IN CITY RIGHT-OF-WAY WITHIN PAVEMENT, LIMIT CONSTRUCTION ACTIVITIES TO MAINTAIN NECESSARY TO A TOTAL WIDTH OF 40-FEET PARALLEL TO THE PROPOSED STORM SEWER ALIGNMENT. IN OPEN AREAS ON CITY PROPERTY WHERE EASEMENTS ARE NOT SHOWN, LIMIT CONSTRUCTION ACTIVITIES LIMIT OPERATIONS WITHIN CITY RIGHT-OF-WAY OR AVAILABLE EASEMENTS AS NOTED BELOW GENERAL NOTES (1 OF 2)CONDITION EQUAL TO OR BETTER THAN EXISTED PRIOR TO CONSTRUCTION. OTHERWISE SPECIFIED, ALL STREETS, DRIVEWAYS, FENCING, LANDSCAPING, ETC. SHALL BE RETURNED TO A REQUIREMENTS ASSOCIATED WITH THE PROJECT AND ANY OTHER REQUIREMENTS SHOWN ON THE PLANS. IF NOT CONTRACTOR SHALL RESTORE ALL DISTURBED AREAS WITHIN THE CONSTRUCTION SITE AS PER THE EASEMENT SHALL REVIEW DVD AND PHOTOS WITH THE OWNER PRIOR TO THE START OF ANY CONSTRUCTION. PIPELINE ROUTE INCLUDING THE PERMANENT AND TEMPORARY EASEMENTS AND SURROUNDING AREA. CONTRACTOR CONTRACTOR SHALL PROVIDE A DVD AND DETAILED PHOTOS TO THE OWNER DOCUMENTING THE CONDITION OF THE CLEAN, TO THE SATISFACTION OF THE CITY. GRADE THE SURFACE AND RE-ESTABLISH DRAINAGE AND EROSION CONTROL CONTRACTOR SHALL REMOVE SURPLUS MATERIALS, TOOLS, RUBBISH, AND LEAVE THE CONSTRUCTION SITE RUNOFF FROM ENTERING THE TRENCH DURING CONSTRUCTION. CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING ADEQUATE MEASURES FOR PREVENTING STORM WATER PERFORM REQUIRED SAFETY INSPECTIONS AND TO DIRECT ALL REQUIRED CONSTRUCTION SAFETY ACTIVITIES. PERSON ON-SITE WHO SHALL BE RESPONSIBLE FOR SUPERVISING THE WORK AND WHOSE DUTY IT WILL BE TO AT ALL TIMES THAT WORK IS PROGRESSING, THE CONTRACTOR SHALL HAVE A DESIGNATED COMPETENT SAFETY PLAN, SIGNED AND SEALED BY A PROFESSIONAL ENGINEER IN THE STATE OF TEXAS. THE CONTRACTOR. THIS IS BEYOND THE SCOPE OF THESE PLANS. CONTRACTOR SHALL DEVELOP A TRENCH OF TEXAS LAWS. TRENCH SAFETY DESIGN, PLANNING, AND IMPLEMENTATION IS SOLELY THE RESPONSIBILITY OF LABOR/OSHA 29 CFR PART 1926, "OCCUPATIONAL SAFETY AND HEALTH STANDARDS-EXCAVATIONS" AND STATE TRENCH PROTECTION SHALL BE PROVIDED BY MEETING APPLICABLE REQUIREMENTS OF THE DEPARTMENT OF WHEREVER TRENCH DEPTHS EXCEED 48", OR WHEN TRENCH PROTECTION IS REQUIRED FOR ANY REASON, FOR THE CITY'S RECORDS. IT IS THE CONTRACTOR'S RESPONSIBILITY TO MAINTAIN A NEAT AND ACCURATE RECORD OF CONSTRUCTION POSSIBLE. CONDITION AT NO COST TO CITY. REPAIRS MUST BE PERFORMED BY A LICENSED IRRIGATOR AS SOON AS EXISTING IRRIGATION SYSTEMS AND LANDSCAPE MATERIALS SHALL BE RESTORED TO EQUAL OR BETTER CONTRACTOR SHALL LOCATE AND PROTECT ALL EXISTING LANDSCAPE IRRIGATION SYSTEMS. DAMAGE TO AT AN APPROVED DISPOSAL FACILITY BY THE CONTRACTOR AT HIS EXPENSE. UNUSABLE EXCAVATED MATERIAL, OR CONSTRUCTION DEBRIS SHALL BE REMOVED AND DISPOSED OF OFFSITE CITY, AND SHALL PROVIDE AGREEMENTS WITH LANDOWNERS TO THE CITY. PROPERTIES OR RIGHT-OF-WAY WITHOUT THE PRIOR WRITTEN CONSENT OF THE PROPERTY OWNER AND THE CONTRACTOR SHALL NOT STORE MATERIALS, EQUIPMENT OR OTHER CONSTRUCTION ITEMS ON ADJACENT THE PUBLIC. CONTRACTOR SHALL NOT IMPEDE TRAFFIC ON EXISTING STREETS, DRIVEWAYS, ALLEYS, OR FIRE LANES OPEN TO TO EQUAL OR BETTER CONDITION BY THE CONTRACTOR AT NO COST TO THE CITY. DURING CONSTRUCTION. ANY REMOVAL OR DAMAGE TO EXISTING FACILITIES SHALL BE REPLACED OR REPAIRED THE CONTRACTOR SHALL BE RESPONSIBLE FOR ANY DAMAGE TO EXISTING FACILITIES OR ADJACENT PROPERTIES CONTRACTOR SHALL PROVIDE THE CITY WITH A CONSTRUCTION SCHEDULE WITH WEEKLY PROGRESS REPORTS. ALLOW NO LESS THAN 14 CALENDAR DAYS FOR REVIEW AND RESPONSE BY THE CITY. SHALL BE SUBMITTED BY THE CONTRACTOR SUFFICIENTLY IN ADVANCE OF SCHEDULED CONSTRUCTION TO ALL SHOP DRAWINGS, WORKING DRAWINGS OR OTHER DOCUMENTS WHICH REQUIRE REVIEW BY THE CITY LUBBOCK ENGINEERING STANDARDS AND SPECIFICATIONS, TXDOT SPECIFICATIONS, TXDOT STANDARD DRAWINGS. ANY REQUIRED PERMITS ALONG WITH THE CURRENT VERSIONS OF THE FOLLOWING REFERENCES: CITY OF CONTRACTOR MUST KEEP AVAILABLE ON-SITE AT ALL TIMES APPROVED CONSTRUCTION PLANS AND COPIES OF CONTRACTOR SHALL NOTIFY THE CITY AT LEAST 48 HOURS PRIOR TO BEGINNING ANY CONSTRUCTION. ACCORDANCE WITH THE SPECIFICATIONS. FURNISH SUITABLE EVIDENCE THAT THE MATERIALS PROPOSED TO BE INCORPORATED INTO THE WORK ARE IN APPROVED BY THE CITY. CONTRACTOR SHALL FURNISH MATERIALS OR SPECIMENS FOR TESTING, AND SHALL TESTING AND INSPECTION OF MATERIALS SHALL BE PERFORMED BY A COMMERCIAL TESTING LABORATORY 01/31/2020 SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-ALL-PL-GNOTES02.dgnIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Mar. 19, 2020 - 11:48:46 AMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\1. General\CV-ALL-PL-GNOTES02.dgn2.000 ' / in.Plot Scale:MicroStation V8 User:Date: Mar. 19, 2020 - 11:48:46 AM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\1. General\CV-ALL-PL-GNOTES02.dgnProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020 CIVIL4 G-04 VERIFY ALL CONTROL MONUMENTATION PRIOR TO BEGINNING CONSTRUCTION. TO LIMITS OF PERMANENT EASEMENT, TEMPORARY EASEMENT, CENTERLINE, ETC. THE CONTRACTOR SHALL CONSTRUCTION SURVEYING IS THE SOLE RESPONSIBILITY OF THE CONTRACTOR INCLUDING BUT NOT LIMITED THE CONTRACTOR AT NO COST TO THE CITY. DURING CONSTRUCTION. ANY SURVEY MARKERS DISTURBED DURING CONSTRUCTION SHALL BE REPLACED BY PROPERTY CORNERS, OR SURVEY MONUMENTS WITHIN THE LIMITS OF CONSTRUCTION AND OUTSIDE ROW CONTRACTOR SHALL BE RESPONSIBLE FOR PROTECTING ALL SURVEY MARKERS INCLUDING IRON RODS, BETWEEN JANUARY AND JUNE 2018 FOR THE CITY OF LUBBOCK. DIGITAL ORTHOPHOTOGRAPHY SHOWN AS BACKGROUND IMAGES IN THE PLAN VIEW WERE TAKEN SEE HORIZONTAL AND VERTICAL CONTROL SHEET FOR ADDITIONAL INFORMATION. PROJECT SURVEY IS BASED ON FIELD SURVEY DATA PROVIDED BY AMD ENGINEERING, APRIL 29, 2019. PUBLIC UTILITY CONTACTS: TELECOM SERVICES 2010 AVE R, ROOM 102 LUBBOCK, TX 79411 PH: (432) 296-3107 CABLE TELEVISION SERVICES 6710 HARTFORD LUBBOCK, TX 79413 ELECTRIC SERVICE LUBBOCK POWER AND LIGHT - JARED HUSE P.O. BOX 10541 LUBBOCK, TX 79408 PH: (806) 775.2515 NATURAL GAS SERVICE ATMOS ENERGY - LYNN GREEN 6606 66TH STREET LUBBOCK, TX 79424 PH: (806) 687-7130 LYNN.GREEN@ATMOSENERGY.COM MICHAEL G. KEENUM, P.E.; C.F.M.- DIVISION DIRECTOR OF ENGINEERING/ CITY ENGINEER 1625 13TH STREET LUBBOCK, TX 79401 PH: (806) 775-2393 SENIOR CIVIL ENGINEER 1625 13TH STREET LUBBOCK, TX 79401 PH: (806) 775-3317 JOSH FLUD - CHIEF INSPECTOR 1625 13TH STREET LUBBOCK, TX 79401 PH: (806) 548-4152 CITY OF LUBBOCK: ZOLTAN FEKETE- MB5842@ATT.COM SUDDENLINK - BRADLEY RITTER TEXAS TECH UNIVERSITY JAMES.THORTON@TTU.EDU PH: (806) 864-5210 TTU - JAMES THORTON UNITE PRIVATE NETWORKS NICHOLAS.OSULLIVAN@UPNFIBER.COM PH: (214) 470-2710 UPN - NICHOLAS OSULLIVAN MARATHON PETROLEUM NTS COMMUNICATIONS AT&T TEXAS - MICHAEL BINGHAM MICHAEL.PENNY@NTSCOM.COM PH: (806) 577-6059 LUBBOCK, TX 79423 7412 UNIVERSITY AVE NTS - MICHAEL PENNY JHUSE@MAIL.CI.LUBBOCK.TX.US BRADLEY.RITTER@ALICETECHSERVICEUSA.COM PH: (806) 241-0488 DON.ROULAIN@TTU.EDU PH: (806) 392-4224 TTU - DON ROULAIN LUBBOCK, TX 79401 PH: (806) 775-2673 LIONEL PLUMMER - PARKS & RECREATION 1611 10TH ST, PMCOOPER@MARATHONPETROLEUM.COM PH: (806) 789-6072 LUBBOCK,TX 79423 3417 73RD STREET MARATHON PETROLEUM - MARK COOPER WALMART J0R02TW.F00945.US@WAL-MART.COM PH: (806) 793-9686 WALMART - JARRED RACKLEY THRIVE APARTMENTS MANAGER@THRIVEINLUBBOCK.COM PH: (432) 230-1789 THRIVE APARTMENTS - ERIC DAVIDSON GENERAL NOTES (2 OF 2)CONSTRUCTION SITE AND MAINTAINING APPROPRIATE PHYSICAL BARRIERS. AREA. THE CONTRACTOR SHALL BE ESPECIALLY VIGILANT REGARDING SECURING THE DISRUPTIONS TO THE PUBLIC. PUBLIC SAFETY CONCERN IS HEIGHTENED IN THIS CONGESTED CONTRACTOR IS TO COORDINATE WITH OWNERS OF ADJACENT PROPERTIES TO MINIMIZE A PORTION OF THE CONSTRUCTION IS LOCATED AT GREEK CIRCLE AND QUAKER AVENUE. PROTECTIONS AS DETAILED FOR TREE PROTECTION TO IRRIGATION HYDRANTS AND WELLS. CONSTRUCTION AREA MUST BE PROTECTED AT ALL TIMES DURING CONSTRUCTION. APPLY IRRIGATION WELLS AND AUTOMATED WEATHER STATIONS LOCATED WITHIN OR NEAR THE 24-HOUR RAINFALL EVENT. HYDRAULIC GRADE LINE (HGL) IN THE PLAN SHEETS REPRESENTS THE HGL FOR THE 100-YEAR, ISOLATION OF WELL LINE. (SEE SCHEDULE RESTRICTIONS ON SHEETS P-09 AND P-10), LIMITS OF DISTURBANCE AND DEPARTMENT PRIOR TO CONSTRUCTION TO COORDINATE TIMING OF CONSTRUCTION. AGRICULTURAL AREA. CONTRACTOR SHALL COORDINATE WITH TEXAS TECH GROUNDS CONSTRUCTION IN EASEMENT ON EAST SIDE OF LOOP 289 IS ALONG TEXAS TECH DURING CONSTRUCTION. COST TO BE SUBSIDIARY TO OTHER PAY ITEMS. REMOVE AND REPLACE OR PROTECT AS REQUIRED AND PROVIDE TEMPORARY ROUTING WHERE PARK IRRIGATION SYSTEM IS LOCATED WITHIN THE STORM SEWER TRENCH ZONE, DAMAGED, REPAIR AT CONTRACTORS EXPENSE. TAKE DUE CAUTION TO PROTECT IRRIGATION SYSTEM DURING CONSTRUCTION AND IF IRRIGATION SYSTEMS ARE LOCATED WITHIN HIGINBOTHAM PARK. CONTRACTOR SHALL ELECTRICAL LINE OWNER/OPERATOR REQUIREMENTS AND STANDARD SAFETY PRACTICES ARE MET. ADEQUATE ARRANGEMENTS AND TO TAKE NECESSARY SAFETY PRECAUTIONS TO ENSURE THAT ALL LAWS, CONTRACTOR SHALL CONTACT THE OWNER/OPERATOR OF THE OVERHEAD ELECTRICAL LINE TO MAKE WHEN CONSTRUCTION OPERATIONS REQUIRE WORKING NEAR AN OVERHEAD ELECTRICAL LINE, THE OVERHEAD LINES HAS BEEN EFFECTIVELY GUARDED AGAINST PURSUANT TO THE PROVISIONS OF THIS ARTICLE. 10-FEET OF ANY OVERHEAD ELECTRICAL LINES UNLESS DANGER AGAINST CONTACT WITH HIGH VOLTAGE TEXAS STATE LAW, ARTICLE 1436C, MAKES IT UNLAWFUL TO OPERATE EQUIPMENT OR MACHINES WITHIN APPROVAL. CONTRACTOR MAY PROPOSE ALTERNATIVE TRAFFIC CONTROL BY SUBMITTING A PLAN TO THE CITY FOR COMPLYING WITH ALL OF THE ASSOCIATED REQUIREMENTS. CONTRACTOR IS RESPONSIBLE FOR APPLYING AND RECEIVING A BARRICADE PERMIT FROM THE CITY AND STANDARD SPECIFICATIONS UNLESS OTHERWISE NOTED. TRAFFIC SHIFTS. ALL TRAFFIC CONTROL COMPONENTS SHALL BE IN ACCORDANCE WITH 2014 TXDOT PROVIDE A CONSTRUCTION SCHEDULE AND NOTIFY THE TRAFFIC DEPARTMENT AT LEAST 48 HOURS PRIOR TO CONTRACTOR SHALL NOTIFY THE TRAFFIC DEPARTMENT AT LEAST 7 BUSINESS DAYS PRIOR TO ANY WORK, ARE SUBSIDIARY TO THE TRAFFIC CONTROL PAY ITEM. CONSTRUCTION STANDARDS. ALL BARRICADES, CHANNELIZING DEVICES, TEMPORARY SIGNAGE AND STRIPING TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (TMUTCD) AND TXDOT BARRICADE AND TRAFFIC CONTROL IN ACCORDANCE WITH THE MINIMUM REQUIREMENTS OF THE LATEST REVISION OF THE CONTRACTOR SHALL BE RESPONSIBLE FOR FURNISHING AND INSTALLING ALL TEMPORARY AND PERMANENT FROM CONSTRUCTION OPERATIONS. THE CONTRACTOR SHALL TAKE ALL AVAILABLE PRECAUTIONS TO CONTROL DUST MUD AND DEBRIS AT ALL TIMES. CONTRACTOR SHALL CLEAN UP AND REMOVE ALL LOOSE MATERIAL RESULTING CONTRACTOR IS RESPONSIBLE FOR KEEPING STREETS AND DRIVEWAYS ADJACENT TO THE PROJECT FREE OF ASPHALT BAGS SHALL BE PLACED AT CONSTRUCTION ENTRANCES TO PREVENT CURB DAMAGE. MORTAR OF SIMILAR MATERIALS. SITE. THIS INCLUDES PAINT, OIL, SOLVENTS, ASPHALT, CONCRETE, CONCRETE EQUIPMENT WASH WATER, OVERLAND OR SUBTERRANEAN WITHIN THE LIMITS OF THE CRITICAL ROOT ZONE OF TREES THAT REMAIN ON NO EQUIPMENT SHALL BE CLEANED ON-SITE, OR OTHER LIQUIDS DEPOSITED AND ALLOWED TO FLOW STEEL POSTS SHALL NOT BE USED TO INSTALL EROSION CONTROL MEASURES WITHIN CITY ROW. SHALL BE MAINTAINED THROUGHOUT THE PROJECT IN A CONDITION ACCEPTABLE TO THE CITY. EROSION CONTROL DEVICES SHALL BE INSTALLED ON ALL PROJECTS PRIOR TO BEGINNING CONSTRUCTION AND FOR SWPPP AND NOI PERMITS. APPROPRIATE EROSION CONTROL MEASURES AND PROVIDE THE CITY WITH ALL SUPPORTING MATERIALS CONTRACTOR SHALL COORDINATE WITH CITY OF LUBBOCK STORM WATER DEPARTMENT REGARDING UTILITIES TRAFFIC CONTROL TREE PROTECTION MISCELLANEOUS SURVEY EROSION CONTROL PERMIT CONTACT INFORMATION: SWPPP TRENIA HARRIS JOSH FLUD ROW CLAUDE KNEISLEY BARRICADE DAVID BRAGG (806) 775-2347 (806) 548-4152 (806) 775-2347 (806) 775-2135 AS INDICATED IN TREE PROTECTION DETAIL SHEET. NO CONSTRUCTION ACTIVITY OR STOCKPILES SHALL BE LOCATED WITHIN THE DRIP LINE OF ANY TREE EXCEPT CONSTRUCTION. SEE TREE PROTECTION DETAIL SHEET FOR MORE INFORMATION. TREES LOCATED WITHIN OR NEAR CONSTRUCTION CORRIDOR MUST BE PROTECTED AT ALL TIMES DURING ALL INSTALLED TREES MAY ONLY BE PLANTED BETWEEN NOVEMBER 1ST AND FEBRUARY 28TH. MATCH SIZE UP TO MAX CALIPER OF 4". SHALL BE REPLACED. REPLACE WITH TREE SPECIES MUTUALLY ACCEPTABLE TO OWNER AND CITY ENGINEER. ANY TREES WITHIN PARK THAT ARE MOVED, REMOVED, OR DAMAGED BY CONTRACTOR DO NOT REMOVE ANY TREE OR SHRUB IN PARK WITHOUT CITY APPROVAL. WIRES SHALL BE REPLACED OR RELOCATED AS REQUIRED BY THE UTILITY AT NO ADDITIONAL COST TO THE OWNER. REQUIRED TO CONSTRUCT THE PROJECT. ANY DAMAGED POLES OR GUY WIRES OR RELOCATED POLES OR GUY CONTRACTOR SHALL COORDINATE WITH LP&L REGARDING SUPPORTING POWER POLES AND GUY WIRES AS MANUFACTURER'S RECOMMENDATION. WHERE STANDARD HORIZONTAL OR VERTICAL FITTINGS ARE NOT CALLED OUT, CONTRACTOR MAY DEFLECT ALL MANHOLES AND WATER VALVES SHALL BE ADJUSTED TO FINISHED GRADE. DEPARTMENT TO REQUEST VALVE CHANGES. CONTRACTOR SHALL NOT OPERATE EXISTING VALVES. CONTACT THE CITY'S PIPELINE MAINTENANCE CONTRACTOR SHALL SUBMIT A TRENCH SAFETY PLAN PRIOR TO THE PRE-CONSTRUCTION MEETING. STORM DRAIN WHILE MAINTAINING THE INTEGRITY OF THE CROSSING UTILITY. SHALL BE ADEQUATELY SUPPORTED BY THE CONTRACTOR IN A MANNER TO FACILITATE CONSTRUCTION OF THE CITY OF LUBBOCK WATER AND SEWER LINES CROSSING THE TRENCH THAT ARE NOT INDICATED TO BE REPLACED OTHERWISE NOTED AND WILL BE PAID UP TO THE LENGTHS SHOWN IN THE PLANS. SHALL BE IN ACCORDANCE WITH THE CITY'S CURRENT STANDARDS, DETAILS, AND SPECIFICATIONS UNLESS CITY OF LUBBOCK WATER AND SEWER LINES CROSSING THE TRENCH THAT ARE INDICATED TO BE REPLACED UTILITIES IF THE DAMAGE IS CAUSED BY NEGLIGENCE OR FAILURE TO HAVE LOCATES PERFORMED. THESE FACILITIES AT NO COST TO THE CITY. THE CONTRACTOR WILL BE RESPONSIBLE FOR DAMAGES TO HOURS PRIOR TO CONSTRUCTION. (DIG-TESS 1-800-344-8377) THE CONTRACTOR MAY BE REQUIRED TO EXPOSE CONTRACTOR SHALL BE RESPONSIBLE FOR CONTACTING ALL PUBLIC AGENCIES AND FRANCHISE UTILITIES 48 AND / OR ANY OTHER UNDERGROUND UTILITIES NOT OF RECORD OR NOT SHOWN ON THE PLANS. THE DRILLING AND SHALL BE REQUIRED TO TAKE ANY PRECAUTIONARY MEASURES TO PROTECT ALL LINES SHOWN DEPTH AND LOCATION OF EXISTING UNDERGROUND UTILITIES PRIOR TO EXCAVATING, TRENCHING, OR OBTAINED FROM AVAILABLE RECORDS AND ARE APPROXIMATE. THE CONTRACTOR SHALL DETERMINE THE THE EXISTENCE AND LOCATIONS OF THE PUBLIC AND FRANCHISE UTILITIES SHOWN ON THE DRAWINGS WERE 03/19/2020 POTSTA.300+00.00300+00 301+00 302+00 303+00PI STA.303+30.28304+00305+00306+00PI STA.306+05.37PCSTA.306+21.37307+00 308+00 309+00 310+00 311+00 312+00 PTSTA.312+83.07313+00 314+00 315+00 316+00 317+00 318+00PCSTA.3 18+03 .87 31 9+00 320+00 PTSTA.320+60.46321+00 322+00 323+00 324+00 325+00 326+00 327+00 328+00 329+00 330+00 331+00 332+00 333+00 334+00 335+00 PCSTA.335+35.16336+00 337+00PTSTA.337+04.08338+00 P CSTA.3 3 8+6 7.4 7 339+00 340+00 PTSTA.340+64.91341+00 342+00 343+00 344+00 345+00 346+00 347+00 348+00PI STA.348+03.3034 9+00 350+00PI STA.350+46.39351+00 PCSTA.351+56.6635 2+00 353 +00 354+00 355+00 356+00 357+00 358+00 PTSTA.358+84.79359+00 360+00 361+00 362+00 363+00 364+00 365+00 366+00 367+00 PI STA.367+28.84368+00 369+00PI STA.369+04.84370+00 371+00 372+00 373+00 PI STA.373+35.93374+00375+00376+00377+00PI STA.377+16.10378+00379+00PI STA.379+28.23380+00 381+00 382+00 383+00 384+00 385+00 386+00 387+00 388+00 389+00 390+00 391+00 392+00 393+00 394+00 395+00 396+00 PI STA.396+64.03397+00398+00399+00PI STA.399+91.63400+00 401+00 402+00 403+00 404+00 405+00 406+00 407+00 408+00 409+00 410+00 411+00 412+00 413+00 PCSTA.413+36.35414+00 415+00 416+00417 +00 PTSTA.417+87.07418+00 419+00 PO TSTA.419+06.11POTSTA.100+00.00100+00 101+00 102+00PI STA.102+04.93103+00 104+00 105+00 PI STA.105+95.74106+00 PI STA.106+33.77107+00 108+00 109+00 110+00 111+00 112+00 113+00 114+00 115+00 116+00 117+00 118+00 119+00 120+00 121+00 122+00 123+00 124+00 125+00 126+00 PI STA.126+32.18128+00129+00130+00PI STA.130+69.53131+00 132+00 133+00 134+00 135+00 136+00 PI STA.136+97.36137+00138+00PI STA.138+96.95139+00 POTSTA.139+79.59127+00POTSTA.200+00.00200 +00201+00PI STA.201+81.63 202+00 203+00 204+00 205+00 206+00 207+00 208+00 209+00 210+00 PI STA.210+43.44211+00 POTSTA.211+99.861000'500'0 SCALE IN FEET 1000'500'0 SCALE IN FEET 1000'500'0 SCALE IN FEET GAS GM SD WV WW E WM T C T FO SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PL-LAYOUT01.shtIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:03:46 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\1. General\CV-TRT-PL-LAYOUT01.sht1000.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:03:46 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\1. General\CV-TRT-PL-LAYOUT01.shtProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020PLAN VIEW LEGEND PROFILE LEGEND CIVIL5 PLAN AND PROFILE LAYOUTINDEX AND LEGENDG-05 P-15 P-14 P-13 P-12 P-11 P-10 P-09 P-08 P-07 P-06 P-05 P-04 P-03 P-02 P-01 SHEET NO. LINE NO. DESCRIPTION LOOP 289 LATERAL - LINE LP 4TH STREET LATERAL - LINE R 17TH STREET LATERAL - LINE H P-01 P-02P-03 P-04 P-05 P-06 P-07 P-08 P-09 P-10P-11 P-12 P-13 P-14P-15 H-04 H-03 H-02 H-01 R-01 LP-10 LP-09 LP-08 LP-07 LP-06 LP-05 LP-04 LP-03 LP-02 LP-01 WASTEWATER-21"-CITY OF LUBBOCK WASTEWATER-12"-CITY OF LUBBOCK WASTEWATER-8"-CITY OF LUBBOCK WASTEWATER-3"-CITY OF LUBBOCK WASTEWATER-UNKNOWN SIZE-CITY OF LUBBOCK WATER-24"-CITY OF LUBBOCK WATER-12"-CITY OF LUBBOCK WATER-8"-CITY OF LUBBOCK WATER-6"-CITY OF LUBBOCK WATER-4"-CITY OF LUBBOCK WATER-UNKNOWN SIZE-CITY OF LUBBOCK GAS-4"-ATMOS GAS-6"-ATMOS FIBER OPTIC CABLE-SUDDENLINK TELEPHONE-ATT ELECTRIC-PRIVATE LEVEL D: STORM DRAIN-UNKNOWN SIZE-CITY OF LUBBOCK WASTEWATER-21"-CITY OF LUBBOCK WASTEWATER-8"-CITY OF LUBBOCK WATER-8"-CITY OF LUBBOCK GAS-UNKNOWN SIZE-MARKWEST POWER TEX LLC. GAS-2"-ATMOS UNKNOWN FIBER OPTIC CABLE-CITY OF LUBBOCK FIBER OPTIC CABLE-FIBERLIGHT FIBER OPTIC CABLE-SUDDENLINK FIBER OPTIC CABLE-NTS COMMUNICATIONS FIBER OPTIC CABLE-UNITE PRIVATE NETWORKS LLC FIBER OPTIC CABLE-ATT ELECTRIC-TRAFFIC SIGNAL ELECTRIC-PRIVATE ELECTRIC-LUBBOCK POWER AND LIGHT TELEPHONE-ATT LEVEL B: T1-01 E1-01 E2-01 E3-01 FOC1-01 FOC2-01 FOC3-01 FOC4-01 FOC5-01 FOC6-01 UNK G1-02 G2-01 W1-08 WW1-08 WW1-21 SD1-01 E2-01-D T1-01-D FOC4-01-D G1-06-D G1-04-D W1-01-D W1-04-D W1-06-D W1-08-D W1-12-D W1-24-D WW1-01-D WW1-03-D WW1-08-D WW1-12-D WW1-21-D STORM DRAIN MANHOLE WASTEWATER MANHOLE WATER VALVE FIRE HYDRANT WATER METER GAS METER GAS MARKER TELECOM HAND HOLE CABLE TV PEDESTAL FIBER OPTIC MARKER TELEPHONE PEDESTAL TRAFFIC SIGNAL POLE ELECTRIC TRANSFORMER ELECTRIC CABINET ELECTRIC HAND HOLE ELECTRIC MANHOLE POWER POLE LIGHT POLE THAN OPEN CUT PROPOSED STORM SEWER PIPE- OTHER PROPOSED STORM SEWER PIPE- OPEN CUT (WATER,GAS,SAN. SEWER) EXISTING CROSSING UTILITY LINE HYDRAULIC GRADE LINE EXISTING GROUND PROFILE LINE STA 132+50 TO STA 139+79.59 STA 123+50 TO STA 132+50 STA 111+00 TO STA 123+50 STA 100+86.04 TO STA 111+00 STA 201+81.63 TO STA 211+19.02 STA 411+50 TO STA 419+41.68 STA 399+00 TO STA 411+50 STA 386+50 TO STA 399+00 STA 374+00 TO STA 386+50 STA 361+50 TO STA 374+00 STA 349+00 TO STA 361+50 STA 336+50 TO STA 349+00 STA 324+00 TO STA 336+50 STA 311+50 TO STA 324+00 STA 301+06.04 TO STA 311+50 01/31/2020 CP-NWDIP 49 CP-NWDIP 42 CP-NWDIP 43 CP-NWDIP 40 CP-NWDIP 41 CP-NWDIP 44 CP-NWDIP 47 CP-NWDIP 48 CP-NWDIP 45 CP-NWDIP 46 CP-NWDIP 69 CP-NWDIP 70 CP-NWDIP 68 CP-NWDIP 71 CP-NWDIP 20 CP-NWDIP 21 CP-NWDIP 18 CP-NWDIP 19 CP-NWDIP 33CP-NWDIP 34 CP-NWDIP 35 CP-NWDIP 38 CP-NWDIP 39 CP-NWDIP 36 CP-NWDIP 37 CP-NWDIP 24 CP-NWDIP 25 CP-NWDIP 22 CP-NWDIP 23 CP-NWDIP 26 CP-NWDIP 29 CP-NWDIP 27 CP-NWDIP 28 TX DOT MON 82—850 LEGEND CONTROL POINT MONUMENT/ POINT CONTROL MONUMENT/ NORTHING (Y)EASTING(X)ELEVATION(Z)DESCRIPTION CP-NWDIP 18 7283307.478 931983.941 3235.21 ALUMINUM DISK SET IN CONCRETE CP-NWDIP 19 7282254.640 931859.330 3233.73 ALUMINUM DISK SET IN CONCRETE CP-NWDIP 20 7281260.11 931813.630 3233.79 ALUMINUM DISK SET IN CONCRETE CP-NWDIP 21 7280238.761 931781.898 3235.14 ALUMINUM DISK SET IN CONCRETE CP-NWDIP 22 7279438.441 931834.35 3237.16 ALUMINUM DISK SET IN CONCRETE CP-NWDIP 23 7278302.34 931717.215 3236.55 ALUMINUM DISK SET IN CONCRETE CP-NWDIP 24 7278386. 632 931260. 970 3235.42 ALUMINUM DISK SET IN CONCRETE CP-NWDIP 25 7278468.085 930981.655 3235.16 ALUMINUM DISK SET IN CONCRETE CP-NWDIP 26 7277257.375 931772.18 3237.96 ALUMINUM DISK SET IN CONCRETE CP-NWDIP 27 7276241.64 931731.79 3239.05 ALUMINUM DISK SET IN CONCRETE CP-NWDIP 28 7275244.38 931697.82 3236.32 ALUMINUM DISK SET IN CONCRETE CP-NWDIP 29 7274158.35 931586. 940 3227.4 ALUMINUM DISK SET IN CONCRETE CP-NWDIP 33 7274823.920 931601.695 3231.090 ALUMINUM DISK SET IN CONCRETE CP-NWDIP 34 7274815.215 930570.195 3236.81 ALUMINUM DISK SET IN CONCRETE CP-NWDIP 35 7274847.08 929575.375 3241.37 ALUMINUM DISK SET IN CONCRETE CP-NWDIP 36 7274895.195 928626.775 3242.1 ALUMINUM DISK SET IN CONCRETE CP-NWDIP 37 7283781.85 930863.29 3237.67 ALUMINUM DISK SET IN CONCRETE CP-NWDIP 38 7283184.67 930012.93 3239.86 ALUMINUM DISK SET IN CONCRETE CP-NWDIP 39 7283412.52 929857.375 3239.8 ALUMINUM DISK SET IN CONCRETE CP-NWDIP 40 7282808.323 928998.9 3242.22 ALUMINUM DISK SET IN CONCRETE CP-NWDIP 41 7282525.63 928597.408 3243.79 ALUMINUM DISK SET IN CONCRETE CP-NWDIP 42 7282615.927 927809.864 3245.31 ALUMINUM DISK SET IN CONCRETE CP-NWDIP 43 7281978.925 926958.225 3247.05 ALUMINUM DISK SET IN CONCRETE CP-NWDIP 44 7281447.275 926004.589 3244.210 ALUMINUM DISK SET IN CONCRETE CP-NWDIP 45 7280754.63 925216.925 3251.19 ALUMINUM DISK SET IN CONCRETE CP-NWDIP 46 7280232.094 924498.400 3254.17 ALUMINUM DISK SET IN CONCRETE CP-NWDIP 47 7279866. 675 923542.815 3258.64 ALUMINUM DISK SET IN CONCRETE CP-NWDIP 48 7279800.035 922578.835 3260.06 ALUMINUM DISK SET IN CONCRETE CP-NWDIP 49 7278836.32 922797.310 3261.42 ALUMINUM DISK SET IN CONCRETE CP-NWDIP 68 7275434.749 931831.245 3235.848 ALUMINUM DISK SET IN EXISTING CP-NWDIP 69 7275396.924 932212.585 3231.841 ALUMINUM DISK SET IN EXISTING CP-NWDIP 70 7274805.389 932175. 004 3228.142 ALUMINUM DISK SET IN EXISTING CP-NWDIP 71 7274276.617 932194.138 3225.783 ALUMINUM DISK SET IN EXISTING CP-NWDIP 73 7272273.559 932179.73 3221.046 ALUMINUM DISK SET IN EXISTING 82 — 850 TX DOT MON 7272402.763 931515.720 3227.52 FOUND DISK IN CONCRETEBETWEEN JANUARY AND JUNE 2018 FOR THE CITY OF LUBBOCK. DIGITAL ORTHOPHOTOGRAPHY SHOWN AS BACKGROUND IMAGES IN THE PLAN VIEW WERE TAKEN SEE HORIZONTAL AND VERTICAL CONTROL SHEET FOR ADDITIONAL INFORMATION. PROJECT SURVEY IS BASED ON FIELD SURVEY DATA PROVIDED BY AMD ENGINEERING, APRIL 29, 2019. REPORT ANY DISCREPENCIES TO THE ENGINEER CONTRACTOR TO VERIFY CONTROL POINTS PRIOR TO BEGINNING CONSTRUCTION AND SURVEY CONTROL INFORMATION SHOWN ON THIS SHEET WAS ACCURATE AS OF THE DATE OF THE COMBINED SCALE FACTOR OF 1.000235 TO CONVERT GRID COORDINATES TO SURFACE, MULTIPLY BY THE PROJECT AVERAGE ALL ELEVATIONS ARE NAVD 88 TEXAS COORDINATE VALUES SYSTEM, NORTH CENTRAL ZONE ALL COORDINATE VALUES ARE RELATIVE TO NAD 83 (CORS 96) NOTES: SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PL-CTRL01.shtIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:03:51 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\1. General\CV-TRT-PL-CTRL01.sht1600.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:03:51 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\1. General\CV-TRT-PL-CTRL01.shtProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE1/29/2020TEXAS TECH PARKWAYTEXAS TECH PARKWAYCHICAGO AVENUESLIDE ROADVICKSBURG AVENUETOLEDO AVENUEERSKINE STREET SLIDE ROAD4TH STREET 19TH STREET CIVIL6 DESIGN SURVEY, HORIZONTALAND VERTICAL CONTROLG-06QUAKER AVENUETEXAS 289 LOOP TEXAS 289 LOOP ERSKINE STREET INDIANA AVENUEMARSHA SHARP FREEW AY SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PL-HORZ01.shtIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:04:54 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\1. General\CV-TRT-PL-HORZ01.sht1000.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:04:54 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\1. General\CV-TRT-PL-HORZ01.shtProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020300+00 310+00320+00 330+00 340+00 350+00360+00 370+00 380+00 390+00 400+00 410+00 419+00 1000'500'0 SCALE IN FEET CIVIL7 G-07 HORIZONTAL ALIGNMENTDATA SHEET (1 OF 2)LOOP 289 LATERAL - LINE LP Course from 304 to PC LOOP2895 N 32° 29' 17.96" E Dist 110.2743 Point 304 N 7,281,787.0357 E 926,390.8196 Sta 350+46.39 Course from 303 to 304 N 2° 29' 17.96" E Dist 243.0897 Point 303 N 7,281,544.1751 E 926,380.2657 Sta 348+03.30 Course from PT LOOP2894 to 303 N 62° 29' 17.96" E Dist 738.3879 Chord Bear = N 49° 59' 17.96" E Ahead = N 62° 29' 17.96" E Back = N 37° 29' 17.96" E C.C. N 7,280,801.7623 E 925,934.4002 P.T. Station 340+64.91 N 7,281,203.0921 E 925,725.3771 P.C. Station 338+67.47 N 7,281,077.1537 E 925,575.3517 Mid. Ord. = 10.7261 Long Chord = 195.8779 External = 10.9865 Radius = 452.5000 Length = 197.4404 Tangent = 100.3168 Degree = 12° 39' 43.38" Delta = 25° 00' 00.00" (RT) P.I. Station 339+67.79 N 7,281,156.7528 E 925,636.4045 Curve LOOP2894 *----------* Curve Data Course from PT LOOP2893 to PC LOOP2894 N 37° 29' 17.96" E Dist 163.3886 Chord Bear = N 46° 17' 12.43" E Ahead = N 37° 29' 17.96" E Back = N 55° 05' 06.89" E C.C. N 7,281,282.2384 E 925,039.5009 P.T. Station 337+04.08 N 7,280,947.5085 E 925,475.9134 P.C. Station 335+35.16 N 7,280,831.2359 E 925,354.2972 Mid. Ord. = 6.4721 Long Chord = 168.2552 External = 6.5492 Radius = 550.0000 Length = 168.9183 Tangent = 85.1294 Degree = 10° 25' 02.69" Delta = 17° 35' 48.92" (LT) P.I. Station 336+20.29 N 7,280,879.9603 E 925,424.1037 Curve LOOP2893 *----------* Curve Data Ending chain LOOP289 description ================================================== Point 312 N 7,284,278.0381 E 931,972.6646 Sta 419+06.11 Course from PT LOOP2896 to 312 S 88° 13' 05.00" E Dist 119.0451 Chord Bear = N 73° 20' 10.85" E Ahead = S 88° 13' 05.00" E Back = N 54° 53' 26.70" E C.C. N 7,283,582.0784 E 931,831.9099 P.T. Station 417+87.07 N 7,284,281.7399 E 931,853.6770 P.C. Station 413+36.35 N 7,284,154.7183 E 931,429.3138 Mid. Ord. = 35.9628 Long Chord = 442.9657 External = 37.9105 Radius = 700.0000 Length = 450.7110 Tangent = 233.4779 Degree = 8° 11' 06.40" Delta = 36° 53' 28.30" (RT) P.I. Station 415+69.83 N 7,284,289.0001 E 931,620.3120 Curve LOOP2896 *----------* Curve Data Course from 311 to PC LOOP2896 N 54° 53' 26.70" E Dist 1,344.7266 Point 311 N 7,283,381.3158 E 930,329.2510 Sta 399+91.63 Course from 310 to 311 S 35° 07' 28.58" E Dist 327.5961 Point 310 N 7,283,649.2576 E 930,140.7664 Sta 396+64.03 Course from 309 to 310 N 54° 52' 31.42" E Dist 1,735.8034 Point 309 N 7,282,650.5517 E 928,721.0481 Sta 379+28.23 Course from 308 to 309 S 80° 07' 28.30" E Dist 212.1323 Point 308 N 7,282,686.9340 E 928,512.0590 Sta 377+16.10 Course from 307 to 308 S 35° 06' 21.22" E Dist 380.1671 Point 307 N 7,282,997.9451 E 928,293.4290 Sta 373+35.93 Course from 306 to 307 N 54° 54' 56.96" E Dist 431.0845 Point 306 N 7,282,750.1667 E 927,940.6689 Sta 369+04.84 Course from 305 to 306 N 47° 22' 46.69" E Dist 176.0000 Point 305 N 7,282,630.9905 E 927,811.1581 Sta 367+28.84 Course from PT LOOP2895 to 305 N 54° 52' 00.04" E Dist 844.0517 Chord Bear = N 68° 25' 45.62" E Ahead = N 54° 52' 00.04" E Back = N 81° 59' 31.21" E C.C. N 7,283,403.0545 E 926,235.7901 P.T. Station 358+84.79 N 7,282,145.2548 E 927,120.8799 P.C. Station 351+56.66 N 7,281,880.0521 E 926,450.0510 Mid. Ord. = 42.8886 Long Chord = 721.3487 External = 44.1189 Radius = 1,538.0000 Length = 728.1295 Tangent = 371.0206 Degree = 3° 43' 31.24" Delta = 27° 07' 31.17" (LT) P.I. Station 355+27.68 N 7,281,931.7395 E 926,817.4536 Curve LOOP2895 *----------* Curve Data BEGINNING OF LINE LP STA 301+06.04 PHASE 1 (MH LP-23) WITH NEW MANHOLE PHASE 1 JUNCTION BOX STUB CONNECT TO NWLDIP END OF LINE LP STA 419+06.11 Course from PT LOOP2892 to PC LOOP2893 N 55° 05' 06.89" E Dist 1,474.7094 Chord Bear = N 73° 27' 41.99" E Ahead = N 55° 05' 06.89" E Back = S 88° 09' 42.91" E C.C. N 7,280,315.1774 E 923,916.0860 P.T. Station 320+60.46 N 7,279,987.1756 E 924,145.0288 P.C. Station 318+03.87 N 7,279,915.3832 E 923,903.2560 Mid. Ord. = 20.3977 Long Chord = 252.2068 External = 21.4937 Radius = 400.0000 Length = 256.5832 Tangent = 132.8795 Degree = 14° 19' 26.20" Delta = 36° 45' 10.20" (LT) P.I. Station 319+36.75 N 7,279,911.1211 E 924,036.0671 Curve LOOP2892 *----------* Curve Data Course from PT LOOP2891 to PC LOOP2892 S 88° 09' 42.91" E Dist 520.8035 Chord Bear = N 69° 20' 17.09" E Ahead = S 88° 09' 42.91" E Back = N 46° 50' 17.09" E C.C. N 7,279,090.0215 E 923,355.6973 P.T. Station 312+83.07 N 7,279,932.0880 E 923,382.7205 P.C. Station 306+21.37 N 7,279,704.5607 E 922,779.3746 Mid. Ord. = 64.1315 Long Chord = 644.8216 External = 69.4154 Radius = 842.5000 Length = 661.6980 Tangent = 348.9749 Degree = 6° 48' 02.47" Delta = 45° 00' 00.00" (RT) P.I. Station 309+70.35 N 7,279,943.2814 E 923,033.9251 Curve LOOP2891 *----------* Curve Data Course from 302 to PC LOOP2891 N 46° 50' 17.09" E Dist 16.0000 Point 302 N 7,279,693.6157 E 922,767.7039 Sta 306+05.37 Course from 301 to 302 N 11° 29' 16.20" W Dist 275.0861 Point 301 N 7,279,424.0404 E 922,822.4900 Sta 303+30.28 Course from 300 to 301 N 16° 52' 07.22" E Dist 330.2843 Point 300 N 7,279,107.9674 E 922,726.6484 Sta 300+00.00 ============================================================ Beginning chain LOOP289 description OP2895 305 306 307 308 309 310 311 CUR LOOP2896 312 300 301 302 CUR LOOP2891 CUR LOOP2892 CUR LOOP2893 CUR LOOP2894 303 304 CUR LO- Chain LOOP289 contains: MINIMUM REQUIRED PIPE JOINTS. ESTABLISH PROPER LINE AND GRADE USING LINE AND GRADE FOR PHASE 3 CONSTRUCTION. STA 417+87.07 TO ESTABLISH SPECIFIED SPECIFICATIONS) FROM STA 413+36.35 TO JOINT (AS DEFINED BY PIPE MANUFACTURER OF ALLOWABLE DEFLECTION LIMITS PER PIPE CONTRACTOR TO DEFLECT PIPE WITHIN 80% NOTE:01/31/2020 SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PL-HORZ02.shtIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:04:59 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\1. General\CV-TRT-PL-HORZ02.sht1000.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:04:59 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\1. General\CV-TRT-PL-HORZ02.shtProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020ST 100+00 110+00 120+00 130+00139+00 200+00210+00 0 SCALE IN FEET 200'400'0 SCALE IN FEET 500'1000'CIVIL8 G-08 HORIZONTAL ALIGNMENTDATA SHEET (2 OF 2)Ending chain 4TH description ================================================== Point 203 N 7,279,225.3072 E 931,807.4488 Sta 211+99.86 Course from 202 to 203 N 63° 06' 20.28" E Dist 156.4165 Point 202 N 7,279,154.5527 E 931,667.9500 Sta 210+43.44 Course from 201 to 202 S 88° 10' 26.16" E Dist 861.8123 Point 201 N 7,279,182.0147 E 930,806.5753 Sta 201+81.63 Course from 200 to 201 S 1° 49' 33.84" W Dist 181.6280 Point 200 N 7,279,363.5504 E 930,812.3630 Sta 200+00.00 ================================================== Beginning chain 4TH description 200 201 202 203 Chain 4TH contains: 4TH STREET LATERAL - LINE R 17TH STREET LATERAL - LINE H Ending chain 17TH description ================================================== Point 908 N 7,275,425.1422 E 931,721.3571 Sta 139+79.59 Course from 907 to 908 S 88° 00' 38.58" E Dist 82.6413 Point 907 N 7,275,428.0109 E 931,638.7656 Sta 138+96.95 Course from 906 to 907 N 1° 59' 21.42" E Dist 199.5866 Point 906 N 7,275,228.5445 E 931,631.8374 Sta 136+97.36 Course from 905 to 906 S 88° 00' 38.58" E Dist 627.8285 Point 905 N 7,275,250.3381 E 931,004.3873 Sta 130+69.53 Course from 904 to 905 N 1° 56' 22.47" E Dist 437.3571 Point 904 N 7,274,813.2316 E 930,989.5847 Sta 126+32.18 Course from 903 to 904 S 88° 06' 33.41" E Dist 1,998.4045 Point 903 N 7,274,879.1656 E 928,992.2681 Sta 106+33.77 Course from 902 to 903 S 73° 06' 33.40" E Dist 38.0307 Point 902 N 7,274,890.2153 E 928,955.8781 Sta 105+95.74 Course from 901 to 902 S 88° 01' 42.45" E Dist 390.8094 Point 901 N 7,274,903.6604 E 928,565.3000 Sta 102+04.93 Course from 900 to 901 N 69° 24' 41.12" E Dist 204.9308 Point 900 N 7,274,831.5954 E 928,373.4582 Sta 100+00.00 ================================================== Beginning chain 17TH description 900 901 902 903 904 905 906 907 908 Chain 17TH contains: BEGINNING OF LINE R STA 201+06.04 EXISTING PHASE 2 CONSTRUCTION BEGINNING OF LINE H STA 100+86.04 EXISTING PHASE 2 CONSTRUCTION E:931735.44 N:7279188.78 LATERAL STUB-OUT PHASE 2 MH Q-02 CONNECT TO NWLDIP END OF LINE R STA 211+19.02 TO BE REPLACED EXISTING MH Q-08 PHASE 2 TRUNK MAIN CONNECT TO NWLDIP END OF LINE H STA 139+79.59 01/31/2020 LEGEND GEOTECH BORE 0 SCALE IN FEET 800'1600' POINT STATIONING LINE NORTHING (Y)EASTING (X)ELEVATION SURFACE STATION OFFSET TH-01 LOOP289 7279269.493 922799.572 3261.7064 301+75.74 22.9145 R TH-02 LOOP289 7279742.262 922815.034 3255.3997 307+09.07 4.6921 L TH-03 LOOP289 7279892.26 923794.888 3253.3668 317+32.46 26.5872 R TH-04 LOOP289 7280304.806 924539.569 3254.1762 326+01.93 34.6405 L TH-05 LOOP289 7280930.606 925443.518 3250.1727 337+06.20 14.3927 L TH-06 LOOP289 7281866.233 925778.693 3250.7482 344+54.68 563.5226 L TH-07 LOOP289 7281736.285 926414.224 3243.709 350+32.86 25.5857 R TH-08 LOOP289 7282220.635 927191.63 3247.106 360+22.19 20.9317 L TH-09 LOOP289 7282600.856 927813.3 3244.9412 367+49.41 25.8770 R TH-10 LOOP289 7282947.692 928342.477 3242.0542 374+17.33 11.2257 L TH-11 LOOP289 7283097.859 929322.203 3237.9784 387+12.85 19.9754 L TH-12 LOOP289 7283548.879 930007.056 3238.5782 395+32.49 5.1688 R TH-13 LOOP289 7283287.389 930211.806 3239.064 400+27.20 150.3848 R TH-14 LOOP289 7283844.567 930991.475 3236.8825 408+35.37 1.9039 R TH-15 4TH 7279179.678 931144.755 3234.7432 205+19.71 8.4407 L TH-16 17TH 7274829.448 930577.014 3236.8588 122+18.35 7.3455 L TH-17 17TH 7274895.709 928537.574 3242.6955 101+76.18 2.3065 L POINT STATIONING LINE NORTHING (Y)EASTING (X)ELEVATION SURFACE STATION OFFSET TH-13*NWLDIP PH1 7284253.08 931975.39 3233.82 115+71.6 2.52 R POINT STATIONING LINE NORTHING (Y)EASTING (X)ELEVATION SURFACE STATION OFFSET TH-20**NWLDIP PH2 7275413.58 931711.17 3235.73 204+15.57 11.32 R TH-25**NWLDIP PH2 7279179.19 931801.95 3236.92 166+47.30 6.57 R SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PL-TESTHOLE01.shtIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:05:02 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\1. General\CV-TRT-PL-TESTHOLE01.sht1600.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:05:02 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\1. General\CV-TRT-PL-TESTHOLE01.shtProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020CIVIL9 G-09 TH-01 TH-02 TH-03 TH-04 TH-05 TH-06 TH-07 TH-08 TH-09 TH-10 TH-11 TH-12 TH-14 TH-13 TH-15 TH-16TH-17 GEOTECHNICAL BORE LAYOUT19TH STREET TEXAS TECH PARKWAYCHICAGO AVENUESLIDE ROADVICKSBURG AVENUETOLEDO AVENUEQUAKER AVENUE4TH STREET NORTH TX-289 LOOP SLIDE ROADTEXAS TECH PARKWAYNORTH TX-289 LOOP ERSKINE STREET FRANKFORD AVENUEWITHIN THE PLAN VIEW PHOTO COVERAGE PLAN & PROFILE SHEETS WHERE THEY FALL TEST HOLE LOCATIONS ARE ALSO SHOWN ON NWLDIP PHASE 3 NWLDIP PHASE 1* NWLDIP PHASE 2**TH-25** TH-20** TH-13*01/31/2020 SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-ALL-PL-MATLS.dgnIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:05:05 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\1. General\CV-ALL-PL-MATLS.dgn2.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:05:05 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\1. General\CV-ALL-PL-MATLS.dgnProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020 CIVIL10 G-10 ALLOWABLE PIPE MATERIALS3. INTERNAL HYDRAULIC PRESSURE IS RELATIVE TO CONDUIT FLOWLINE. LOADS FOR TUNNELING OR JACK AND BORE INSTALLATION. 2. CONTRACTOR TO PROVIDE PIPE OF SUFFICIENT STRENGTH TO RESIST ADDITIONAL CONSTRUCTION JOINTS CAPABLE OF WITHSTANDING ANTICIPATED PIPE PRESSURES. 1. REGARDLESS OF PIPE MATERIAL - ALL PIPES SHALL HAVE WATER TIGHT OR LEAK-RESISTANT NOTES: Pipe Parameters Pipe Options Pipe Section (Inches) Inside Diameter Pipe Size (Feet) Depth of Cover Pipe Depth (ft of head) Height of HGL Pipe Pressure ASTM C655/C76* RCP Pipe Reinforced Concrete ASTM F2764 PP Polypropylene Pipe ASTM D3262/D3754 FRP Pipe Fiberglass Reinforced Line LP 24" 12'-16'16 Class III Stiffness 46 pii Stiffness 46 pii 16'-20'20 Class IV Stiffness 46 pii Stiffness 46 pii 20'-24'24 Class IV Stiffness 46 pii Stiffness 46 pii 30" 20'-24'20 Class IV Stiffness 46 pii Stiffness 46 pii 24'-28'16 Class V Stiffness 46 pii Stiffness 46 pii Line R 24" 16'-20'20 Class IV Stiffness 46 pii Stiffness 46 pii 36'12 Class V Stiffness 46 pii Stiffness 72 pii Line H 24" 12'-16'12 Class IV Stiffness 46 pii Stiffness 46 pii 16'-20'12 Class IV Stiffness 46 pii Stiffness 46 pii 20'-24'12 Class IV Stiffness 46 pii Stiffness 46 pii * ASSUMES TYPE 2 BEDDING ACCORDING TO AMERICAN CONCRETE PIPE ASSOCIATION 01/31/2020 HYDROLOGIC DATA SUMMARY TABLE ID SUB-BASIN LAKE ID PLAYA (ft) INITIAL STAGE PWSE (ft) CONDITIONS EXISTING PWSE (ft) CONDITIONS PROPOSED AREA (AC) DRAINAGE NUMBER CURVE NRCS Tc (MIN) C102 L071 3255.50 3261.55 3261.48 615 85 64 C103 L047 3241.60 3248.49 3248.43 307 87 31 C104A L046N 3226.69 3235.62 3235.54 212 86 34 C104B L046S 3228.60 3235.87 3235.86 455 83 98 C302 L054 3218.33 3220.55 3220.54 375 84 60 D201 L045 3240.00 3243.04 3242.97 295 79 67 HH_BASINS HHC 3234.00 3240.30 3240.23 268*84 180 1500'0 3000' SCALE IN FEET SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PL-DAMAP01.shtIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:05:47 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\5. Drainage\CV-TRT-PL-DAMAP01.sht3000.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:05:47 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\5. Drainage\CV-TRT-PL-DAMAP01.shtProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020CIVIL11 G-11 C105 C104A C103 C102 C104B D201 PLAYA LAKE 071 PLAYA LAKE 047 PLAYA LAKE 046 PLAYA LAKE 052 PLAYA LAKE 045 TEXAS TECH PARKWAY4TH STREET ERSKINE ST N LOOP 289 FRANKFORD AVESLIDE RDQUAKER AVE34TH ST 19TH ST MARSHA SHARP FW Y INDIANA AVEERSKINE ST MILWAUKEE AVE34TH ST DRAINAGE AREA MAPAND HYDROLOGIC DATAPLAYA LAKE 054 C302 HH BASINS © 2020 Microsoft Corporation © 2019 DigitalGlobe ©CNES (2019) Distribution Airbus DS 01/31/2020 S S F H F HF H E E E E E S S WWWMWVWMWMG MWWWVWVWV WVWV 330.28' 275.09'16.00'POTSTA.300+00.00300+00 301+00 302+00 303+00 PI STA.303+30.28304+00 305+00 306+00 PI STA.306+05.37PCSTA.306+21.37307+003 0 8 +0 0 309+00 310+00 311+00 Align: LOOP289 Angle: 60.3729 Sheet: 4 300+00 301+00 302+00 303+00 304+00 305+00 306+00 307+00 308+00 309+00 310+00 311+00 3215 3220 3225 3230 3235 3240 3245 3250 3255 3260 3215 3220 3225 3230 3235 3240 3245 3250 3255 3260 SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PP-SD01.dgnIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Mar. 19, 2020 - 11:46:35 AMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\5. Drainage\CV-TRT-PP-SD01.dgn100.000 ' / in.Plot Scale:MicroStation V8 User:Date: Mar. 19, 2020 - 11:46:35 AM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\5. Drainage\CV-TRT-PP-SD01.dgnProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100'50'0 VERTICAL SCALE HORIZONTAL SCALE 10'0 5'100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020CIVIL12 P-01 STORM DRAIN LATERAL PLAN AND PROFILELINE LP (1 OF 10)ELKHART AVE. PLAYA LAKE 071 ( F M 2 2 5 5) 4 T H S T RE E T MATCH LINE 311+50 NOTES: DETAILS. 15. SEE SHEET D-01 FOR TRENCH PROTECTION DETAILS. 14. SEE SHEET TP-01 FOR TREE FOR EROSION CONTROL DETAILS. 13. SEE SHEET SP-01 AND SP-02 CONTROL INFORMATION. 12. SEE SHEET TR-01 FOR TRAFFIC CHANNEL REPAIR DETAILS. D-02 FOR PAVEMENT, RIPRAP, AND 11. SEE SHEET PD-01, PD-02, AND PAVEMENT AND CHANNEL REPAIR. 10. SEE SHEET PP-01 FOR LIMITS OF UNIT DETAILS. 9. SEE SHEET D-11 FOR TREATMENT DETAILS. 8. SEE SHEET GR-01 FOR GRADING INLET DETAILS. 7. SEE SHEET S-01 AND S-02 FOR ROW, AND WORK ZONE LIMITS. WITHIN ALLOWABLE EASEMENT, PIT/ACCESS SHAFT LIMITS SHALL BE THAN OPEN CUT DETAILS. BORE 6. SEE SHEET D-03 FOR OTHER MANHOLE DETAILS. 5. SEE SHEET D-04 AND D-05 FOR OTHERWISE NOTED. WATER AND SEWER LINES UNLESS ADEQUATELY SUPPORT CROSSING 4. CONTRACTOR SHALL BRACE AND WORK IN THIS AREA. WALMART BEFORE BEGINNING 3. CONTRACTOR SHALL NOTIFY ADJACENT TO TXDOT FACILITIES. WORK UNDER AND IMMEDIATELY DURING THE DURATION OF THE UTILITY CROSSING PERMIT ON-SITE MAINTAIN A COPY OF THE TXDOT ROW. CONTRACTOR SHALL STORM DRAIN CROSSING OF TXDOT NOTICE REGARDING THE PLANNED AND TXDOT AT LEAST 7 DAYS 2. CONTRACTOR SHALL GIVE CITY NO EXPENSE TO THE OWNER. DAMAGE TO EXISTING UTILITIES AT RESPONSIBLE FOR REPAIRING ANY AND BEDDING. CONTRACTOR IS PROTECT EXISTING PARALLEL PIPE 1. CONTRACTOR TO SUPPORT AND 276 LF OF 24" STORM SEWER @ 0.50% 545 LF OF 24" STORM SEWER @ 0.34%INV (OUT) = 3248.50TOP OF INLET = 3259.00STA 301+06.04INLET L071 (RE: GR-01)E:922757.42 N:7279209.44 TOP OF INLET = 3259.00 STA 301+06.04 INLET L071 (RE: GR-01) WATERLINE 8" WATERLINE 8" ELECTRIC LINE ELECTRIC LINE FIBER OPTIC LINE AT&T FIBER LINE WATERLINE 12" APPROXIMATE EXISTING GRADE HGL NO SURFACE ACCESS (RE:D-03) STA 301+70.00 TO STA 303+22.00 OTHER THAN OPEN CUT ATMOS GAS LINE 6" MINIMUM REQUIRED PIPE JOINTS. ESTABLISH PROPER LINE AND GRADE USING LINE AND GRADE FOR PHASE 3 CONSTRUCTION. STA 312+83.07 TO ESTABLISH SPECIFIED SPECIFICATIONS) FROM STA 306+21.37 TO JOINT (AS DEFINED BY PIPE MANUFACTURER OF ALLOWABLE DEFLECTION LIMITS PER PIPE CONTRACTOR TO DEFLECT PIPE WITHIN 80% E:922822.49 N:7279424.04 RIM=3260.96 STA 303+30.28 60-INCH MANHOLE MH LP-01 E:922729.37 N:7279657.67 RIM=3259.66 STA 306+05.37 60-INCH MANHOLE MH LP-02 EASEMENT IMPOUNDMENT STORMWATER EASEMENT IMPOUNDMENT STORMWATER OPEN CUT OTHER THAN R:842.50' 8 0 ' DRE152' TH-01 TH-0260' R O W E:922771.76 N:7279266.00 RIM=3261.78 STA 301+64.50 (RE: GR-01) OR APPROVED EQUAL CONTECH CDS 120' TxDOT ROW ADDN (60')WESTWINDTRACT "V"60' DREINV (OUT) = 3245.41INV (IN) = 3247.41RIM=3260.96W/ WATERTIGHT LIDINSTALL: 60-INCH MANHOLESTA 303+30.28MH LP-01INV (OUT) = 3242.03INV (IN) = 3244.03RIM=3257.63W/ WATERTIGHT LIDINSTALL: 60-INCH MANHOLESTA 306+05.37MH LP-02AT&T FIBER LINE 8" A.C. 12" SCRC STA 303+22.00 SHAFT LOCATION PERMISSIBLE ACCESS 59 LF OF 24" STORM SEWER @ 0.50% 166 LF OF 24" STORM SEWER @ 0.50% STA 301+70.00 SHAFT LOCATION PERMISSIBLE ACCESS SEE NOTE 1 INV (OUT) = 3248.21INV (IN) = 3248.26RIM=3261.78(RE: GR-01)OR APPROVED EQUALINSTALL: CONTECH CDSSTA 301+64.50CUT AND REPLACE WATERLINE 8" 27LF CUT AND REPLACE 8" A.C.03/19/2020 T 5 2 0 . 8 0' 312+00 PTSTA.312+83.073 1 3 + 0 0 3 1 4 + 0 0 3 1 5 + 0 0 3 1 6 + 0 0 3 1 7 + 0 0 3 1 8 + 0 0PCSTA.318+03.87319+00 320+00 PTSTA.320+60.46321+00 322+00 323+00 324+00 Align: LOOP289Angle: 11.5127Sheet: 5 CAUTION!!! TO CONSTRUCTION UTILITY 48 HOURS PRIOR UTILITIES IN AREA CONTACT EXISTING UNDERGROUND 3215 312+00 313+00 314+00 315+00 316+00 317+00 318+00 319+00 320+00 321+00 322+00 323+00 324+00 3220 3225 3230 3235 3240 3245 3250 3255 3260 3215 3220 3225 3230 3235 3240 3245 3250 3255 3260 SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PP-SD02.dgnIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Mar. 19, 2020 - 11:46:38 AMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\5. Drainage\CV-TRT-PP-SD02.dgn100.000 ' / in.Plot Scale:MicroStation V8 User:Date: Mar. 19, 2020 - 11:46:38 AM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\5. Drainage\CV-TRT-PP-SD02.dgnProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100'50'0 VERTICAL SCALE HORIZONTAL SCALE 10'0 5'100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020XXXXXXCIVIL13 LINE LP (2 OF 10)P-02 STORM DRAIN LATERAL PLAN AND PROFILE3RD STREET N CHICAGO AVE.MATCH LINE 311+50MATCH LI NE 3 2 4 + 0 0 NOTES: SEWER @ 0.34% 134 LF OF 24" STORM 437 LF OF 24" STORM SEWER @ 0.20% 681 LF OF 24" STORM SEWER @ 0.20% REQUIRED PIPE JOINTS. PROPER LINE AND GRADE USING MINIMUM PHASE 3 CONSTRUCTION. ESTABLISH ESTABLISH SPECIFIED LINE AND GRADE FOR PIPE MANUFACTURER SPECIFICATIONS) TO DEFLECTION PER PIPE JOINT (AS DEFINED BY CONTRACTOR TO USE MAXIMUM ALLOWABLE WATERLINE 12" AT&T FIBER LINE ATMOS GAS LINE NTS FIBEOPTIC WATERLINE 8" UPN FIBER LINE TELEPHONE AT&T 2X FIBER OPTIC AT&T AT&T TELEPHONE AT&T TELEPHONE ATMOS GAS LINE 2" UNKNOWN UTILITY HGL WASTEWATER 6" MINIMUM REQUIRED PIPE JOINTS. ESTABLISH PROPER LINE AND GRADE USING LINE AND GRADE FOR PHASE 3 CONSTRUCTION. STA 312+83.07 TO ESTABLISH SPECIFIED SPECIFICATIONS) FROM STA 306+21.37 TO JOINT (AS DEFINED BY PIPE MANUFACTURER OF ALLOWABLE DEFLECTION LIMITS PER PIPE CONTRACTOR TO DEFLECT PIPE WITHIN 80% MINIMUM REQUIRED PIPE JOINTS. ESTABLISH PROPER LINE AND GRADE USING LINE AND GRADE FOR PHASE 3 CONSTRUCTION. STA 320+96.61 TO ESTABLISH SPECIFIED SPECIFICATIONS) FROM STA 318+40.03 TO JOINT (AS DEFINED BY PIPE MANUFACTURER OF ALLOWABLE DEFLECTION LIMITS PER PIPE CONTRACTOR TO DEFLECT PIPE WITHIN 80%20' UUE40' DRE100' DRE2 0' UUER:400.00' R:842.50' 8 0' DREEAS EMENT1 0' S WBT80' DREADDN (60') DREWESTWINDTRACT "V"TH-03 INV (OUT) = 3237.72INV (IN) = 3239.72RIM=3254.72W/ WATERTIGHT LIDINSTALL: 60-INCH MANHOLESTA 312+83.07MH LP-03INV (OUT) = 3236.36INV (IN) = 3236.36RIM=3254.08W/ WATERTIGHT LIDINSTALL: 60-INCH MANHOLESTA 319+63.84MH LP-04LINE LP&L ELECTRIC AT&T FIBER LINE AT&T PHONE LINE E:923382.72 N:7279932.09 RIM=3254.72 STA 312+83.07 60-INCH MANHOLE MH LP-03 E:924059.93 N:7279941.94 RIM=3254.08 STA 319+63.84 60-INCH MANHOLE MH LP-04 APPROXIMATE EXISTING GRADE 8" PVC 8" PVC DETAILS. 6. SEE SHEET D-01 FOR TRENCH EROSION CONTROL DETAILS. 5. SEE SHEET SP-01 AND SP-02 FOR REPAIR DETAILS. 4. SEE SHEET PD-02 FOR CHANNEL CHANNEL REPAIR. 3. SEE SHEET PP-01 FOR LIMITS OF MANHOLE DETAILS. 2. SEE SHEET D-04 AND D-05 FOR OTHERWISE NOTED. WATER AND SEWER LINES UNLESS ADEQUATELY SUPPORT CROSSING 1. CONTRACTOR SHALL BRACE AND 10LF CUT AND REPLACE 10" VCT 11LF CUT AND REPLACE 6" VCT CUT AND REPLACE WASTEWATER-LINE 10" CUT AND REPLACE WASTEWATER LINE 6" 12" PVC 03/19/2020 1,474.71' 324+00 325+00 326+00 327+00 328+00 329+00 330+00 331+00 332+00 333+00 334+00 335+00 PCSTA.335+35.16336+00 PTSTA.337+04.08Align: LOOP289Angle: 35.1723Sheet: 6 3210 324+00 325+00 326+00 327+00 328+00 329+00 330+00 331+00 332+00 333+00 334+00 335+00 336+00 3215 3220 3225 3230 3235 3240 3245 3250 3255 3210 3215 3220 3225 3230 3235 3240 3245 3250 3255 NOTES: DETAILS. 9. SEE SHEET D-01 FOR TRENCH EROSION CONTROL DETAILS. 8. SEE SHEET SP-01 AND SP-02 FOR DETAILS. CHANNEL AND RIPRAP REPAIR 7. SEE SHEET PD-01 AND PD-02 FOR REPAIR. LIMITS OF CHANNEL AND RIPRAP 6. SEE SHEET PP-01 AND PP-02 FOR DETAILS. 5. SEE SHEET GR-05 FOR GRADING DETAILS. 4. SEE SHEET D-10 FOR INLET ROW, AND WORK ZONE LIMITS. WITHIN ALLOWABLE EASEMENT, PIT/ACCESS SHAFT LIMITS SHALL BE THAN OPEN CUT DETAILS. BORE 3. SEE SHEET D-03 FOR OTHER MANHOLE DETAILS. 2. SEE SHEET D-04 AND D-05 FOR NOTED. SEWER LINES UNLESS OTHERWISE REPLACE CROSSING WATER AND 1. CONTRACTOR SHALL CUT AND SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PP-SD03.dgnIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:05:59 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\5. Drainage\CV-TRT-PP-SD03.dgn100.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:05:59 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\5. Drainage\CV-TRT-PP-SD03.dgnProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100'50'0 VERTICAL SCALE HORIZONTAL SCALE 10'0 5'100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020CIVIL14 LINE LP (3 OF 10)P-03 STORM DRAIN LATERAL PLAN AND PROFILE2ND DRIVE BRENTWOOD AVE.MATCH LINE 324+00MATCH LI NE 336+50750 LF OF 24" STORM SEWER @ 0.29% 314 LF OF 24" STORM SEWER @ 0.20% SEWER @ 0.29% 187 LF OF 24" STORM WATERLINE 8" WASTEWATER-LINE 8" WATERLINE 8" NTS FIBER LINE AT&T TELEPHONE LINE LP&L ELECTRIC LINE APPROXIMATE EXISTING GRADE NO SURFACE ACCESS (RE:D-03) STA 325+92.00 TO STA 326+88.00 OTHER THAN OPEN CUT MINIMUM REQUIRED PIPE JOINTS. ESTABLISH PROPER LINE AND GRADE USING LINE AND GRADE FOR PHASE 3 CONSTRUCTION. STA 337+04.08 TO ESTABLISH SPECIFIED SPECIFICATIONS) FROM STA 335+35.16 TO JOINT (AS DEFINED BY PIPE MANUFACTURER OF ALLOWABLE DEFLECTION LIMITS PER PIPE CONTRACTOR TO DEFLECT PIPE WITHIN 80% HGL 96' OPEN CUT OTHER THAN 70' DRE20' UUER:550.00' TH-04 60' ROW INV (OUT) = 3234.86INV (IN) = 3234.86RIM=3251.14W/ WATERTIGHT LIDINSTALL: 60-INCH MANHOLESTA 327+13.84MH LP-05E:925301.54 N:7280782.22 OFFSET: 10.00 R STA 334+63.84 OR APPROVED EQUAL FORTERRA WYE INLET INLET NS (RE: GR-05)INV (OUT) = 3232.67INV (IN) = 3232.67INV (IN) = 3243.09RIM= 3248.56W/ WATERTIGHT LIDINSTALL: 60-INCH MANHOLESTA 334+63.84MH LP-06E:925295.81 N:7280790.42 RIM= 3248.56 STA 334+63.84 60-INCH MANHOLE MH LP-06 E:924680.81 N:7280361.15 RIM=3251.14 STA 327+13.84 60-INCH MANHOLE MH LP-05 8" C900 PVC 8" SDR-35 PVC 8" C900 PVC STA 325+92.00 SHAFT LOCATION PERMISSIBLE ACCESS STA 326+88.00 SHAFT LOCATION PERMISSIBLE ACCESS 01/31/2020 T T C C 163.39' 738 .39 ' 337+00PTSTA.337+04.08338+00 PCSTA.338+67.47339+00 340+00 PTSTA.340+64.91341+00 342+00 343+00 344+00 345+00 346+00 347+00 348+00PI STA.348+03.303 4 9 +0 0 Align: LOOP289Angle: 36.8055Sheet: 7 3205 337+00 338+00 339+00 340+00 341+00 342+00 343+00 344+00 345+00 346+00 347+00 348+00 349+00 3210 3215 3220 3225 3230 3235 3240 3245 3205 3210 3215 3220 3225 3230 3235 3240 3245 32503250 SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PP-SD04.dgnIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:06:02 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\5. Drainage\CV-TRT-PP-SD04.dgn100.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:06:02 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\5. Drainage\CV-TRT-PP-SD04.dgnProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100'50'0 VERTICAL SCALE HORIZONTAL SCALE 10'0 5'100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020CIVIL15 LINE LP (4 OF 10)P-04 STORM DRAIN LATERAL PLAN AND PROFILESLIDE ROAD2ND DRIVE MATCH LINE 336+50MAT C H LI NE 349+00 NOTES: DETAILS. 8. SEE SHEET D-01 FOR TRENCH FOR EROSION CONTROL DETAILS. 7. SEE SHEET SP-01 AND SP-02 DETAILS. FOR CHANNEL AND RIPRAP REPAIR 6. SEE SHEET PD-01 AND PD-02 CHANNEL AND RIPRAP REPAIR. 5. SEE SHEET PP-02 FOR LIMITS OF ROW, AND WORK ZONE LIMITS. WITHIN ALLOWABLE EASEMENT, PIT/ACCESS SHAFT LIMITS SHALL BE THAN OPEN CUT DETAILS. BORE 4. SEE SHEET D-03 FOR OTHER MANHOLE DETAILS. 3. SEE SHEET D-04 AND D-05 FOR NOTED. SEWER LINES UNLESS OTHERWISE REPLACE CROSSING WATER AND 2. CONTRACTOR SHALL CUT AND SERVICE. THE 24" WATERLINE TO REMAIN IN WITH CITY WILL BE REQUIRED FOR AREA, AND SPECIAL COORDINATION BEFORE BEGINNING WORK IN THIS 1. CONTRACTOR SHALL NOTIFY CITY 415 LF OF 24" STORM SEWER @ 0.29% 739 LF OF 24" STORM SEWER @ 0.20% WATERLINE 24" WATERLINE 8" WASTEWATER-LINE 6" SUDDENLINK FIBER ATMOS GAS LINE 2"ATMOS GAS LINE 4" LP&L ELECTRIC LINE APPROXIMATE EXISTING GRADE SEWER @ 0.20% 97 LF OF 24" STORM HGL NO SURFACE ACCESS (RE:D-03) STA 341+64.00 TO STA 343+08.00 OTHER THAN OPEN CUT MINIMUM REQUIRED PIPE JOINTS. ESTABLISH PROPER LINE AND GRADE USING LINE AND GRADE FOR PHASE 3 CONSTRUCTION. STA 337+04.08 TO ESTABLISH SPECIFIED SPECIFICATIONS) FROM STA 335+35.16 TO JOINT (AS DEFINED BY PIPE MANUFACTURER OF ALLOWABLE DEFLECTION LIMITS PER PIPE CONTRACTOR TO DEFLECT PIPE WITHIN 80% MINIMUM REQUIRED PIPE JOINTS. ESTABLISH PROPER LINE AND GRADE USING LINE AND GRADE FOR PHASE 3 CONSTRUCTION. STA 340+64.91 TO ESTABLISH SPECIFIED SPECIFICATIONS) FROM STA 338+67.47 TO JOINT (AS DEFINED BY PIPE MANUFACTURER OF ALLOWABLE DEFLECTION LIMITS PER PIPE CONTRACTOR TO DEFLECT PIPE WITHIN 80% E:926380.27 N:7281544.18 RIM=3235.30 STA 348+03.30 60-INCH MANHOLE MH LP-08100' DRE150' DRE144 ' OPEN CUT OTHER THAN R:452.50' R:550.00' EASEMENT PERMANENT USE 20 ' PROPOSED LAKE L047 TH-05 INV (OUT) = 3230.92INV (IN) = 3230.92RIM=3245.95W/ WATERTIGHT LIDINSTALL: 60-INCH MANHOLESTA 340+64.91MH LP-07INV (OUT) = 3229.44INV (IN) = 3229.44RIM=3235.30W/ WATERTIGHT LIDINSTALL: 60-INCH MANHOLESTA 348+03.30MH LP-0824" WATERLINE TO REMAIN IN SERVICE 110.18 ' ROW E ASE ME NT PE R MA NE NT USE 20' P R OP OSE D E:925725.38 N:7281203.09 RIM=3245.95 STA 340+64.91 60-INCH MANHOLE MH LP-07 24" SRC 8" C900 PVC STA 341+64.00 SHAFT LOCATION PERMISSIBLE ACCESS STA 343+08.00 SHAFT LOCATION PERMISSIBLE ACCESS 24" WATERLINE TO REMAIN IN SERVICE 01/31/2020 20' UUE (APPROXIMATE LOCATION) VOLUME 1361, P AGE 348 2 4 3 .0 9 '110.27' 3 4 9 +0 0 3 5 0 +0 0 PI STA.350+46.39351+00 PCSTA.351+56.66352+00353+00354+00355+00356+ 0 0 357+00 358+00 PTSTA.358+84.79359+00 360+00 361+00 Align: LOOP289Angle: 36.0054Sheet: 8 3200 349+00 350+00 351+00 352+00 353+00 354+00 355+00 356+00 357+00 358+00 359+00 360+00 361+00 3205 3210 3215 3220 3225 3230 3235 3240 3245 3200 3205 3210 3215 3220 3225 3230 3235 3240 3245 SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PP-SD05.dgnIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:06:05 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\5. Drainage\CV-TRT-PP-SD05.dgn100.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:06:05 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\5. Drainage\CV-TRT-PP-SD05.dgnProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100'50'0 VERTICAL SCALE HORIZONTAL SCALE 10'0 5'100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020CIVIL16 LINE LP (5 OF 10)P-05 STORM DRAIN LATERAL PLAN AND PROFILEMATCH LINE 361+50MAT C H LI N E 349+00 408 LF OF 24" STORM SEWER @ 0.20%321 LF OF 24" STORM SEWER @ 0.20%266 LF OF 24" STORM SEWER @ 0.20% STORM SEWER @ 0.20% 201 LF OF 24" INV (OUT) = 3229.14INV (IN) = 3229.14RIM=3245.10STA 349+56.23INLET L047 (RE: GR-02)E:926386.91 N:7281696.97 TOP OF INLET=3245.10 STA 349+56.23 INLET L047 (RE: GR-02) APPROXIMATE EXISTING GRADE HGL SEWER @ 0.20% 57 LF OF 24" STORM MINIMUM REQUIRED PIPE JOINTS. ESTABLISH PROPER LINE AND GRADE USING LINE AND GRADE FOR PHASE 3 CONSTRUCTION. STA 358+84.79 TO ESTABLISH SPECIFIED SPECIFICATIONS) FROM STA 351+56.66 TO JOINT (AS DEFINED BY PIPE MANUFACTURER OF ALLOWABLE DEFLECTION LIMITS PER PIPE CONTRACTOR TO DEFLECT PIPE WITHIN 80% R:1538.00' EASEMENT PERMANENT USE 20' PROPOSED CONSTRUCTION EASEMENT PROPOSED TEMPORARY 64' ULTIMATE ROW/20' UUE20' UUEEASEMENT PERMANENT USE 20' PROPOSED LAKE L047 TH-07 TH-08 INV (OUT) =3227.92INV (IN) =3227.92RIM=3246.77W/ WATERTIGHT LIDINSTALL: 60-INCH MANHOLESTA 355+63.84MH LP-10INV (OUT) = 3227.28INV (IN) = 3227.28RIM=3247.34W/ WATERTIGHT LIDINSTALL: 60-INCH MANHOLESTA 358+84.79MH LP-11INV (OUT) =3228.73INV (IN) =3228.73RIM=3244.85W/ WATERTIGHT LIDINSTALL: 60-INCH MANHOLESTA 351+56.66MH LP-09E:926450.051 N:7281880.05 RIM=3244.85 STA 351+56.66 60-INCH MANHOLE MH LP-09 E:926841.101 N:7281989.180 RIM=3246.77 STA 355+63.84 60-INCH MANHOLE MH LP-10 E:927120.88 N:7282145.26 RIM=3247.34 STA 358+84.79 60-INCH MANHOLE MH LP-11 NOTES: DETAILS. 5. SEE SHEET D-01 FOR TRENCH FOR EROSION CONTROL DETAILS. 4. SEE SHEET SP-01 AND SP-02 DETAILS. 3. SEE SHEET GR-02 FOR GRADING INLET DETAILS. 2. SEE SHEET S-01 AND S-02 FOR MANHOLE DETAILS. 1. SEE SHEET D-04 AND D-05 FOR 01/31/2020 844.05' 176.00' 431.08'362+00 363+00 364+00 365+00 366+00 367+00 PI STA.367+28.84368+00 369+00PI STA.369+04.84370+00 371+00 372+00 373+00 PI STA.373+35.93374+00SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PP-SD06.dgnIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:06:08 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\5. Drainage\CV-TRT-PP-SD06.dgn100.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:06:08 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\5. Drainage\CV-TRT-PP-SD06.dgnProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100'50'0 VERTICAL SCALE HORIZONTAL SCALE 10'0 5'100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020 CIVIL17 P-06 579 LF OF 24" STORM SEWER @ 0.20% 432 LF OF 24" STORM SEWER @ 0.20%LINE LP (6 OF 10)STORM DRAIN LATERAL PLAN AND PROFILESUDDENLINK FIBER NTS FIBER LINE AT&T FIBER LINE LP&L ELECTRIC LINE WASTEWATER LINE 24" WATERLINE 8" ATMOS GAS LINE 2" LP&L ELECTRIC LINE WATERLINE 8" APPROXIMATE EXISTING GRADEHGL WASTEWATER-LINE 4" NO SURFACE ACCESS (RE:D-03) STA 367+29.00 TO STA 369+03.00 OTHER THAN OPEN CUT E:928306.405 N:7282979.486 RIM=3240.07 STA 373+35.93 60-INCH MANHOLE MH LP-14 119' DRE35' DREWINSTON AVEAUBURN ST OPEN CUT OTHER THAN 174' TH-09 INV (OUT) = 3225.59INV (IN) = 3225.59RIM=3244.54W/ WATERTIGHT LIDINSTALL: 60-INCH MANHOLESTA 367+28.84MH LP-12INV (OUT) =3224.37INV (IN) =3224.37RIM=3240.07W/ WATERTIGHT LIDINSTALL: 60-INCH MANHOLESTA 373+35.93MH LP-14MATCH LINE 374+00 MATCH LINE 361+503200 3205 3210 3215 3220 3225 3230 3235 3240 3245 362+00 363+00 364+00 3205 365+00 366+00 367+00 368+00 369+00 370+00 371+00 372+00 373+00 374+00 3200 3210 3215 3220 3225 3230 3235 3240 3245 E:927758.00 N:7282593.58 RIM=3244.54 STA 367+28.84 60-INCH MANHOLE MH LP-12 65 LF OF 24" STORM SEWER @ 0.59% 8" PVC STA 367+29.00 SHAFT LOCATION PERMISSIBLE ACCESS PRIVATE ELECTRIC LINE E:927758.00 N:7282593.58 RIM=3240.54 STA 369+04.84 60-INCH MANHOLE MH LP-13 INV (OUT) = 3225.24INV (IN) = 3225.24RIM=3240.54W/ WATERTIGHT LIDINSTALL: 60-INCH MANHOLESTA 369+04.84MH LP-13STA 372+67.00 SHAFT LOCATION PERMISSIBLE ACCESS STA 372+03.00 SHAFT LOCATION PERMISSIBLE ACCESS STA 369+03.00 SHAFT LOCATION PERMISSIBLE ACCESS NO SURFACE ACCESS (RE:D-03) STA 372+03.00 TO STA 372+67.00 OTHER THAN OPEN CUT THRIVE APARTMENTS NOTES: 64' WATERLINE 6" PRIVATE ELECTRIC LINE SUDDENLINK FIBER SEE NOTE 1 @ 0.20% 176 LF OF 24" STORM SEWER ELECTRIC LINE DETAILS. 10. SEE SHEET D-01 FOR TRENCH EROSION CONTROL DETAILS. 9. SEE SHEET SP-01 AND SP-02 FOR CONTROL INFORMATION. 8. SEE SHEET TR-01 FOR TRAFFIC REPAIR DETAILS. PAVEMENT, CHANNEL AND RIPRAP 7. SEE SHEET PD-02 AND D-02 FOR REPAIR. PAVEMENT, CHANNEL, AND RIPRAP 6. SEE SHEET PP-02 FOR LIMITS OF ROW, AND WORK ZONE LIMITS. WITHIN ALLOWABLE EASEMENT, PIT/ACCESS SHAFT LIMITS SHALL BE THAN OPEN CUT DETAILS. BORE 6. SEE SHEET D-03 FOR OTHER MANHOLE DETAILS. 5. SEE SHEET D-04 AND D-05 FOR NOTED. SEWER LINES UNLESS OTHERWISE REPLACE CROSSING WATER AND 4. CONTRACTOR SHALL CUT AND BEGINNING WORK IN THIS AREA. THRIVE APARTMENTS BEFORE 3. CONTRACTOR SHALL NOTIFY 31ST AND AUGUST 15TH. CONSTRUCTION BETWEEN JULY CONTRACTOR SHALL NOT PERFORM STATION 373+36, THE 2. FROM STATION 367+28 TO NO EXPENSE TO THE OWNER. DAMAGE TO EXISTING UTILITIES AT RESPONSIBLE FOR REPAIRING ANY AND BEDDING. CONTRACTOR IS PROTECT EXISTING PARALLEL PIPE 1. CONTRACTOR TO SUPPORT AND 01/31/2020 3 8 0.1 7'212.13' 3 7 4 + 0 0 3 7 5 + 0 0 3 7 6 + 0 0 3 7 7 + 0 0PI STA.377+16.10 378+00379+00PI STA.379+28.23380+00 381+00 382+00 383+00 384+00 385+00 386+00 3200 3200 3205 3210 3215 3220 3225 3230 3235 3240 3205 3210 3215 3220 3225 3230 3235 3240 376+00375+00 377+00 378+00 379+00 380+00 381+00 382+00 383+00 384+00 385+00 386+00 31953195 374+00 NOTES: DETAILS. 5. SEE SHEET D-01 FOR TRENCH EROSION CONTROL DETAILS. 4. SEE SHEET SP-01 AND SP-02 FOR ROW, AND WORK ZONE LIMITS. WITHIN ALLOWABLE EASEMENT, PIT/ACCESS SHAFT LIMITS SHALL BE THAN OPEN CUT DETAILS. BORE 3. SEE SHEET D-03 FOR OTHER MANHOLE DETAILS. 2. SEE SHEET D-04 AND D-05 FOR NOTED. SEWER LINES UNLESS OTHERWISE REPLACE CROSSING WATER AND 1. CONTRACTOR SHALL CUT AND SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PP-SD07.dgnIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:06:11 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\5. Drainage\CV-TRT-PP-SD07.dgn100.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:06:11 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\5. Drainage\CV-TRT-PP-SD07.dgnProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100'50'0 VERTICAL SCALE HORIZONTAL SCALE 10'0 5'100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020CIVIL18 LINE LP (7 OF 10)P-07 STORM DRAIN LATERAL PLAN AND PROFILETEXAS LOOP 289 FRONTAGE ROAD TEXAS LOOP 289 MATCH LINE 374+00 MAT C H LI NE 3 8 6 + 5 0 317 LF OF 24" STORM SEWER @ 0.55% 499 LF OF 24" STORM SEWER @ 0.59% 436 LF OF 24" STORM SEWER @ 0.20% WASTEWATER 8" WATERLINE 8" APPROXIMATE EXISTING GRADE HGL NO SURFACE ACCESS (RE:D-03) STA 380+12.00 TO STA 381+08.00 OTHER THAN OPEN CUT NO SURFACE ACCESS (RE:D-03) STA 382+82.00 TO STA 384+02.00 OTHER THAN OPEN CUT OPEN CUT OTHER THAN OPEN CUT OTHER THAN 51' DRE 20' UUE 1 5' UUE 96' 120' E:928955.13 N:7282815.22 RIM=3238.56 STA 382+14.43 60-INCH MANHOLE MH LP-16 8 5' DR E 20' UUE INV (OUT) = 3222.29INV (IN) = 3222.29RIM=3241.97W/ WATERTIGHT LIDINSTALL: 60-INCH MANHOLESTA 377+16.10MH LP-15INV (OUT) = 3219.35INV (IN) = 3219.35RIM=3238.56W/ WATERTIGHT LIDINSTALL: 60-INCH MANHOLESTA 382+14.43MH LP-16E:928512.06 N:7282686.93 RIM=3241.97 STA 377+16.10 60-INCH MANHOLE MH LP-15 8" SDR 35 STA 380+12.00 SHAFT LOCATION PERMISSIBLE ACCESS STA 381+08.00 SHAFT LOCATION PERMISSIBLE ACCESS STA 382+82.00 SHAFT LOCATION PERMISSIBLE ACCESS STA 384+02.00 SHAFT LOCATION PERMISSIBLE ACCESS 6 5' DR E 01/31/2020 1,735.80'327.60'387+00 388+00 389+00 390+00 391+00 392+00 393+00 394+00 395+00 396+00 PI STA.396+64.03397+00398+00399+00 AND DRE 3200 3195 3205 3210 3215 3220 3225 3230 3235 3240 3200 3205 3210 3215 3220 3225 3230 3235 3240 387+00 388+00 389+00 390+00 391+00 392+00 393+00 394+00 395+00 396+00 397+00 398+00 399+00 3195 CAUTION!!! CONSTRUCTION UTILITY 48 HOURS PRIOR TO UTILITIES IN AREA CONTACT EXISTING UNDERGROUND SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PP-SD08.dgnIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:06:14 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\5. Drainage\CV-TRT-PP-SD08.dgn100.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:06:14 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\5. Drainage\CV-TRT-PP-SD08.dgnProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100'50'0 VERTICAL SCALE HORIZONTAL SCALE 10'0 5'100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020CIVIL19 LINE LP (8 OF 10)P-08 STORM DRAIN LATERAL PLAN AND PROFILETEXAS LOOP 289 FRONTAGE ROAD TEXAS LOOP 289 UNIVERSITY TEXAS TECH MATCH LINE 386+50MATCH LINE 399+00 265 LF OF 24" STORM SEWER @ 0.20% 598 LF OF 24" STORM SEWER @ 0.20% SEWER @ 0.20% 152 LF OF 30" STORM WASTEWATER-LINE 24" ELECTRIC LINE WATERLINE 8" APPROXIMATE EXISTING GRADE HGL NO SURFACE ACCESS (RE:D-03) STA 387+47.00 TO STA 388+11.00 OTHER THAN OPEN CUT NO SURFACE ACCESS (RE:D-03) STA 393+33.00 TO STA 393+97.00 OTHER THAN OPEN CUT SEWER @ 0.20% 236 LF OF 30" STORM E:929991.57 N:7283600.98 O/S: 47.00 L STA 395+12.18 OR APPROVED EQUAL FORTERRA 5'x5' WYE INLET INLET HH (RE: GR-05) E:929527.67 N:7283217.97 RIM=3236.97 STA 389+14.43 60-INCH MANHOLE MH LP-17 E:930016.57 N:7283561.89 RIM=3239.63 STA 395+12.18 60-INCH MANHOLE MH LP-18 E:930140.765 N:7283649.257 RIM=3239.14 STA 396+64.03 60-INCH MANHOLE MH LP-19 OPEN CUT OTHER THAN15' UUE65' DRE10' WLE10' UUE 10' WL E 80' DRE5' UUE-SPSOPEN CUT OTHER THAN 64' OPEN CUT OTHER THAN 64'TH-11 TH-12 60'INV (OUT) = 3216.80INV (IN) = 3217.95RIM=3236.97W/ WATERTIGHT LIDINSTALL: 60-INCH MANHOLESTA 389+14.43MH LP-17STORM WATER 89'STORM WATER55'AND DREWATERLINE 8" WASTEWATER-LINE 8" ELECTRIC LINE CITY OF LUBBOCK 750 PSI 6" HIGH PRESSURE GAS LINE MARATHON PETROLEUM MARATHON PETROLEUM GAS LINE 6" WASTEWATER-LINE 8" NO SURFACE ACCESS (RE:D-03) STA 396+64.00 TO STA 399+92.00 OTHER THAN OPEN CUT323'8" SDR35 8" C-900 CLASS 150 300' TxDOT ROWSTA 393+97.00 SHAFT LOCATION PERMISSIBLE ACCESS STA 396+64.00 SHAFT LOCATION PERMISSIBLE ACCESS STA 393+33.00 SHAFT LOCATION PERMISSIBLE ACCESS STA 387+47.00 SHAFT LOCATION PERMISSIBLE ACCESS STA 388+11.00 SHAFT LOCATION PERMISSIBLE ACCESS NOTES:INV (OUT) = 3213.60INV (IN) = 3215.60INV (IN) = 3229.16RIM= 3239.63INSTALL: 60-INCH MANHOLESTA 395+12.18MH LP-18INV (OUT) = 3211.30INV (IN) = 3213.30RIM=3239.14INSTALL: 60-INCH MANHOLESTA 396+64.03MH LP-19DETAILS. 8. SEE SHEET D-01 FOR TRENCH FOR EROSION CONTROL DETAILS. 7. SEE SHEET SP-01 AND SP-02 DETAILS. 6. SEE SHEET D-10 FOR INLET WORKZONE LIMITS. EASEMENT RIGHT OF WAY AND BE WITHIN ALLOWABLE PIT/ ACCESS SHAFTLIMITSSHALL THAN OPEN CUT DETAILS. BORE 5. SEE SHEET D-03 FOR OTHER FOR MANHOLE DETAILS. 4. SEE SHEET D-04 AND D-05 SEWER LATERAL INFORMATION. 3. SEE SHEET GR-05 FOR STORM NOTED. SEWER LINES UNLESS OTHERWISE REPLACE CROSSING WATER AND 2. CONTRACTOR SHALL CUT AND ADJACENT TO TXDOT FACILITIES. UNDER AND IMMEDIATELY DURING THE DURATION OF WORK CROSSING PERMIT ON-SITE COPY OF THE TXDOT UTILITY CONTRACTOR SHALL MAINTAIN A DRAIN CROSSING OF TXDOT ROW. REGARDING THE PLANNED STORM LEAST 7 DAYS NOTICE PETROLEUM AND TXDOT AT TEXAS TECH, MARATHON 1. CONTRACTOR SHALL GIVE CITY, 01/31/2020 1,344.73'399+00PI STA.399+91.63 400+00 401+00 402+00 403+00 404+00 405+00 406+00 407+00 408+00 409+00 410+00 411+00 Align: LOOP289Angle: 28.6462Sheet: 12 411+00399+00 400+00 401+00 402+00 403+00 404+00 405+00 406+00 407+00 408+00 409+00 410+00 3195 3200 3205 3210 3215 3220 3225 3230 3235 3195 3200 3205 3210 3215 3220 3225 3230 3235 31903190 CAUTION!!! CONSTRUCTION UTILITY 48 HOURS PRIOR TO UTILITIES IN AREA CONTACT EXISTING UNDERGROUND SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PP-SD09.dgnIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:06:18 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\5. Drainage\CV-TRT-PP-SD09.dgn100.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:06:18 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\5. Drainage\CV-TRT-PP-SD09.dgnProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100'50'0 VERTICAL SCALE HORIZONTAL SCALE 10'0 5'100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020CIVIL20 LINE LP (9 OF 10)P-09 STORM DRAIN LATERAL PLAN AND PROFILETEXAS LOOP 289 TEXAS LOOP 289 FRONTAGE ROAD UNIVERSITY TEXAS TECH MATCH LINE 399+00 MATCH LINE 411+50DETAILS. 6. SEE SHEET D-01 FOR TRENCH FOR EROSION CONTROL DETAILS. 5. SEE SHEET SP-01 AND SP-02 LIMITS. RIGHT OF WAY AND WORKZOME BE WITHIN ALLOWABLE EASEMENT PIT/ACCESS SHAFT LIMITS SHALL THAN OPEN CUT DETAILS. BORE 4. SEE SHEET D-02 FOR OTHER MANHOLE DETAILS. 3. SEE SHEET D-04 AND D-05 FOR TXDOT FACILITIES. IMMEDIATELY ADJACENT TO OF WORK UNDER AND ON-SITE DURING THE DURATION TXDOT UTILITY CROSSING PERMIT SHALL MAINTAIN A COPY OF THE OF TXDOT ROW. CONTRACTOR PLANNED STORM DRAIN CROSSING 7 DAYS NOTICE REGARDING THE PETROLEUM AND TXDOT AT LEAST CITY, TEXAS TECH, MARATHON 2. CONTRACTOR SHALL GIVE THE APRIL 30TH. BETWEEN DECEMBER 1ST AND SHALL BE LIMITED TO OCCUR 399+91.63 TO STATION 419+06.11 1. CONSTRUCTION FROM STATION 723 LF OF 30" STORM SEWER @ 0.20% 436 LF OF 30" STORM SEWER @ 0.20% UNKNOWN UTILITY WATERLINE 12" APPROXIMATE EXISTING GRADE HGL OPEN CUT OTHEN THAN E:930329.25 N:7283381.31 RIM=3238.95 STA 399+91.63 60-INCH MANHOLE MH LP-20 E:930920.54 N:7283797.03 RIM=3237.45 STA 407+14.43 60-INCH MANHOLE MH LP-21323'TH-14 INV (OUT) =3210.64INV (IN) =3210.64RIM=3238.95INSTALL: 60-INCH MANHOLESTA 399+91.63MH LP-20INV (OUT) =3209.20INV (IN) =3209.20RIM=3237.45INSTALL: 60-INCH MANHOLESTA 407+14.43MH LP-21BOXES EXISTING CONTROL EXISTING FLUSH VALVE TTU IRRIGATION LINES EXISTING SUB MAIN TTU IRRIGATION LINES 750 PSI GAS LINE PRESSURE 6" HIGH PETROLEUM MARATHON STORM SEWER @ 0.20% 92 LF OF 30" STA 399+92.00 SHAFT LOCATION PERMISSIBLE ACCESS FIBER CITY OF LUBBOCK NOTES: NO SURFACE ACCESS (RE:D-03) STA 396+64.00 TO STA 399+92.00 OTHER THAN OPEN CUT 300' TXDOT ROWNOTE (1 AND 2) EASEMENT - SEE CONSTRUCTION 50' TEMPORARY 01/31/2020 1 1 9 .0 5' 411+00 412+00 413+00 P CS TA. 4 1 3 + 3 6. 3 5 414+00 415+00 416+00 417+00 PTSTA.417+87.074 1 8 + 0 0 4 1 9 + 0 0POTSTA.419+06.11Align: LOOP289Angle: 11.3149Sheet: 13 CAUTION!!! TO CONSTRUCTION UTILITY 48 HOURS PRIOR UTILITIES IN AREA CONTACT EXISTING UNDERGROUND 3190 3195 3200 3205 3210 3215 3220 3225 3230 412+00 413+00 414+00 415+00 416+00 417+00 418+00 419+00 420+00 3190 3195 3200 3205 3210 3215 3220 3225 3230 32353235 SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PP-SD10.dgnIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:06:21 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\5. Drainage\CV-TRT-PP-SD10.dgn100.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:06:21 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\5. Drainage\CV-TRT-PP-SD10.dgnProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100'50'0 VERTICAL SCALE HORIZONTAL SCALE 10'0 5'100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020CIVIL21 P-10NWLDIP PHASE 1 TRUNK MAINSTORM DRAIN LATERAL PLAN AND PROFILELINE LP (10 OF 10)E R SK IN E S T FRONTAGE ROAD TEXAS LOOP 289 TEXAS LOOP 289 TTU PARKWAYUNIVERSITY TEXAS TECHMATCH LI NE 4 1 1 + 5 0 NOTES: DETAILS. 8. SEE SHEET D-01 FOR TRENCH EROSION CONTROL DETAILS. 7. SEE SHEET SP-01 AND SP-02 FOR LIMITS. RIGHT OF WAY AND WORKZOME WITHIN ALLOWABLE EASEMENT / ACCESS SHAFT LIMITS SHALL BE THAN OPEN CUT DETAILS. BORE PIT 6. SEE SHEET D-02 FOR OTHER MANHOLE DETAILS. 5. SEE SHEET D-04 AND D-05 FOR INFORMATION. STORM SEWER LATERAL 4. SEE SHEET GR-06 FOR THE DECEMBER 1ST AND APRIL 30TH. CONSTRUCTION BETWEEN CONTRACTOR SHALL LIMIT STATION 419+06.11, THE 3. FROM STATION 399+91.63 TO OVERHEAD LINES AND GUY WIRES. WITH LP&L AS NEEDED NEAR 2. CONTRACTOR SHALL COORDINATE BEGINNING WORK IN THIS AREA. CITY AND TEXAS TECH BEFORE 1. CONTRACTOR SHALL NOTIFY THE AT&T FIBEROPTIC WATERLINE 18" WATERLINE 24" WATERLINE 24" APPROXIMATE EXISTING GRADEHGL JUNCTION BOX NWLDIP PHASE 1 EXISTING R:700.00' EASEMENT CONSTRUCTION 50' TEMPORARY E:931586.38 N:7284237.61 RIM=3233.65 STA 415+14.43 60-INCH MANHOLE MH LP-22 E:931972.67 N:7284278.04 RIM=3233.61 STA 419+06.11 60-INCH MANHOLE MH LP-23 INV (OUT) =3207.60INV (IN) =3207.60RIM=3233.65INSTALL: 60-INCH MANHOLESTA 415+14.43MH LP-22INV (OUT) =3194.08 INV (IN) =3206.82 RIM=3233.61 INSTALL: 60-INCH MANHOLE STA 419+06.11 MH LP-23 MINIMUM REQUIRED PIPE JOINTS. ESTABLISH PROPER LINE AND GRADE USING LINE AND GRADE FOR PHASE 3 CONSTRUCTION. STA 417+87.07 TO ESTABLISH SPECIFIED SPECIFICATIONS) FROM STA 413+36.35 TO JOINT (AS DEFINED BY PIPE MANUFACTURER OF ALLOWABLE DEFLECTION LIMITS PER PIPE CONTRACTOR TO DEFLECT PIPE WITHIN 80% PLUG OR CAP FOR FUTURE TIE 10 LF 30" STORM SEWER AND PROPOSED TXDOT STUBOUT 6 4 .0 0' NO SURFACE ACCESS (RE:D-03) STA 418+14.00 TO STA 418+78.00 OTHER THAN OPEN CUT STA 418+14.00 SHAFT LOCATION PERMISSIBLE ACCESS STA 418+78.00 SHAFT LOCATION PERMISSIBLE ACCESS 392 LF OF 30" STORM SEWER @ 0.20% 365 LF OF 30" STORM SEWER @ 0.20% SEWER STUB-OUT EXISTING 30" RCP STORM (RE: GR-06) STUB-OUT NWLDIP PHASE 1 CONNECT TO EXISTING SEE NOTE 1 SEE NOTE 2 01/31/2020 WW WW181.63'861.81' 156.42' POTSTA.200+00.00200 +00201+00PI STA.201+81.63 202+00 203+00 204+00 205+00 206+00 207+00 208+00 209+00 210+00 PI STA.210+43.44211+00 POTSTA.211+99.86Align: LOOP289Angle: 11.3149Sheet: 13 200+00 3190 3195 3200 3205 3210 3215 3220 3225 201+00 202+00 203+00 204+00 205+00 206+00 207+00 3230 3235 3230 3235 3225 3190 3195 3200 3205 3210 3215 3220 212+00208+00 209+00 210+00 211+00 SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PP-SD11.dgnIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:06:24 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\5. Drainage\CV-TRT-PP-SD11.dgn100.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:06:24 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\5. Drainage\CV-TRT-PP-SD11.dgnProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100'50'0 VERTICAL SCALE HORIZONTAL SCALE 10'0 5'100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020CIVIL22 P-11 862 LF OF 24'' STORM SEWER @ 0.20%STORM DRAIN LATERAL PLAN AND PROFILELINE R4TH STREET QUAKER AVERIGHT OF USE CONSTRUCTION 75' TEMPORARY OF ACCESS AND USE 20' PERMANENT RIGHT NOTES:NWLDI P PHASE 2 TRUNK MAI NDETAILS. 10. SEE SHEET D-01 FOR TRENCH FOR EROSION CONTROL DETAILS. 9. SEE SHEET SP-01 AND SP-02 REPAIR DETAILS. 8. SEE SHEET D-07 FOR PAVEMENT 7. LIMITS OF PAVEMENT REPAIR. DETAILS. 6. SEE SHEET GR-03 FOR GRADING INLET DETAILS. 5. SEE SHEET S-01 AND S-02 FOR MANHOLE DETAILS. 4. SEE SHEET D-04 AND D-05 FOR BEGINNING WORK IN THIS AREA. TEXAS TECH AND TXDOT BEFORE 3. CONTRACTOR SHALL NOTIFY GUTTER SECTION SHALL REMAIN. CONCRETE CURB RADII AND 2255 (4TH STREET). EXISTING BETWEEN THE TRENCH AND FM EXISTING ASPHALT DRIVEWAY 2. CONTRACTOR SHALL REMOVE STREET). ACCESS FROM FM 2255 (4TH IMPACTS TO THE DRIVEWAY THIS LATERAL, SPECIFICALLY ANY CONSTRUCTION SCHEDULE FOR UNIVERSITY REGARDING COORDINATE WITH TEXAS TECH 1. CONTRACTOR SHALL INV=3201.10 STUB-OUT NWLDIP PHASE 2 CONNECT TO EXISTING E:931735.44 N:7279188.78 STA 211+19.11 APPROXIMATE EXISTING GRADE SEWER @ 0.20% 76 LF OF 24" STORM HGL INV=3201.10STUB-OUTNWLDIP PHASE 2CONNECT TO EXISTINGSTA 211+19.02INV (OUT)=3219.09TOP OF INLET=3230.85STA 201+06.04INLET L046 (RE:GR-03)E:930809.00 N:7279257.57 TOP OF INLET=3230.85 STA 201+06.04 INLET L046 (RE:GR-03) STORM SEWER STUB-OUT EXISTING 24" RCP E:930806.58 N:7279182.01 RIM=3228.39 STA 201+81.63 60-INCH MANHOLE MH R-01 E:931667.95 N:7279154.55 RIM=3237.88 STA 210+43.44 60-INCH MANHOLE MH R-02 144.34'191.34'60.00'60.00' ACCESS & USE PERMANENT RIGHT OF CITY OF LUBBOCK RIGHT OF USE TEMPORARY CONSTRUCTION CITY OF LUBBOCK TH-15 INV (OUT) = 3218.95INV (IN) = 3218.95RIM=3228.39W/ WATERTIGHT LIDINSTALL: 60-INCH MANHOLESTA 201+81.63MH R-01INV (OUT) = 3201.25 INV (IN) = 3217.23 RIM=3237.88INSTALL: 60-INCH MANHOLESTA 210+43.44MH R-02STUB-OUT NWLDIP PHASE 2 EXISTING MH Q-04NWLDIP PHASE 2STORM SEWER @ 0.20% 76 LF OF 24'' GAS LINE MARATHON PETROLEUM GAS LINE MARATHON PETROLEUM (RE: PP-03) DRIVEWAY REPLACEMENT 01/31/2020 204.93' 390.81'38.03'POTSTA.100+00.00100+00 101+00 102+00PI STA.102+04.93103+00 104+00 105+00 PI STA.105+95.74106+00PI STA.106+33.77107+00 108+00 109+00 110+00 111+00 3240 100+00 101+00 102+00 103+00 104+00 105+00 106+00 107+00 108+00 109+00 110+00 111+00 3200 3205 3210 3215 3220 3225 3230 3235 3240 3245 3200 3205 3210 3215 3220 3225 3230 3235 3245 SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PP-SD12.dgnIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Mar. 19, 2020 - 11:47:14 AMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\5. Drainage\CV-TRT-PP-SD12.dgn100.000 ' / in.Plot Scale:MicroStation V8 User:Date: Mar. 19, 2020 - 11:47:14 AM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\5. Drainage\CV-TRT-PP-SD12.dgnProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100'50'0 VERTICAL SCALE HORIZONTAL SCALE 10'0 5'100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020CIVIL23 P-12 STORM DRAIN LATERAL PLAN AND PROFILELINE H (1 OF 4)UTI CA DRUTICA AVE17TH STREET MATCH LINE 111+00DETAILS. 17. SEE SHEET D-01 FOR TRENCH WITHIN THE PLAYA LAKE. FUTURE EARTHWORK BY OTHERS IN ORDER TO ACCOMODATE LAKE AS SHOWN ON THE PLANS OVEREXCAVATE IN THE PLAYA 16. CONTRACTOR SHALL PROTECTION DETAILS. 15. SEE SHEET TP-01 FOR TREE FOR EROSION CONTROL DETAILS. 14. SEE SHEET SP-01 AND SP-02 CONTROL INFORMATION. 13. SEE SHEET TR-01 FOR TRAFFIC PAVEMENT REPAIR DETAILS. 12. SEE SHEET D-02 FOR OF PAVEMENT REPAIR. 11. SEE SHEET PP-04 FOR LIMITS FOR TREATMENT UNIT DETAILS. 10. SEE SHEET D-12 AND D-13 GRADING DETAILS. 9. SEE SHEET GR-04 FOR INLET DETAILS. 8. SEE SHEET S-01 AND S-02 FOR MANHOLE DETAILS. 7. SEE SHEET D-04 AND D-05 FOR LINES UNLESS OTHERWISE NOTED. CROSSING WATER AND SEWER AND ADEQUATELY SUPPORT 6. CONTRACTOR SHALL BRACE MAXIMUM OPEN TRENCH. CONSTRUCTION FOR LIMITS TO 5. SEE SHEET G-03 LIMITS OF CLOSURES, TEMPORARY ACCESS. ALONG THE ROUTE FOR ROADWAY ADJACENT PROPERTY OWNERS 4. CONTRACTOR SHALL NOTIFY TRAIL AS SOON AS PRACTICABLE. THE HIGINBOTHAM PARK WALKING 3. CONTRACTOR SHALL REPLACE NOTIFIED OF IMPACTS. GENERAL PUBLIC MAY BE HIGINBOTHAM PARK AREA SO THE CONSTRUCTION SCHEDULE IN THE OF RECORD OF ANTICIPATED CITY OF LUBBOCK AND ENGINEER 2. CONTRACTOR SHALL NOTIFY CONSTRUCTION. LOCATIONS PRIOR TO COORDINATE IRRIGATION LINE DEPARTMENT PRIOR TO CITY OF LUBBOCK PARKS 1. CONTRACTOR SHALL NOTIFY WATERLINE 12" WATERLINE 4" APPROXIMATE EXISTING GRADE 381 LF OF 24" STORM SEWER @ 0.20% 505 LF OF 24" STORM SEWER @ 0.20% HGL E:928452.13 N:7274861.15 TOP OF INLET=3243.50 STA 100+86.04 INLET L045 (RE:GR-04)INV(OUT)=3234.11TOP OF INLET=3243.50STA 100+86.04INLET L045 (RE:GR-04)RIM=3242.70 STA 101+81.57 OR APPROVED EQUAL CONTECH CDS E:928565.30 N:7274903.66 RIM=3242.41 STA 102+04.93 60-INCH MANHOLE MH H-01 E:928955.88 N:7274890.22 RIM=3242.81 STA 105+95.74 60-INCH MANHOLE MH H-03 LAKE L045 TH-17 SEWER @ 0.42% 119 LF OF 24" STORM E:928543.43 N:7274895.45 STA 101+81.57 (RE: D-11) 8'x11' BYPASS VAULT TREATMENT SYSTEM CDS STORMWATER E:928945.93 N:7274890.56 RIM=3242.81 STA 105+85.79 60-INCH MANHOLE MH H-02 (RE: GR-04) LIMITS OF EXCAVATION (RE: TP-01) TREE PROTECTION REQUIRED 7:17:14: 1 SEWER @ 70.74% 10 LF OF 24" STORM SEWER @ 0.20% 10 LF OF 24" STORM (RE: D-04) DROP MANHOLE PLUNGE POOL NOTES: E:928538.69 N:7274908.08 RIM=3242.70 13.5' LT STA 101+81.57 (RE: D-12) OR APPROVED EQUAL OFFLINE CONTECH CDS INV (OUT) = 3231.64INV (IN) = 3233.64RIM=3242.41W/ WATERTIGHT LIDINSTALL: 60-INCH MANHOLESTA 102+04.93MH H-01INV (OUT) = 3230.88 INV (IN) = 3230.88 RIM=3242.81 W/ WATERTIGHT LID INSTALL: 60-INCH MANHOLE STA 105+85.79 MH H-02 INV (OUT) = 3226.34INV (IN) = 3223.84RIM=3242.81INSTALL: 60-INCH MANHOLESTA 105+95.74MH H-03CUT AND REPLACE WASTEWATER-LINE 10" 12" PVC 11LF CUT AND REPLACE 10" VCT 4" CI 03/19/2020 WEST GATE DRIVE SS WEST GATE DRIVE FH 1,998.40' 111+00 112+00 113+00 114+00 115+00 116+00 117+00 118+00 119+00 120+00 121+00 122+00 123+00 Align: 17THAngle: 358.1093Sheet: 2 3245 111+00 112+00 113+00 114+00 115+00 116+00 117+00 118+00 119+00 120+00 121+00 122+00 123+00 3200 3205 3210 3215 3220 3225 3230 3235 3240 3200 3205 3210 3215 3220 3225 3230 3235 3240 3245 SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PP-SD13.dgnIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:06:31 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\5. Drainage\CV-TRT-PP-SD13.dgn100.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:06:31 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\5. Drainage\CV-TRT-PP-SD13.dgnProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100'50'0 VERTICAL SCALE HORIZONTAL SCALE 10'0 5'100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020CIVIL24 P-13 STORM DRAIN LATERAL PLAN AND PROFILELINE H (2 OF 4)17TH STREET SALEM AVETOLEDO AVEMATCH LINE 123+50MATCH LINE 111+00GAS LINE 2" WATERLINE 8" APPROXIMATE EXISTING GRADE 226 LF OF 24" STORM SEWER @ 0.20%701 LF OF 24" STORM SEWER @ 0.20% 325 LF OF 24" STORM SEWER @ 0.20% HGL E:929684.06 N:7274856.33 RIM=3,240.96 STA 113+25.94 60-INCH MANHOLE MH H-04 E:930383.522 N:7274828.482 RIM=3237.74 STA 120+25.94 60-INCH MANHOLE MH H-05 TH-16 INV (OUT) = 3224.88INV (IN) = 3224.88RIM=3,240.96INSTALL: 60-INCH MANHOLESTA 113+25.94MH H-04INV (OUT) = 3223.48INV (IN) = 3223.48RIM=3237.74INSTALL: 60-INCH MANHOLESTA 120+25.94MH H-05NOTES: DETAILS. 9. SEE SHEET D-01 FOR TRENCH FOR EROSION CONTROL DETAILS. 8. SEE SHEET SP-01 AND SP-02 CONTROL INFORMATION. 7. SEE SHEET TR-01 FOR TRAFFIC DETAILS. PD-02 FOR PAVEMENT REPAIR 6. SEE SHEET D-01, D-02, AND PAVEMENT REPAIR. 5. SEE SHEET PP-04 FOR LIMITS OF MANHOLE DETAILS. 4. SEE SHEET D-04 AND D-05 FOR MAXIMUM OPEN TRENCH. CONSTRUCTION FOR LIMITS TO 3. SEE SHEET G-03 LIMITS OF CLOSURES, TEMPORARY ACCESS. ALONG THE ROUTE FOR ROADWAY ADJACENT PROPERTY OWNERS 2. CONTRACTOR SHALL NOTIFY NOTED. SEWER LINES UNLESS OTHERWISE REPLACE CROSSING WATER AND 1. CONTRACTOR SHALL CUT AND 01/31/2020 WE S T G A T E D RI V E SSELECTRIC LINEUNDERGROUNDRIM: 3236.75GAS LINEUNDERGROUNDOPTIC BOXFIBER WE S T G A T E D RI V E FHWMCOULD NOT OPENRIM = 3236.75437.36'124+00125+00126+00PI STA.126+32.18128+00 129+00 130+00 PI STA.130+69.53131+00132+00127+00 3245 124+00 125+00 126+00 127+00 128+00 129+00 130+00 131+00 132+00 133+00 134+00 135+00 136+00 3200 3205 3210 3215 3220 3225 3230 3235 3240 3200 3205 3210 3215 3220 3225 3230 3235 3240 3245 SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PP-SD14.dgnIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Mar. 19, 2020 - 11:47:21 AMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\5. Drainage\CV-TRT-PP-SD14.dgn100.000 ' / in.Plot Scale:MicroStation V8 User:Date: Mar. 19, 2020 - 11:47:21 AM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\5. Drainage\CV-TRT-PP-SD14.dgnProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100'50'0 VERTICAL SCALE HORIZONTAL SCALE 10'0 5'100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020CIVIL25 P-14 STORM DRAIN LATERAL PLAN AND PROFILELINE H (3 OF 4)17TH STREET16TH STREETRALEIGH AVE MATCH LINE 123+50 MATCH LINE 132+50 MATCH LINE 132+50GAS LINE 2" APPROXIMATE EXISTING GRADE 283 LF OF 24" STORM SEWER @ 0.20%438 LF OF 24" STORM SEWER @ 0.20% HGL WASTEWATER-LINE 8" @ 0.20% 181 LF OF 24" STORM SEWER E:930989.59 N:7274813.23 RIM=3236.14 STA 126+32.18 60-INCH MANHOLE MH H-06 E:931004.39 N:7275250.34 RIM=3236.97 STA 130+69.53 60-INCH MANHOLE MH H-07 INV (OUT) = 3222.27INV (IN) = 3222.27RIM=3236.14INSTALL: 60-INCH MANHOLESTA 126+32.18MH H-06INV (OUT) = 3220.02INV (IN) = 3221.39RIM=3236.97INSTALL: 60-INCH MANHOLESTA 130+69.53MH H-07NOTES: DETAILS. 9. SEE SHEET D-01 FOR TRENCH FOR EROSION CONTROL DETAILS. 8. SEE SHEET SP-01 AND SP-02 CONTROL INFORMATION. 7. SEE SHEET TR-01 FOR TRAFFIC DETAILS. PD-02 FOR PAVEMENT REPAIR 6. SEE SHEET D-01, D-02, AND PAVEMENT REPAIR. 5. SEE SHEET PP-O4 FOR LIMITS OF MANHOLE DETAILS. 4. SEE SHEET D-04 AND D-05 FOR CLOSURES, TEMPORARY ACCESS. ALONG THE ROUTE FOR ROADWAY ADJACENT PROPERTY OWNERS 3. CONTRACTOR SHALL NOTIFY MAXIMUM OPEN TRENCH. CONSTRUCTION FOR LIMITS TO 2. SEE SHEET G-03 LIMITS OF OTHERWISE NOTED. WATER AND SEWER LINES UNLESS ADEQUATELY SUPPORT CROSSING 1. CONTRACTOR SHALL BRACE AND 10LF CUT AND REPLACE 4" TRANSITE CUT AND REPLACE WATERLINE 4"03/19/2020 SS T ST G 627.83'199.59'82.64' 133+00 134+00 135+00 136+00 PI STA.136+97.36137+00138+00PI STA.138+96.95139+00 POTSTA.139+79.59Align: 17THAngle: 358.1093Sheet: 2 3200 133+00 134+00 135+00 136+00 137+00 138+00 139+00 140+00 3205 3210 3215 3220 3225 3230 3235 3240 3245 3240 3245 3200 3205 3210 3215 3220 3225 3230 3235 CAUTION!!! CONSTRUCTION UTILITY 48 HOURS PRIOR TO UTILITIES IN AREA CONTACT EXISTING UNDERGROUND SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PP-SD15.dgnIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Mar. 19, 2020 - 11:47:24 AMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\5. Drainage\CV-TRT-PP-SD15.dgn100.000 ' / in.Plot Scale:MicroStation V8 User:Date: Mar. 19, 2020 - 11:47:24 AM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\5. Drainage\CV-TRT-PP-SD15.dgnProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100'50'0 VERTICAL SCALE HORIZONTAL SCALE 10'0 5'100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020CIVIL26 P-15 STORM DRAIN LATERAL PLAN AND PROFILELINE H (4 OF 4)GREEK CIRCLE 16TH STREET QUAKER AVEMATCH LINE 132+50WATERLINE GAS LINE 3" WASTEWATER 8" WATERLINE 12" AT&T FIBEROPTIC UNKNOWN UTILITY WATERLINE 24" APPROXIMATE EXISTING GRADE 448 LF OF 24" STORM SEWER @ 0.20% HGL SEWER @ 0.20% 83 LF OF 24" STORM E:931638.77 N:7275428.01 RIM=3236.38 STA 138+96.95 60-INCH MANHOLE MH H-09 E:931631.84 N:7275228.55 RIM=3235.93 STA 136+97.36 60-INCH MANHOLE MH H-08 OPEN CUT OTHER THAN TH-10 OTOC THROUGH QUAKER BY PERPENDICULARLY INSTALL STORM SEWER MANHOLE IN ORDER TO CUT/REMOVE EXISTING STA 139+05.45 SHAFT LOCATION PERMISSIBLE ACCESS STA 139+79.59 SHAFT LOCATION PERMISSIBLE ACCESS NOTES: SEWER @ 0.20% 200 LF OF 24" STORM NO SURFACE ACCESS (RE: D-03) STA 139+00.00 TO STA 139+83.00 OTHER THAN OPEN CUT MH H-10 OF MANHOLE 60" (FIBERGLASS) RECONSTRUCT 22' OF THE TOP INV (IN) = 3214.20 RIM = 3235.89 STA 139+79.59 RECONSTRUCT TOP MH H-10 PHASE 2 MH Q-08 CONNECT TO NWLDIP STA 139+79.59 MH H-09 60-INCH MANHOLE MH Q-08 WITH NEW REPLACE 22' OF NWLDIP PHASE 2 INV (OUT) = 3216.77 INV (IN) = 3218.77 RIM=3235.93 INSTALL: 60-INCH MANHOLE STA 136+97.36 MH H-08 INV (OUT) = 3214.37 INV (IN) = 3216.37 RIM=3236.38 INSTALL: 60-INCH MANHOLE STA 138+96.95 MH H-09 AND GUY WIRES. NEEDED NEAR OVERHEAD LINES COORDINATE WITH LP&L AS 10. CONTRACTOR SHALL DETAILS. 9. SEE SHEET D-01 FOR TRENCH LIMITS. RIGHT OF WAY AND WORKZOME BE WITHIN ALLOWABLE EASEMENT PIT / ACCESS SHAFT LIMITS SHALL THAN OPEN CUT DETAILS. BORE 8. SEE SHEET D-02 FOR OTHER FOR EROSION CONTROL DETAILS. 7. SEE SHEET SP-01 AND SP-02 CONTROL INFORMATION. 6. SEE SHEET TR-01 FOR TRAFFIC DETAILS. PD-02 FOR PAVEMENT REPAIR 5. SEE SHEET D-01, D-02, AND PAVEMENT REPAIR. 4. SEE SHEET PP-04 FOR LIMITS OF MANHOLE DETAILS. 3. SEE SHEET D-04 AND D-05 FOR OWNER. UTILITIES AT NO EXPENSE TO THE ANY DAMAGE TO EXISTING RESPONSIBLE FOR REPAIRING AND BEDDING. CONTRACTOR IS PROTECT EXISTING PARALLEL PIPE 2. CONTRACTOR TO SUPPORT AND THIS AREA. CITY BEFORE BEGINNING WORK IN 1. CONTRACTOR SHALL NOTIFY THE SEE NOTE 10 SEE NOTE 2 8" VCT CONSTRUCTION FOR 210LF. REPLACED AFTER STORM SEWER CONSTRUCTION. 12" WATERLINE TO BE CONSTRUCTION AND TO THE LIMITS OF 12" AC WATERLINE TO BE REMOVED DURING 03/19/2020 3 2 6 0 3 2 5 9 3 2 5 8 3 2 5 7 3 2 5 6 3 2 5 5 3 2 5 4 WW SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PP-GR01.shtIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:06:50 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\5. Drainage\CV-TRT-PP-GR01.sht20.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:06:50 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\5. Drainage\CV-TRT-PP-GR01.shtProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/20203254 3255 3256 3257 3258 3259 32603261 3262 3253 3252 301+00 301+20300+80 301+40 301+60 3255 3260 3265 3250 3245 3255 3260 3265 3250 3245 20'10'0 SCALE IN FEET 22112SECTION1 HOR: 1"=10' HOR: 1"=10' SECTION2 VER: 1"=5' VER: 1"=5' GR-01 GR-01 S-01GR-01G R -01G R -01GR-013255 3260 3265 3250 3245 3255 3260 3265 3250 3245 30+00 50+00 70+00 90+0010+00 GENERAL NOTES: LEGEND PROPOSED CONTOUR EXISTING CONTOUR 1 3 1 20 1 3 INLET L071 - WALMART LAKE CIVIL27 GR-01 INLET L071INLET GRADING LAYOUTPROPERTY LI NE10. CONTRACTOR SHALL NOTIFY PROPERTY OWNER (WALMART) TO COORDINATE CONSTRUCTION ACTIVITIES IN THIS AREA. MAINTENANCE PURPOSES. 9. IN-LINE TREATMENT UNIT TO BE AT THE LOCATION SHOWN OR AS CLOSE TO 4TH STREET AS PRACTICAL FOR 8. SEE SHEET S-01 AND S-02 FOR INLET AND ARTICULATED CONCRETE BLOCK DETAILS. THE PERMISSIBLE LIMITS, FOR CONSTRUCTION PURPOSES. STATE OF TEXAS. CONTRACTOR IS PERMITTED TO ADJUST THE LOCATION AND LAYOUT OF ALL COFFERDAMS WITHIN CONTRACTOR IS REQUIRED TO SUBMIT A COFFERDAM PLAN DESIGNED BY A LICENSED PROFESSIONAL ENGINEER IN THE 7. STRUCTURES. 6. FINISHED GRADES SHALL BE THE TOP OF THE ARTICULATED CONCRETE BLOCK MATTRESSES (WHERE SHOWN) AROUND RECOMMENDATIONS AND A MINIMUM OF TWO BLOCKS ANCHORED INTO THE ANCHOR TRENCH. 5. ALL ARTICULATED CONCRETE BLOCK MATTRESSES SHALL BE INSTALLED ACCORDING TO MANUFACTURER 4. ALL ARTICULATED CONCRETE BLOCK MATTRESSES SHALL BE PLACED DIRECTLY ON TOP OF THE GEOTEXTILE. 3. MINIMUM OVERLAP AT ALL GEOTEXTILE SEAMS SHALL BE 12 INCHES. INTERFACES BETWEEN THE SOIL AND THE ARTICULATED CONCRETE BLOCK MATTRESSES. 2. GEOTEXTILE MUST BE PLACED AGAINST ALL SIDES OF ALL STRUCTURES AS WELL AS AT HORIZONTAL AND VERTICAL SMOOTH TRANSITION TO THE EXISTING NATURAL GROUND. 1. PROPOSED GRADING SHALL BE CUT AT SLOPES SPECIFIED, NOT NECESSARILY THE LENGTH SPECIFIED, TO PROVIDE A 3247.92 FLOOR 3247.92 FLOOR GROUND NATURAL MATCH GROUND NATURAL MATCH GROUND NATURAL MATCH GROUND NATURAL EXISTING FL. = 3248.50 PIPE 24" DIA. GROUT AS SPECIFIED 4,000 PSI CONCRETE GROUT AS SPECIFIED 4,000 PSI CONCRETE GROUND NATURAL EXISTING GRADELINE PROFILE PIPE 24" DIA.FL. = 3248.50 10' MIN 10' MIN 10' MIN 10' MIN MATTRESS (RE: S-01) ARMORFLEX CONCRETE (SEE NOTE 7) OF COFFERDAM APPROXIMATE LIMITS AS SPECIFIED GEOTEXTILE ACB MAT AND AS SPECIFIED GEOTEXTILE ACB MAT AND AS SPECIFIED GEOTEXTILE ACB MAT AND GROUND NATURAL MATCH GRADELINE PROFILE GROUT AS SPECIFIED 4,000 PSI CONCRETE AS SPECIFIED GEOTEXTILE ACB MAT AND 24" DIA. PIPE PROPOSED LINE 20' TYPMAINTENANCE ACCESS TREATMENT UNIT(RE: D-11) APPROVED EQUAL TREATMENT UNIT OR CONTECH CDS IN-LINE EXPECTED DEPTHS OF WATER AT INLET L071 TYPICAL WATER SURFACE ELEVATION/ELEVATION D (SHEET S-01)3255.50 100-YR PEAK WATER SURFACE ELEVATION 3261.47 SPECIFIED GROUT AS CONCRETE 4,000 PSI (RE:P-01) STA 301+06.04 CENTER OF INLET 01/31/2020 3243 3242 3241 3240 3243 3242 3240 3239 3241 3238 SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PP-GR02.shtIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:06:53 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\5. Drainage\CV-TRT-PP-GR02.sht20.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:06:53 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\5. Drainage\CV-TRT-PP-GR02.shtProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/202030+00 50+00 70+00 90+00 3235 3240 3245 3230 3225 3235 3240 3245 3230 3225 10+00 20'10'0 SCALE IN FEET EXPECTED DEPTHS OF WATER AT INLET L047 TYPICAL WATER SURFACE ELEVATION/ELEVATION D (SHEET S-01)3241.60 100-YR PEAK WATER SURFACE ELEVATION 3248.41 2 221 1 HOR: 1"=10' SECTION2 SECTION1 HOR: 1"=10' VER: 1"=5' VER: 1"=5' GR-02 GR-02 S-01 GR-02 GR-02 GR-02GR-02349+80 350+00349+60 350+20 350+40 3235 3240 3245 3230 3225 3235 3240 3245 3230 3225 CIVIL28 GR-02 7 1 1 7 1 7 INLET L047LEGEND PROPOSED CONTOUR EXISTING CONTOUR INLET L047 - N. SLIDE ROAD AND LOOP 289 INLET GRADING LAYOUTGENERAL NOTES: 8. SEE SHEET S-01 AND S-02 FOR INLET DETAILS. THE PERMISSIBLE LIMITS, FOR CONSTRUCTION PURPOSES. STATE OF TEXAS. CONTRACTOR IS PERMITTED TO ADJUST THE LOCATION AND LAYOUT OF ALL COFFERDAMS WITHIN CONTRACTOR IS REQUIRED TO SUBMIT A COFFERDAM PLAN DESIGNED BY A LICENSED PROFESSIONAL ENGINEER IN THE 7. STRUCTURES. 6. FINISHED GRADES SHALL BE THE TOP OF THE ARTICULATED CONCRETE BLOCK MATRESSES (WHERE SHOWN) AROUND RECOMMENDATIONS AND A MINIMUM OF TWO BLOCKS ANCHORED INTO THE ANCHOR TRENCH. 5. ALL ARTICULATED CONCRETE BLOCK MATTRESSES SHALL BE INSTALLED ACCORDING TO MANUFACTURER 4. ALL ARTICULATED CONCRETE BLOCK MATTRESSES SHALL BE PLACED DIRECTLY ON TOP OF THE GEOTEXTILE. 3. MINIMUM OVERLAP AT ALL GEOTEXTILE SEAMS SHALL BE 12 INCHES. INTERFACES BETWEEN THE SOIL AND THE ARTICULATED CONCRETE BLOCK MATTRESSES. 2. GEOTEXTILE MUST BE PLACED AGAINST ALL SIDES OF ALL STRUCTURES AS WELL AS AT HORIZONTAL AND VERTICAL SMOOTH TRANSITION TO THE EXISTING NATURAL GROUND. 1. PROPOSED GRADING SHALL BE CUT AT SLOPES SPECIFIED, NOT NECESSARILY THE LENGTH SPECIFIED, TO PROVIDE A 3228.56 FLOOR 3228.56 FLOOR GROUT AS SPECIFIED 4,000 PSI CONCRETE GROUT AS SPECIFIED 4,000 PSI CONCRETE GROUT AS SPECIFIED 4,000 PSI CONCRETE GROUND NATURAL EXISTING PIPE 24" DIA. PIPE 24" DIA. GRADELINE PROFILE GRADELINE PROFILE FL. = 3229.14 GROUND NATURAL MATCH GROUND NATURAL MATCH GROUND NATURAL EXISTING GROUND NATURAL MATCH FL. = 3229.14 GROUT AS SPECIFIED 4,000 PSI CONCRETE 10' MIN 10' MIN 10' MIN 10' MIN (SEE NOTE 7) OF COFFERDAM APPROXIMATE LIMITS 20' TYP PIPE 24" DIA. AS SPECIFIED GEOTEXTILE ACB MAT AND AS SPECIFIED GEOTEXTILE ACB MAT AND AS SPECIFIED GEOTEXTILE ACB MAT AND AS SPECIFIED GEOTEXTILE ACB MAT AND 24" DIA. PIPE PROPOSED LINE 24" DIA. PIPE PROPOSED LINE MATTRESS (RE: S-01) ARMORFLEX CONCRETE (RE:P-05) STA 349+56.23 CENTER OF INLET 01/31/2020 32293226 3223 3221 3227 3225 3219 3228 3218 3219 3220 3221 3222 3223 3224 3225 3226 3227 3228 3229 3230 SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PP-GR03.shtIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:06:58 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\5. Drainage\CV-TRT-PP-GR03.sht20.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:06:58 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\5. Drainage\CV-TRT-PP-GR03.shtProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/20203225 3230 3235 3220 3215 3225 3230 3235 3220 3215 30+00 50+00 70+00 90+0010+00 20'10'0 SCALE IN FEET EXPECTED DEPTHS OF WATER AT INLET L046 TYPICAL WATER SURFACE ELEVATION/ELEVATION D (SHEET S-01)3227.34 100-YR PEAK WATER SURFACE ELEVATION 3235.55 TRACT 2 2.115 ACRES TEMPORARY CONSTRUCTION RIGHT OF USE CITY OF LUBBOCK TRACT 1 0.541 ACRES PERMANENT RIGHT OF ACCESS & USE CITY OF LUBBOCK TRACT 2 2.115 ACRES TEMPORARY CONSTRUCTION RIGHT OF USE CITY OF LUBBOCK 2 221 1 SECTION1 HOR: 1"=10' HOR: 1"=10' SECTION2 VER: 1"=5' VER: 1"=5' GR-03 GR-03 GR-03GR-03 GR-03 S-01 GR-033225 3230 3235 3220 3215 3225 3230 3235 3220 3215 CIVIL29 GR-03 1 7 1 3 INLET L046LEGEND PROPOSED CONTOUR EXISTING CONTOUR INLET L046 - RUSHLAND PARK NORTH INLET GRADING LAYOUT1 3 GENERAL NOTES: 3218.52 FLOOR 3218.52 FLOOR 10. CONTRACTOR SHALL NOTIFY TEXAS TECH BEFORE BEGINNING WORK IN THIS AREA. LATERAL, SPECIFICALLY ANY IMPACTS TO THE DRIVEWAY ACCESS FROM FM 2255 (4TH STREET). 9. CONTRACTOR SHALL COORDINATE WITH TEXAS TECH UNIVERSITY REGARDING CONSTRUCTION SCHEDULE FOR THIS 8. SEE SHEET S-01 AND S-02 FOR INLET DETAILS. THE PERMISSIBLE LIMITS, FOR CONSTRUCTION PURPOSES. STATE OF TEXAS. CONTRACTOR IS PERMITTED TO ADJUST THE LOCATION AND LAYOUT OF ALL COFFERDAMS WITHIN CONTRACTOR IS REQUIRED TO SUBMIT A COFFERDAM PLAN DESIGNED BY A LICENSED PROFESSIONAL ENGINEER IN THE 7. STRUCTURES. 6. FINISHED GRADES SHALL BE THE TOP OF THE ARTICULATED CONCRETE BLOCK MATRESSES (WHERE SHOWN) AROUND RECOMMENDATIONS AND A MINIMUM OF TWO BLOCKS ANCHORED INTO THE ANCHOR TRENCH. 5. ALL ARTICULATED CONCRETE BLOCK MATTRESSES SHALL BE INSTALLED ACCORDING TO MANUFACTURER 4. ALL ARTICULATED CONCRETE BLOCK MATTRESSES SHALL BE PLACED DIRECTLY ON TOP OF THE GEOTEXTILE. 3. MINIMUM OVERLAP AT ALL GEOTEXTILE SEAMS SHALL BE 12 INCHES. INTERFACES BETWEEN THE SOIL AND THE ARTICULATED CONCRETE BLOCK MATTRESSES. 2. GEOTEXTILE MUST BE PLACED AGAINST ALL SIDES OF ALL STRUCTURES AS WELL AS AT HORIZONTAL AND VERTICAL SMOOTH TRANSITION TO THE EXISTING NATURAL GROUND. 1. PROPOSED GRADING SHALL BE CUT AT SLOPES SPECIFIED, NOT NECESSARILY THE LENGTH SPECIFIED, TO PROVIDE A GROUT AS SPECIFIED 4,000 PSI CONCRETE GROUT AS SPECIFIED 4,000 PSI CONCRETE GROUT AS SPECIFIED 4,000 PSI CONCRETE GROUT AS SPECIFIED 4,000 PSI CONCRETE GROUND NATURAL EXISTING GROUND NATURAL EXISTING GROUND NATURAL MATCH GROUND NATURAL MATCH GROUND NATURAL MATCH GROUND NATURAL MATCH GRADELINE PROFILE GRADELINE PROFILE PIPE 24" DIA. PIPE 24" DIA. FL. = 3219.10 FL. = 3219.10 10' MIN 10' MIN 10' MIN 10' MIN 20' TYPAS SPECIFIED GEOTEXTILE ACB MAT AND AS SPECIFIED GEOTEXTILE ACB MAT AND AS SPECIFIED GEOTEXTILE ACB MAT AND AS SPECIFIED GEOTEXTILE ACB MAT AND 24" DIA. PIPE PROPOSED LINE (RE:P-11) STA 201+06.04 CENTER OF INLET 42.24' 62.15'35.00'MATTRESS (RE: S-01) ARMORFLEX CONCRETE 20.00'20.00'(SEE NOTE 7) OF COFFERDAM APPROXIMATE LIMITS 60.00'60.00'01/31/2020 3240 3237 3238 32393240 3242 SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PP-GR04.shtIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:07:01 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\5. Drainage\CV-TRT-PP-GR04.sht20.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:07:01 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\5. Drainage\CV-TRT-PP-GR04.shtProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/20203240 3245 3250 3235 3230 3240 3245 3250 3235 3230 30+00 50+00 70+00 90+0010+00 20'10'0 SCALE IN FEET EXPECTED DEPTHS OF WATER AT INLET L045 TYPICAL WATER SURFACE ELEVATION/ELEVATION D (SHEET S-01)3240.00 100-YR PEAK WATER SURFACE ELEVATION 3242.9821 1 2 2 SECTION1 HOR: 1"=10' HOR: 1"=10' SECTION2 VER: 1"=5' VER: 1"=5' GR-04 GR-04 S-01GR- 0 4 GR-04 GR- 0 4 GR-04 100+60 100+80100+40 101+00 101+20 3240 3245 3250 3235 3230 3240 3245 3250 3235 3230 CIVIL30 GR-04 1 7 7 1 INLET L045LEGEND PROPOSED CONTOUR EXISTING CONTOUR INLET L045 - HIGINBOTHAM PARK INLET GRADING LAYOUT1 7 1 7 4 1 GENERAL NOTES: 12. SEE SHEET TP-01 FOR TREE PROTECTION DETAILS. 11. SEE SHEET S-01 AND S-02 FOR INLET DETAILS. PLAYA LAKE. 10. EXCAVATION AS SHOWN AROUND INLET IS NECESSARY TO ACCOUNT FOR FUTURE EXCAVATION PROJECT AT THIS SCHEDULE, AND ASSOCIATED IMPACTS TO THE PARK IRRIGATION SYSTEM. 9. CONTRACTOR SHALL COORDINATE WITH CITY OF LUBBOCK PARKS STAFF REGARDING THE PLANNED CONSTRUCTION, ADVERSE IMPACTS TO EXISTING TREES AND ASSOCIATED CRITICAL ROOT ZONES. 8. PROPOSED COFFER DAM FOR INLET L045 - HIGINBOTHAM PARK TOWER INLET WILLL NEED TO BE EVALUATED FOR ANY THE PERMISSIBLE LIMITS, FOR CONSTRUCTION PURPOSES. STATE OF TEXAS. CONTRACTOR IS PERMITTED TO ADJUST THE LOCATION AND LAYOUT OF ALL COFFERDAMS WITHIN CONTRACTOR IS REQUIRED TO SUBMIT A COFFERDAM PLAN DESIGNED BY A LICENSED PROFESSIONAL ENGINEER IN THE 7. STRUCTURES. 6. FINISHED GRADES SHALL BE THE TOP OF THE ARTICULATED CONCRETE BLOCK MATRESSES (WHERE SHOWN) AROUND RECOMMENDATIONS AND A MINIMUM OF TWO BLOCKS ANCHORED INTO THE ANCHOR TRENCH. 5. ALL ARTICULATED CONCRETE BLOCK MATTRESSES SHALL BE INSTALLED ACCORDING TO MANUFACTURER 4. ALL ARTICULATED CONCRETE BLOCK MATTRESSES SHALL BE PLACED DIRECTLY ON TOP OF THE GEOTEXTILE. 3. MINIMUM OVERLAP AT ALL GEOTEXTILE SEAMS SHALL BE 12 INCHES. INTERFACES BETWEEN THE SOIL AND THE ARTICULATED CONCRETE BLOCK MATTRESSES. 2. GEOTEXTILE MUST BE PLACED AGAINST ALL SIDES OF ALL STRUCTURES AS WELL AS AT HORIZONTAL AND VERTICAL SMOOTH TRANSITION TO THE EXISTING NATURAL GROUND. 1. PROPOSED GRADING SHALL BE CUT AT SLOPES SPECIFIED, NOT NECESSARILY THE LENGTH SPECIFIED, TO PROVIDE A 3233.53 FLOOR FLOOR 3233.53 GROUND NATURAL MATCH GROUND NATURAL MATCH GROUND NATURAL MATCH GROUT AS SPECIFIED 4,000 PSI CONCRETE GROUT AS SPECIFIED 4,000 PSI CONCRETE GROUT AS SPECIFIED 4,000 PSI CONCRETE GROUT AS SPECIFIED 4,000 PSI CONCRETE GROUND NATURAL EXISTING GROUND NATURAL EXISTING PIPE 24" DIA. PIPE 24" DIA. GRADELINE PROFILE GRADELINE PROFILE FL. = 3234.11 FL. = 3234.11 10' MIN 10' MIN 10' MIN 10' MIN (SEE NOTE 7) OF COFFERDAM APPROXIMATE LIMITS AS SPECIFIED GEOTEXTILE ACB MAT AND AS SPECIFIED GEOTEXTILE ACB MAT AND AS SPECIFIED GEOTEXTILE ACB MAT AND AS SPECIFIED GEOTEXTILE ACB MAT AND 20' TYP (NOT THIS CONTRACT) FUTURE POND GRADING (NOT THIS CONTRACT) FUTURE POND GRADING GROUND NATURAL MATCH 24" DIA. PIPE PROPOSED LINE (RE: D-12) OR APPROVED EQUAL BYPASS STRUCTURE TREATMENT UNIT AND CONTECH CDS OFF-LINE MATTRESS (RE: S-01) ARMORFLEX CONCRETE (RE:P-012) STA 100+86.04 CENTER OF INLET (NOT THIS CONTRACT) FUTURE POND GRADING 01/31/2020 ICCSEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PP-DET05.dgnIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:07:05 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\5. Drainage\CV-TRT-PP-DET05.dgn20.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:07:05 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\5. Drainage\CV-TRT-PP-DET05.dgnProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/20203245 30+00 50+00 70+00 90+0010+00 3255 3250 3240 3235 3245 3255 3250 3240 3235 3225 30+00 50+00 70+00 90+0010+00 3235 3230 3225 3235 3230 3220 3220 3215 3215 3240 32403240WWWV32403236323932503249324832473247324832493250E:925301.54 N:7280782.22 O/S 10.00 R STA 334+63.84 INLET NS E:925295.81 N:7280790.42 RIM= 3250.00 STA 334+63.84 MH LP-06 EL. 3243.11 EL. 3247.86 INLET NS - NORTH SLIDE CHANNEL EL. 3242.86LINE LPVALLEY GUTTEREXISTING CONCRETEE:929971.62 N:7283569.71O/S: 32.26 LSTA 395+15.49 INLET HH EL. 3229.25 INLET HH - HEART HOSPITAL CHANNEL EL. 3234.00 EL 3229.00 HOR: 1"=10' 1 VER: 1"=5' GR-05 INLET NS PROFILE HOR: 1"=10' 2 VER: 1"=5' GR-05 INLET HH PROFILE GENERAL NOTES:CIVIL31 INLET DETAILSGR-05 2. REFER TO PAVING PLAN PP-01 AND PP-02 FOR REPLACEMENT LIMITS. CONSTRUCTION PURPOSES. OF ALL COFFERDAMS, WITHIN THE PERMISSIBLE LIMITS, FOR 1. CONTRACTOR IS PERMITTED TO ADJUST THE LOCATION AND LAYOUT SEWER @ 0.20% 47 LF OF 24" STORM INLET NS AND INLET HHSEWER @ 0.20% 10 LF OF 24" STORM EXISTING GRADE APPROXIMATE EQUAL OR APPROVED 5'-0" X 5'-0" WYE INLET FORTERRA EXISTING GRADE APPROXIMATE EQUAL OR APPROVED 5'-0" X 5'-0" WYE INLET FORTERRA E:930016.57 N:7283561.89 RIM=3238.88 STA 395+12.18 MH LP-17 (SEE NOTE 1) OF COFFERDAM APPROXIMATE LIMITS E:929989.523 N:7283600.329 OFFSET:47.00 L STA 395+12.18 INLET HH LINE LP(RE: D-10) EQUAL OR APPROVED 5'-0" X 5'-0" WYE INLET FORTERRA (RE: D-10) EQUAL OR APPROVED 5'-0" X 5'-0" WYE INLET FORTERRA INV(IN) = 3243.09 289 LATERAL MH LP-06 CONNECT TO LOOP INV (IN) = 3229.16 MH LP-17 289 LATERAL CONNECT TO LOOP 01/31/2020 SS LATERAL CONNECTION AT ERSKINE ST. AND TTU PARKWAY HOR: 1"=10' 1 VER: 1"=5' GR-06 LATERAL CONNECTION PROFILE SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PP-LAT01.dgnIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:07:10 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\5. Drainage\CV-TRT-PP-LAT01.dgn20.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:07:10 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\5. Drainage\CV-TRT-PP-LAT01.dgnProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020CIVIL32 10+00 10+20 10+409+80 10+60 PHASE 1 TRUNK MAIN EXISTING NWLDIP 3225 3230 3220 3215 3200 3210 3205 3195 3190 3185 9+60 3225 3230 3220 3215 3200 3210 3205 3195 3190 3185 NWLDIP PHASE 1 TRUNK MAIN TTU PARKWAY ERSKINE STT R UNK MAI NNWL DIP P HAS E 1 GR-06 NOTE: AS NEEDED NEAR OVERHEAD LINES AND GUY WIRES. CONTRACTOR SHALL COORDINATE WITH LP&L FLOW LATERAL CONNECTION PLAN AND PROFILEJUNCTION BOX NWLDIP PHASE 1 EXISTING PROPOSED MANHOLE AND CONNECT TO SALVAGE EXISTING PIPE PHASE 1 30" STUB EXISTING NWLDIP FUTURE TIE AND PLUG OR CAP FOR 10 LF 30" STORM SEWER PROPOSED TXDOT STUB FUTURE TIE PLUG OR CAP FOR STORM SEWER AND 10 LF 30"STUB - PROPOSED TXDOT LP (RE: P-10) PROPOSED LINE JUNCTION BOX NWLDIP PHASE 1 EXISTING EXISTING GROUND APPROXIMATE PHASE 1 STUB (RCP) EXISTING NWLDIP (RE: P-10) PROPOSED LINE LP INV (OUT) =3194.08 INV (IN) =3206.82 RIM=3233.61 INSTALL: 60" MANHOLE =STA 10+00.00 LAT-01 STA 419+06.11 (RE: P-10) MH LP-23 E:931972.67 N:7284278.04 RIM=3233.61 STA 419+06.11 (RE: P-10) MH LP-23 01/31/2020 330.28' 275.09'16.00'POTSTA.300+00.00300+00 301+00 302+00 303+00 PI STA.303+30.28304+00 305+00 306+00 PI STA.306+05.37PCSTA.306+21.37307+003 0 8 +0 0 309 +00 310+00 311+00 312 + 00 PTSTA.312+83.07 3 1 3 + 0 0 S S C O S S E T F H F HE E E E E S S 520.80' 313+00 314+00 315+00 316+00 317+00 318+00PCSTA.318+03.87319+00 320+00 PTSTA.320+60.46321+00 322+00 SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PP-PAV01.dgnIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:07:15 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\3. Roadway\CV-TRT-PP-PAV01.dgn100.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:07:15 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\3. Roadway\CV-TRT-PP-PAV01.dgnProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020SS TV SS T 1,474.71' 322+00 323+00 324+00 325+00 326+00 327+00 328+00 329+00 330+00 331+00 332+00 333+00 334+00 2ND DRIVE S S T T VE WMF HT VT VS S S S SS 100'50'0 SCALE IN FEET CIVIL33 PP-01 LEGEND LINE LP AVE ELKHARTCONCRETE REPLACEMENT PAVEMENT REMOVAL/REPLACEMENT LIMITS OF TRENCH / FULL DEPTH SEAL COAT PAVING PLAN (1 OF 2)PROPOSED LINE LP PROPOSED LINE LP PROPOSED LINE LP REPLACEMENT LIMITS OF VALLEY GUTTER REPLACEMENT LIMITS OF VALLEY GUTTER REPLACEMENT LIMITS OF VALLEY GUTTER TO REMAIN CONCRETETO REMAIN CONCRETE TO REMAIN CONCRETE TO REMAIN CONCRETE MA T C H LI N E 322+00MATCH LINE 313+00 MATCH LINE 313+00MATCH LINE 322+00MATCH LINE 334+006 0 ' DR E (RE: D-02) WORK LIMITS 2ND DRIVE BRENTWOOD AVE( F M 2 2 5 5) 4 T H S T INFRASTRUCTURE TO REMAIN. SEDIMENT FROM EXISTING CONCRETE DRAINAGE 11. CONTRACTOR SHALL BE RESPONSIBLE FOR CLEARING 10. SEE SHEET D-01 AND D-02 FOR TRENCH DETAILS. 9. SEE SHEET TR-01 FOR TRAFFIC CONTROL INFORMATION. D-03 FOR RIPRAP AND VALLEY GUTTER DETAILS. THE EXISTING LINES AND GRADES. SEE SHEET PD-02 AND AT THE LIMITS OF THE TRENCH AND REPLACE TO MATCH SHALL REMOVE CONCRETE RIPRAP WITH CLEAN SAWCUTS CONCRETE FLATWORK PRIOR TO REMOVAL. CONTRACTOR APPROXIMATE. CONTRACTOR SHALL SURVEY ALL 8. LIMITS OF CONCRETE RIPRAP REMOVAL ARE FOR VALLEY GUTTER DETAILS. SEE SHEET D-09 FOR CURB DETAILS AND SHEET PD-03 THE TRENCH AND TO THE NEAREST JOINT IN THE FIELD. REMOVAL FOR THESE ITEMS SHALL BE AS NEEDED FOR CONCRETE VALLEY GUTTER, ARE APPROXIMATE. LIMITS OF REMOVAL FOR CURB AND GUTTER AND 7. OPERATIONS BY CALLING (806) 775-2657 CAN COORDINATE DELIVERY OF MILLINGS WITH SITE 2 INCHES OF ASPHALT PAVEMENT. THE CONTRACTOR INSTALL 12-INCHES OF FLEXBASE AND AT LEAST EXISTING SOIL TO OBTAIN DEPTH REQUIRED TO CONTRACTOR SHALL THEN REMOVE ANY ADDITIONAL AVENUE P. LUBBOCK, TEXAS, 79403. THE LUBBOCK STORAGE YARD LOCATED AT 8425 NORTH DELIVER THE FLEXBASE MILLINGS TO THE CITY OF THE LIMITS OF PAVING. CONTRACTOR SHALL THEN THE EXISTING FLEXBASE MATERIAL AS DEFINED IN TEXAS 79403. THEN THE CONTRACTOR IS TO MILL LOCATED AT 8425 NORTH AVENUE P. LUBBOCK, MILLINGS TO THE CITY OF LUBBOCK STORAGE YARD PAVING. CONTRACTOR SHALL THEN DELIVER THOSE ASPHALT PAVING AS DEFINED IN THE LIMITS OF 6. CONTRACTOR IS TO FIRST MILL THE EXISTING ADDITIONAL COST TO THE OWNER. RESPONSIBILITY TO REPAVE AREAS AT NO WORK LIMITS, IT IS THE CONTRACTORS 5. IF CONTRACTOR DAMAGES PAVEMENT OUTSIDE OF STREET MUST BE REPAVED.) PRIVATE PROPERTY OR TO ANOTHER STREET, THE WHEN CONTRACTOR LEAVES ONE STREET TO ALL PIPE LAYING ACTIVITIES FOR EACH STREET. (I.E. CITY STREET, WITHIN 7 DAYS UPON COMPLETION OF 4. CONTRACTOR SHALL REPAIR AND REPAVE EACH THE OWNER. CONTRACTOR AT NO ADDITIONAL COST TO REPLACEMENT LIMITS SHALL BE REPLACED BY THE THAT IS SHOWN TO BE OUTSIDE OF PAVEMENT DAMAGED BY THE CONTRACTOR'S OPERATIONS OPERATIONS WITHIN THE ROW. ANY PAVEMENT 3. CONTRACTOR SHALL CONTAIN EASEMENT WORKING OCCURRING WITHIN THE RIGHT-OF-WAY. TIME CONSTRUCTION OR EXCAVATION IS MAINTAIN SAFE TRAFFIC FLOW DURING ENTIRE SIGNAGE, BARRICADE, FLAGMAN, ETC. TO 2. CONTRACTOR SHALL PROVIDE APPROPRIATE DAY, OPEN AT ALL TIMES DURING NIGHT. NO MORE THAN 2 HOURS AT ANY TIME DURING ALL TIMES. ACCESS SHALL BE CLOSED FOR RESIDENCE DRIVES SHALL BE PROVIDED AT 1. EMERGENCY ACCESS AND ACCESS TO NOTES: 156 LF CURB & GUTTER REPLACE 60 LF CURB & GUTTER REPLACE 38' 8 0 ' DRE ADDN (6 0 ')WE S T WIN DT RACT "V" EASEMENT IMPOUNDMENT STORMWATER EASEMENT IMPOUNDMENT STORMWATER 2 0' UUE 80' DRE20' UUEADDN (60')WESTWINDTRACT "V"40' DRE100' DRE80' D RE 20' D RE E ASE ME NT 10' S WBT 20' UUE70' DRE10' V.G.10' V.G.10' V.G.01/31/2020 844.05' 176.00' 431.08'380.17'361+00 362+00 363+00 364+00 365+00 366+00 367+00 PI STA.367+28.84368+00 369+00PI STA.369+04.84370+00 371+00 372+00 373+00 PI STA.373+35.93374+00375+00SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PP-PAV02.dgnIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:07:18 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\3. Roadway\CV-TRT-PP-PAV02.dgn100.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:07:18 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\3. Roadway\CV-TRT-PP-PAV02.dgnProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020C CF N: 2009034314NOR T H P AR K ADDITI ONT R AC T " C-1", (V. 10196, P. 227) AUBURN STREET (V. 9001, P. 345)NORTH WINSTON AVENUEWMF HSST E CVC WMGC VSSSS163.39' 738.39 '334+00 335+00 PCSTA.335+35.16336+00 337+00PTSTA.337+04.08338+00 PCSTA.338+67.47339+00 340+00 PTSTA.340+64.91341+00 342+00 343+00 344+00 345+00 346+00 S S F HT T T TF HSS T 100'50'0 SCALE IN FEET CIVIL34 PP-02 LEGEND LINE LPCONCRETE REPLACEMENT PAVEMENT REMOVAL/REPLACEMENT LIMITS OF TRENCH / FULL DEPTH SEAL COAT PAVING PLAN (2 OF 2)PROPOSED LINE LP ASPHALT TO REMAINMATCH LINE 334+00PAYMENT WILL BE SUBSIDIARY TO OTHER ITEMS. PIPELINE AND VALLEY GUTTER CONSTRUCTION. PEDESTRIAN BRIDGE AND REINSTALL AFTER CONTRACTOR SHALL TEMPORARILY RELOCATE PAVING NOTES. NOTE: SEE SHEET PP-01 FOR PROPOSED LINE LP REPLACEMENT PROPOSED VALLEY GUTTER 20' UUE100' DRE150' DRE60' DRE35' DRE64' ROWEASEMENTPERMANENT USE20' PROPOSEDEASEMENTPERMANENT USE20' PROPOSEDCONSTRUCTION EASEMENTPROPOSED TEMPORARY64' ULTIMATE ROW/119' DREREPLACEMENT PROPOSED VALLEY GUTTER 10' V.G.PROPOSED RIPRAP AUBURN ST WINSTON AVE01/31/2020 181.63'861.81' 156.42' POTSTA.200+00.00200 +00201+00PI STA.201+81.63 202+00 203+00 204+00 205+00 206+00 207+00 208+00 209+00 210+00 PI STA.210+43.44211+00 POTSTA.211+99.86SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PP-PAV03.dgnIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:07:22 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\3. Roadway\CV-TRT-PP-PAV03.dgn100.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:07:22 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\3. Roadway\CV-TRT-PP-PAV03.dgnProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020HOLE #15 BORE W ST FO E FO ST EE E WM 100'50'0 SCALE IN FEET CIVIL35 PP-03 PAVING NOTES. SEE SHEET PP-01 FORNOTE:LINE RLEGEND DRIVEWAY REPLACEMENT PAVING PLAN OF ACCESS AND USE20' PERMANENT RIGHTRIGHT OF USECONSTRUCTION75' TEMPORARY(RE: D-05) REPLACEMENT PROPOSED DRIVEWAY REMOVAL AND RECONSTRUCTION. TEXAS TECH REGARDING DRIVEWAY CONTRACTOR SHALL COORDINATE WITH 4TH ST (FM 2255)QUAKER AVEAND GUTTER SECTION SHALL REMAIN EXISTING CONCRETE CURB RADII 01/31/2020 204.93' 390.81'38.03'POTSTA.100+00.00100+00 101+00 102+00PI STA.102+04.93103+00 104+00 105+00 PI STA.105+95.74106+00PI STA.106+33.77107+00 108+00 109+00 110+00 111+00 112+00 SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PP-PAV04.dgnIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:07:26 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\3. Roadway\CV-TRT-PP-PAV04.dgn100.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:07:26 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\3. Roadway\CV-TRT-PP-PAV04.dgnProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/20203 2 154 FH TOLEDO AVE1,998.40' 112+00 113+00 114+00 115+00 116+00 117+00 118+00 119+00 120+00 121+00 122+00 123+00 124+00 FH 17TH STREET 437.36'124+00125+00126+00PI STA.126+32.18128+00 129+00 130+00 PI STA.130+69.53131+00132+00133+00127+00 76668555212121SS1011FHWM17TH STREET16TH STREETRALEIGH AVE 627.83'199.59'82.64' 133+00 134+00 135+00 136+00 PI STA.136+97.36137+00138+00PI STA.138+96.95139+00 POTSTA.139+79.593 24 3 24 1 1 1 V 895 P 195CITY OF LUBBOCKSS T ST G 100'50'0 SCALE IN FEET CIVIL36 PP-04 PAVING PLAN17TH ST16TH STQUAKER AVERALEIGH AVE TOLEDO AVEUTICA AVESALEM AVE16TH ST LINE HLEGEND CONCRETE REPLACEMENT WALKING PATH REPLACEMENT PAVEMENT REMOVAL/REPLACEMENT LIMITS OF TRENCH / FULL DEPTH SEAL COATMATCH LINE 112+00MATCH LINE 124+00MATCH LINE 112+00MATCH LINE 124+00 MATCH LINE 133+00MATCH LINE 133+00 17TH ST UTI C A DR 17TH ST INSET "B" (ARTERIAL). SEE SHEET D-02. AVENUE SHALL BE IN ACCORDANCE WITH 2. PAVEMENT REPAIR SECTION IN QUAKER SEE SHEET PP-01 FOR PAVING NOTES.1. NOTES: PROPOSED LINE H PROPOSED LINE H PROPOSED LINE H PROPOSED LINE H (RE: D-06) GUTTER REPLACE VALLEY (RE: PD-01) PATH REPLACEMENT LIMITS OF PARK (RE: D-06) GUTTER REPLACE VALLEY (RE: D-06) GUTTER REPLACE VALLEY (RE: D-08) AND GUTTER REPLACE CURB (RE: D-02) LIMITS OF TRENCH (RE: D-02) LIMITS OF TRENCH (RE: D-02) LIMITS OF TRENCH (RE: D-02) LIMITS OF TRENCH20.00'(RE: D-08) 186 LF AND GUTTER REPLACE CURB (RE: PD-03, D-09) 185 SY REPLACE SIDEWALK 01/31/2020 ENDSIDETOP PLAN 1 2 CABLE CABLE MIN.2 UNIT APPROVED SUBGRADE AS REQUIRED(NOMINAL DIMENSION) 8' REVETMENT WASHER REVETMENT CABLE SLEEVE REVETMENT CABLE 1'-1"11 1/2"6"6"SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PP-DET04.dgnIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:07:30 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\5. Drainage\CV-TRT-PP-DET04.dgn4.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:07:30 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\5. Drainage\CV-TRT-PP-DET04.dgnProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE1/29/2020ELEVATION A STORM SEWER PROPOSED 24" ID ELEVATION B CIVILAS SPECIFIED GEOTEXTILE SMOOTH SURFACE 37 INLET STRUCTURE DETAILSS-01 (1 OF 2)ELEVATION C ELEVATION D (TYP) 4" WEIR (TURN ENDS UP) GEOTEXTILE AS SPECIFIED GROUT 4,000 PSI CONCRET (OR APPROVED EQUAL) CONCRETE MATRESS ARMORFLEX SHEETS SHOWN ON INLET GRADING AS SPECIFIED TO LIMITS CONCRETE MATTRESS ARMORFLEX CLASS S-5 COVER NEEDS WATERTIGHT MH IDENTIFICATION OF SEE PP SHEETS FOR MANHOLE COVER STORM SEWER 60" CITY OF LUBBOCK UNDISTURBED SOIL 1 S-01 NOT TO SCALE INLET STRUCTURE PLAN 100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTERNOT TO SCALE 3 S-01 INLET STRUCTURE ELEVATION 2 S-01 NOT TO SCALE ARMORFLEX CONCRETE MATTRESS LOCATIONINLET NAMELOCATION BORINGNEAREST AELEVATION ELEVATION B CELEVATION DELEVATION 045LAKE HIGGINBOTHAM B17 3233.53 3234.11 3239.25 3240.00 046LAKE RUSH B15 3218.52 3219.10 3225.34 3227.34 047LAKE SLIDENORTH B7 3228.56 3229.14 3239.60 3241.60 071LAKE WALMART B1 3247.92 3248.50 3253.50 3255.50 MIRAFI 1160N MIRAFI 1160N FILTERWEAVE 400 GEOTEXTILE FILTERWEAVE 400"213'-6"213'-612'-1"5'-0"2'-10""2 14'-2'-10"1'-2"1'-2" "2 13'-65'-0""2 13'-6 3'-0"8"8"8"6"4"4"4"01/31/2020 SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PP-DET04b.dgnIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 30, 2020 - 02:48:35 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\5. Drainage\CV-TRT-PP-DET04b.dgn2.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 30, 2020 - 02:48:35 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\5. Drainage\CV-TRT-PP-DET04b.dgnProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE1/29/2020DETAIL NOTES: CIVIL38 INLET STRUCTURAL DETAILS(2 OF 2)S-02 EF (TYP) 2" CLEAR SEE NOTE 2 12" C/C (TYP) #5 x 80" @ 3 S-02 (TYP) SEE NOTE 2 BAR @ 12" C/C #5 x 42" BENT RE: SECTION FTG EDGE OF HORIZONTAL REINFORCING. 2. AT WEIR OPENINGS PROVIDE TWO LAYERS LOCATION AND ORIENTATION OF INLETS. 1. COORDINATE WITH CIVIL DRAWINGS FOR OPENINGOPENING5S-02(3) #5 42"x42" DOWELS (2) #5 42"x10" DOWELS WEIR BEYOND T&B 2" CLEAR (TYP ALL SIDES) WEIR OPENING8"8"C/C T&B #5 @ 12"8"8"4"4"4"(RE: PLAN) #5 @ 12", EF C/C EF #5 @ 12" 2" CLEAR 3" CLEAR 12" C/C #5 @ #5 @ 12", FF 4 S-02 (TYP) (TYP) 3" CLEAR OPENING (TYP)(TYP)(TYP) FRAME AND LID 60" Ø MANHOLE (TYP)(TYP) OF OPENING, T&B ADDITIONAL #5 @ ES REINFORCEMENT EXTERIOR FACE SIMILAR TO WALL REINFORCEMENT, PERIMETER OF SLAB 4'4'0 "=1'-08 3 "=1'-0"4 3 1'0 1'3'2' SOIL UNDISTURBED 12" C/C #5 @ T&B 2" CLEAR BAR @ EF (TYP) #5 @ 78" ADDITIONAL (TYP) @ 12" C/C EF #5 x 54" DOWEL ELEVATION JOINT @ THIS CONSTRUCTION HORIZONTAL REINFORCEMENT TYP VERTICAL SOILS EXCAVATED ON-SITE COMPACTED EDGES (TYP) ON EXPOSED 3/4" CHAMFER EXCAVATION LIMITS OF ℄ (NO FILL BELOW PIPE OR FLOWABLE LEAN CONCRETE 2. DO NOT ENCASE RESTRAINED OR UNRESTRAINED COUPLINGS. OUTSIDE DIAMETER. PIPE SHALL NOT BE LESS THAN 2'-0" PLUS THE WIDTH OF PIPE 1'-0", WHICHEVER IS GREATER. THE WIDTH OF FILL BELOW EXCAVATION, BUT NOT LESS THAN THE PIPE DIAMETER OR 1. CONCRETE FILL SHALL EXTEND TO THE LIMITS OF THE DETAIL NOTE: STORM SEWER PIPE STORM SEWER PIPE PENETRATION BEYOND STORM SEWER PIPE LID (NOT SHOWN THIS VIEW) 60" Ø MANHOLE FRAME AND DESNECILREENIGNELANOISSEFORS TATEOSA XETFP 94584PETER A. BARTELS1 S-02 SCALE: 3/8"=1'-0" FOUNDATION PLAN 2 S-02 SCALE: 3/8"=1'-0" TOP PLAN 6 S-02 NOT TO SCALE PIPE PENETRATION DETAIL BEFORE PLACEMENT OF MUD SLAB. BEARING SURFACE IS FREE OF LOOSE AND/OR DELETERIOUS MATERIAL COMPLETED. THE GEOTECHNICAL ENGINEER SHALL VERIFY THAT THE 4. 3”MUD SLABS SHALL BE PLACED THE SAME DAY EXCAVATION IS A GEOTECHNICAL PROFESSIONAL ENGINEER. BEARING SURFACE. SUITABLE BEARING MATERIAL SHALL BE VERIFIED BY EXCAVATIONS. REMOVE ANY AND ALL LOOSE DEBRIS FROM EXPOSED 3. ALL FOUNDATIONS SHALL BEAR ON SOUND, UNDISTURBED, LEVEL 2. FOUNDATION ALLOWABLE NET BEARING PRESSURE IS 1500 PSF. PREPARED BY TERRACON (TERRACON PROJECT NO. AR185063). STREET & LOOP 289; LUBBOCK, TEXAS” DATED APRIL 11, 2019; NORTHWEST LUBBOCK DRAINAGE IMPROVEMENT PROJECT PHASE 3; 4TH 1. DESIGN IN ACCORDANCE WITH “GEOTECHNICAL ENGINEERING REPORT; FOUNDATION 4. ALL REINFORCING SHALL BE CONTINUOUS. UNLESS NOTED OTHERWISE. 3. HOOKS SHOWN ON DRAWINGS ARE STANDARD HOOKS PER ACI 318, NOTED. FORMS OR TOOLED TO 3/4" RADIUS ON SLABS UNLESS OTHERWISE 2. ALL EXPOSED EDGES OF CONCRETE SHALL BE CHAMFERED 3/4" INSIDE ACCORDANCE WITH ASTM A615, GRADE 60, DEFORMED. 4,000 PSI, UNLESS OTHERWISE NOTED. REINFORCING SHALL BE IN 1. CONCRETE SHALL HAVE A MINIMUM 28-DAY COMPRESSIVE STRENGTH OF CONCRETE DETERMINATION OF QUANTITIES, LENGTHS, OR FIT OF MATERIALS. 3. PLANS, SECTIONS, AND DETAILS ARE NOT TO BE SCALED FOR 2. LIVE LOAD, INTAKE TOP SLAB: 100 PSF FABRICATION OR CONSTRUCTION. CONTACT THE ENGINEER FOR GUIDANCE BEFORE PROCEEDING WITH IN CASE OF CONFLICT WITH SAFETY OR APPLICABLE REGULATIONS, RELIEVE THE CONTRACTOR OF COMPLIANCE WITH THESE REQUIREMENTS. TO CONFLICT WITH SAFETY OR APPLICABLE REGULATIONS OR TO OSHA, STATE, AND LOCAL REGULATIONS. THIS DESIGN IS NOT INTENDED 1. CONSTRUCTION ACTIVITIES SHALL BE IN ACCORDANCE WITH APPLICABLE GENERAL STRUCTURAL NOTES: 3 S-02 SCALE: 3/8"=1'-0" SECTION 4 S-02 SCALE: 3/4"=1'-0" DETAIL 5 S-02 SCALE: 3/4"=1'-0" DETAIL GROUT TO PIPE FLOWLINE 3" CLEAR (TYP) 10%10% JOINT CONSTRUCTION PABBARS @ TOP (TYP) #5 x 96" DIAGONAL MUD SLAB 4 5 ° (TYP)12'-1"14'-1"1'-0"14'-1" 1'-0"(TYP) "2 13'-6 (TYP) 5'-0" (TYP) "2 13'-6 1'-0"3'-0"1'-0" 12'-1" (TYP) 9'-9" (TYP) 5'-0" (TYP)(TYP)14"1'-2"1'-2"TYPEQTYPEQMIN 1'-0"1'-2"RE: NOTE 1 1'-0"SEE TABLE (RE: S-01)01/30/2020 SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PP-DET01.shtIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:07:36 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\5. Drainage\CV-TRT-PP-DET01.sht2.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:07:36 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\5. Drainage\CV-TRT-PP-DET01.shtProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020 CIVIL39 TRENCH DETAILSD-01 INCREASE TO 9" FOUNDATION IN TRENCH THICKNESS. IF ROCK 6" MIN. ROCK BEDDING (MATCH EXIST.)SUBGRADEBASE MATERIAL/(MATCH EXIST.) PAVEMENT OF TRENCH BACKFILL TO BOTTOM CEMENT STABILIZED SPRING LINE SAND BEDDING UNCOMPACTED LOOSELY PLACEDI.D.BACKFILL COMPACTED(MATCH EXIST.)SUBGRADEBASE MATERIAL/(MATCH EXIST.) PAVEMENT SPRING LINEI.D.95% MODIFIED PROCTOR. MUST NOT BE LESS THAN THE OF PIPE STIFFNESS. COMPACTION MATERIAL ALONG WITH CHOICE CHOICE OF PIPE ZONE BACKFILL PIPE MANUFACTURER TO SUBMIT 6" (MIN.) 0.7 x O.D. BACKFILL COMPACTED(MATCH EXIST.)SUBGRADEBASE MATERIAL/BACKFILL COMPACTED NOTE: ACHIEVE PLACEMENT IN CENTER OF PIPE OR BOX JOINT LENGTH. 200 FOOT TRENCH DAM SPACING REQUIREMENT IN ORDER TO LENGTH. SPACING MAY VARY PLUS OR MINUS 20 FEET FROM THE TRENCH DAM IS TO BE LOCATED IN CENTER OF PIPE OR BOX JOINT LONGITUDINAL PIPE AXIS OF PIPE BASED ON TYPE BACKFILL CEMENT STABILIZED SAND BEDDING 200 FEET AS SPEC. PLACE TRENCH DAM AT EVERY EXTEND CSB TO TRENCH BOTTOM BENCHED TRENCHES AND INITIAL BACKFILL ON INFORMATION ON BEDDING TRENCH DETAILS FOR REFER TO STANDARD (MATCH EXIST.) PAVEMENT PERMISSIBLE)(MAXMANUFACTURER MATERIAL PER INITIAL BACKFILL MANUFACTURER PIPE BEDDING PER REQUIREMENTS ON PAVEMENT REPAIR. SECTION OF SPECIFICATIONS FOR SEE MEASUREMENT AND PAYMENT TO BE STRIPPED OUT AND REPLACED. ADDITIONAL ASPHALT MAY NEED 2. MINIMUM BENCH WIDTH SHOWN. BENCH SLOPED OR SHORED. ABOVE EXISTING GRADE UNLESS 1. TRENCH OPERATOR MUST REMAIN NOTE: 1 NOT TO SCALE BENCHED TRENCH DETAIL D-01 2 NOT TO SCALED-01 STANDARD TRENCH DETAIL FLEXIBLE PIPE 3 NOT TO SCALED-01 STANDARD TRENCH DETAIL PRECAST REINFORCED CONCRETE PIPE 4 NOT TO SCALED-01 TRENCH DAM DETAIL NOTES: 8) 7) 6) 5) 4) 3) 2) 1) PP-04 FOR PAVEMENT REPAIR LIMITS. PAVEMENT REPAIR DETAILS, AND SHEETS PP-01 THROUGH FOR TRENCHES IN PAVED AREAS, SEE SHEET D-02 FOR TRENCH DAM DETAIL THIS SHEET. PLACE TRENCH IN DAM AT EVERY 200-LF ACCORDING TO CSB MEANS CEMENT STABILIZED BACKFILL BOTTOM OF TRENCH. METHODS (TRENCH, CUT AND COVER, ETC.) IS 50 FEET TO MAXIMUM DEPTH PERMISSIBLE FOR OPEN CUT EXCAVATION MODIFIED PROCTOR DENSITY. TRENCH BACKFILL TO BE COMPACTED TO 95% ASTM D1557 MATERIAL. CEMENT STABILIZED BACKFILL TO BOTTOM OF STREET BASE UNDER STREETS CANNOT BE ACHIEVED, BACKFILL TRENCH WITH IN SPECIFIED TRENCH OR EXCAVATION BACKFILL COMPACTION REQUIRED FOR STREET REPAIR. SEE PAVEMENT/BASE CROSS SECTION FOR MATERIAL DEPTHS AND ROW SECTIONS FOR ASPHALT REPLACEMENT AND SALVAGE. SEE GENERAL NOTES, SHEETS G-01 AND G-02, AND STREET NATURAL GROUND TYPICAL SECTION UNDER (SEE NOTE 8) UNDER PAVEMENT TYPICAL SECTION (SEE NOTE 8) UNDER PAVEMENT TYPICAL SECTION NATURAL GROUND TYPICAL SECTION UNDER (SEE NOTE 8) UNDER PAVEMENT TYPICAL SECTION NATURAL GROUND TYPICAL SECTION UNDER 14) 13) 12) 11) 10) 9) ADDITIONAL COMPENSATION. STABILIZED BACKFILL BEYOND THE MINIMUM REQUIRED AT NO CONTRACTOR HAS THE OPTION OF UTILIZING ADDITIONAL CEMENT EITHER BE MARAFI FILTERWEAVE 700X, OR APPROVED EQUAL. ACCORDANCE WITH ASTM D-4632. THE FABRIC USED SHALL MINIMUM TENSILE STRENGTH OF 370 x 250 lbs WHEN TESTED IN FILTER USED TO WRAP CRUSHED AGGREGATE SHALL HAVE A PROCTOR DENSITY. MIMIMUM COMPACTION SHALL BE NO LESS THAN 95% MODIFIED - IF A MATERIAL REQUIRING COMPACTION IS CHOSEN, THE SULFATE SOUNDNESS TEST AS SPECIFIED IN ASTM C 33. THAN 20% WHEN SUBJECTED TO FIVE CYCLES OF THE SODIUM WITH ASTM C 131. IT MUST NOT SHOW A TOTAL LOSS GREATER SHOW WEAR EXCEEDING 45% WHEN TESTED IN ACCORDANCE CONFORM TO GRADATION OF ASTM C 33, SIZE 67. IT MUST NOT - IF CRUSHED AGGREGATE IS CHOSEN, THE MATERIAL MUST NOTES ON PIPE ZONE MATERIALS FOR FLEXIBLE PIPE: PRIOR TO THE NEXT LIFT OF BACKFILL. ALLOW 24-HR SET UP TIME FOR CEMENT STABILIZED BACKFILL TOPSOIL TO BE SALVAGED IN ACCORDANCE WITH SPECIFICATIONS. CONCRETE. FLEXIBLE PIPE MEANS ANY PIPE MATERIAL OTHER THAN 2'-0" MIN. 24" (MAX.) 12" (MIN.) WIDTH 6" TRANSITION O.D./3 O.D. + 4'-0" (MAX.) O.D. + 2'-0" (MIN.) WIDTH 6" TRANSITION O.D. + 4'-0" (MAX.) O.D. + 2'-0" (MIN.) WIDTH 6" TRANSITION 6" (MIN.)24" (MAX.) 12" (MIN.) 22' (APPROX. - SEE NOTE 2)13'-0"37'-0" (MAX)50'-0" OVERALL MAX PERMISSIBLE VIA OPEN CUT METHOD01/31/2020 SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PP-DET01A.shtIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:07:37 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\5. Drainage\CV-TRT-PP-DET01A.sht2.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:07:37 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\5. Drainage\CV-TRT-PP-DET01A.shtProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020 CIVIL40 D-02 EXISTING SUBGRADE EXISTING BASE EXISTING HMAC TREAT WITH TACK COAT SAWCUT EXISTING PAVEMENT TRENCH BACKFILL PRIME COATPAYMENT MEASUREMENT AND WIDER IF SHOWN IN TRENCH DETAIL FOR BENCHED INSET "A" TRENCH DETAIL FOR STANDARD INSET "A"TRENCH PAVEMENT REPAIR DETAILS1 NOT TO SCALED-02 BENCHED TRENCH PAVEMENT REPAIR DETAIL 2 NOT TO SCALED-02 STANDARD TRENCH PAVEMENT REPAIR DETAIL 3 NOT TO SCALED-02 PAYMENT MEASUREMENT AND WIDER IF SHOWN IN EXCEPT AS INDICATED IN LINE H PAVING PLANS GUTTER ON HIGGINBOTHAM AND 17TH LATERAL CONTRACTOR SHALL AVOID IMPACTING CURB AND EXISTING SUBGRADE EXISTING BASE EXISTING HMAC TREAT WITH TACK COAT SAWCUT EXISTING PAVEMENT TRENCH BACKFILL PRIME COAT 4 NOT TO SCALED-02 NEW HMAC TY-D (6" CALICHE) NEW BASE NEW HMAC TY C (6" CALICHE) NEW BASE 9" ASB FLEX BASE INSET "B" (ARTERIAL) INSET "A" (RESIDENTIAL) 6" 6" SPEC. 01020.11 FOR MAXIMUM PAVEMENT REPAIR WIDTHS SEE PP-01 THROUGH PP-04 AND MEASUREMENT AND PAVEMENT SPEC. 01020.11 FOR MAXIMUM PAVEMENT REPAIR WIDTHS SEE PP-01 THROUGH PP-04 AND MEASUREMENT AND PAVEMENT 6" 6" TRENCH WIDTH + 12" MIN. TRENCH WIDTH TRENCH WIDTH + 12" MIN. TRENCH WIDTH 01/31/2020 SIDE VIEW SIDE VIEW SIDE VIEW MINIMUM STEEL CASING PIPE THICKNESS CASING DIAMETER WALL THICKNESS 4''-24''0.25'' 25''-42''0.375'' 43''-60''0.5'' CARRIER AND CASING PIPE DIMENSION SCHEDULE PIPE ID CARRIER NOMINAL CARRIER OD HOBAS (CCFRPM) ID CASING STEEL RCP OD ID CASING STEEL HDDP OD SANITITE ADS ID CASING STEEL 24''25.8''42''30''48''28.2''42'' 30''32''48''37''54''35.6''48'' PERIMETER OF BORE TABLE FOR SIZES) STEEL CASING (SEE STEEL CASING. PRESSURE GROUT AROUND FOR SIZES) (SEE TABLE CARRIER PIPE SPECIFICATIONS PER MANUFACTURER LININGS & PLASTIC RUNNERS STEEL BANDS W/ PLASTIC PIPE REINFORCED CONCRETE TO 1/4"x6" ROLLED STEEL WELDED TO 2" PIPE AND 1/4"x4"x4" STEEL PLATE NUT WELDED TO PIPE TO 1-1/2" Ø BOLT DOUBLE NUT WELDED TO NUT 1/4"x4"x4" STEEL PLATE 1-1/2"Ø BOLT 2" PIPE STEEL PLATE 1/4"x6" ROLLED CASING 6"6"OF PIPEVERTICAL kCONTRACTOR & PIPE SUPPLIER NUMBER & SPACING OF INSULATING SPACERS TO BE DETERMINED BY PIPE WEEP HOLE AT LOW END OF CASING 1 2 JOINT MATERIAL " EXPANSION SEAL ENDS OF CASING WITH MORTARED BRICK NOMINAL CASING PIPE I.D. CARRIER PIPE CONTRACTOR & PIPE SUPPLIER NUMBER & SPACING OF INSULATING SPACERS TO BE DETERMINED BY PIPE WEEP HOLE AT LOW END OF CASING 1 2 JOINT MATERIAL " EXPANSION SEAL ENDS OF CASING WITH MORTARED BRICK NOMINAL CASING PIPE I.D. CARRIER PIPE CONTRACTOR & PIPE SUPPLIER NUMBER & SPACING OF INSULATING SPACERS TO BE DETERMINED BY PIPE WEEP HOLE AT LOW END OF CASING 1 2 JOINT MATERIAL " EXPANSION SEAL ENDS OF CASING WITH MORTARED BRICK NOMINAL CASING PIPE I.D. CARRIER PIPE (PUSH STUB) JOINT PROTECTION TABLE FOR SIZES) CASING PIPE (SEE MAX. 1-1/2" GAP BETWEEN SPACER AND CASING PIPE OR TUNNEL LINER PLATE. TABLE FOR SIZES) CARRIER PIPE (SEE FOR 4,500 LBS/FOOT OF PIPE & MINIMUM LOAD CAPACITY RATED STAINLESS STEEL BANDS SPACING INSULATING PIPELINE SPACER W/304 FILL SPACE BETWEEN CASING PIPE OR TUNNEL LINER AND CARRIER PIPE WITH CELLULAR GROUT INSTALLATION OR TUNNEL LINER AFTER OUTSIDE OF CASING PIPE PRESSURE GROUT SPACE PERIMETER OF BORE TABLE FOR SIZES) STEEL CASING (SEE STEEL CASING. PRESSURE GROUT AROUND FOR SIZES) (SEE TABLE CARRIER PIPE SPECIFICATIONS PER MANUFACTURER LININGS & PLASTIC RUNNERS STEEL BANDS W/ PLASTIC 1 NOT TO SCALED-03 TYPICAL INSTALLATION IN CASING PIPE FOR REINFORCED CONCRETE PIPE 4 NOT TO SCALED-03 TYPICAL INSTALLATION IN CASING PIPE 6 NOT TO SCALED-03 TYPICAL INSTALLATION IN CASING PIPE FOR FIBERGLASS REINFORCED PIPE FOR HDPE PIPE 2 NOT TO SCALED-03 END VIEW - RCP 4. JOINTS IN TUNNEL SHALL BE MECHANICALLY RESTRAINED. PIPE FROM FLOATING DURING GROUTING OF ANNULAR SPACE. 3. CONTRACTOR SHALL BE RESPONSIBLE FOR PREVENTING END OF TUNNEL 2. FURNISH AND INSTALL INSULATING END SEAL AT EACH IN LIEU OF PREFABRICATED CASING SPACERS. SUBMIT OTHER CARRIER PIPE SUPPORTS FOR APPROVAL 1. CONTRACTOR MAY USE MORTAR OVER COAT OR MAY NOTES: 3 NOT TO SCALED-03 HOLD DOWN JACK DETAIL 3. JOINTS IN TUNNEL SHALL BE MECHANICALLY RESTRAINED. PIPE FROM FLOATING DURING GROUTING OF ANNULAR SPACE. 2. CONTRACTOR SHALL BE RESPONSIBLE FOR PREVENTING END OF TUNNEL 1. FURNISH AND INSTALL INSULATING END SEAL AT EACH NOTES: 5 NOT TO SCALED-03 END VIEW - FRP 3. JOINTS IN TUNNEL SHALL BE MECHANICALLY RESTRAINED. PIPE FROM FLOATING DURING GROUTING OF ANNULAR SPACE. 2. CONTRACTOR SHALL BE RESPONSIBLE FOR PREVENTING END OF TUNNEL 1. FURNISH AND INSTALL INSULATING END SEAL AT EACH NOTES: 7 NOT TO SCALED-03 END VIEW - HDPE SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PP-DET02.shtIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:07:38 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\5. Drainage\CV-TRT-PP-DET02.sht2.550 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:07:38 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\5. Drainage\CV-TRT-PP-DET02.shtProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020CIVIL41 D-03 OTHER THAN OPEN CUT DETAILSDETERMINED BY PIPE CONTRACTOR AND PIPE SUPPLIER. NUMBER AND SPACING OF INSULATING SPACERS TO BE MAX. 2'-0" 8" 8" MAX. 2'-0" 8"01/31/2020 SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PP-DET06.shtIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:07:40 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\5. Drainage\CV-TRT-PP-DET06.sht2.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:07:40 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\5. Drainage\CV-TRT-PP-DET06.shtProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020CIVIL42 D-04 MANHOLE DETAILS (1 OF 2)S206-34 S206-34 C1 34" DIA. FRP STUB. W/ KOR-N-SEAL BOOT F/ 24" DIA. CONCRETE PIPE 6" 6"B1 34" DIA. FRP STUB. W/ KOR-N-SEAL BOOT F/ 24" DIA. CONCRETE PIPE A2 GALV. STL. LIFTING LUGS REINFORCED FRP BTM. W/ ANTI-FLOTATION 32"I.D. 60" I.D. VARIES REF. 12" RIM EL. 66" O.D. 1/2"WALL 12" 7" A 1'6" FRP CHANNEL SUPPORT B 6" B C 6" 12" 7" C A A 78"ODX1/2" THK. FLG. 2 NOT TO SCALED-04 60" DIAMETER FRP MANHOLE DETAIL MAY BE USED THROUGHOUT THIS PROJECT AT THE CONTRACTORS DISCRETION. TYPICAL FIBERGLASS RISER SECTIONS. CONCRETE OR FIBERGLASS RISERS 1. THIS SHEET SHOWS TYPICAL CONCRETE RISER SECTIONS AS WELL AS GENERAL NOTES: INSTALLATION OF EQUIPMENT. REQUEST THE INSTRUCTIONS BEFORE PROCEEDING WITH UNLOADING, HANDLING AND OTHERWISE NOTED. IT IS THE CUSTOMERS' REPRESENTATIVE'S RESPONSIBILITY TO 2. HANDLING AND INSTALLATION SHALL COMPLY WITH WRITTEN INSTRUCTIONS UNLESS D-3753 SPEC'S CURRENT EDITION. 1. MANHOLES DESIGNED AND FABRICATED IN GENERAL ACCORDANCE WITH A.S.T.M. NOTES: 4. ALL PVC PIPE AND FITTINGS SHALL BE ASTM F679. CHESTERTON ARC 791 AT 250 MILS THICKNESS. 3. COAT ALL EXPOSED CONCRETE, INCLUDING GROUTED BASE, WITH FOR THE PLUNGE POOL DROP MANHOLE. 2. CLEANOUT MANHOLE IS SUBSIDIARY TO AND INCLUDED IN THE BID ITEM 1. ANTI FLOTATION RING ANCHORED TO REINFORCED CONCRETE SLAB WITH NOTES: 1 NOT TO SCALED-04 PLUNGE POOL DROP MANHOLE 1 1 45° PVC WYE TURNED DOWN WITH 36" TEE ON TOP FOR TEE BASE MANHOLE AND COVER BOLTED TO MANHOLE. 60" DIA MANHOLE STANDARD MANHOLE RING STANDARD TEE BASE MANHOLE EXTEND REINFORCED CONCRETE SEE NOTE 2 ENCASEMENT TO BOTTOM OF WYE, 24" PIPE CONCRETE ENCASE MIN 5 LF FITTING 2000 PSI CONCRETE SEAL SLAB 6'-0" SEE NOTE 1 18" THICK 4000 PSI CONCRETE PAD W/ #4 @ 6"C/C EW T&B 3'-0" 60" DIA MANHOLE 4. ALL PVC PIPE AND FITTINGS SHALL BE ASTM F679. CHESTERTON ARC 791 AT 250 MILS THICKNESS. 3. COAT ALL EXPOSED CONCRETE, INCLUDING GROUTED BASE, WITH FOR THE PLUNGE POOL DROP MANHOLE. 2. CLEANOUT MANHOLE IS SUBSIDIARY TO AND INCLUDED IN THE BID ITEM 1. ANTI FLOTATION RING ANCHORED TO REINFORCED CONCRETE SLAB WITH NOTES: FLOWABLE FILL FLOWABLE FILL OUTLET PIPE TO MATCH INVERT OF CROWN OF INLET PIPE 24" PIPE 24" PIPE 45° BEND 4" PIPE 10'-0"± 5'-0"±01/31/2020 SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PP-DET07.shtIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:07:41 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\5. Drainage\CV-TRT-PP-DET07.sht2.550 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:07:41 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\5. Drainage\CV-TRT-PP-DET07.shtProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020 CIVIL43 D-05 MANHOLE DETAILS (2 OF 2)APPROVED PIPE TO MANHOLE CONNECTIONS (FLEXIBLE WALL PIPE)3" MIN6""C""C" THE LARGER PIPE DIAMETER. FOR PIPE SIZES 15" AND LARGER, INVERT SHALL BE EQUAL TO FOR 5' I.D. = 1,325 LBS. / VT. FT. ESTIMATED WEIGHT OF RISER AND SECTIONS: FOR 5' I.D.=7,500 LBS. AVERAGE WEIGHT OF 24" DEPTH BASE W/8" INVERT: REINFORCING: MEETS OR EXCEEDS ASTM C478 REQUIREMENTS. CONCRETE: 5,000 PSI, 28 DAY STRENGTH. HOLES AS SPECIFIED: FOR 5' I.D. MAX DIAMETER = 40" PIPE SIZE I.D. "A" O.D. "B" WALL THK. "C" 5'5'-0"6'-0"6" PIPE CONNECTIONS GASKETS AT ALL WATER-TIGHT AT ALL 5' Ø JOINTS RUBBER GASKETS OF 1" PER 12" "U"-SHAPED: SLOPED MIN. INVERT CHANNEL - SHALL BE AT ALL 4' Ø JOINTS RUBBER GASKETS CONCENTRIC CONE ILLUSTRATED: MATERIALS AND FEATURES "CITY OF LUBBOCK STORM SEWER" (314 LBS MIN. TOTAL WEIGHT) STAMPED BOLT HOLES (4 MIN.) OR APPROVED EQUAL TIGHT MANHOLE LID AND FRAME WITH 1" ANCHOR TIGHT MANHOLE) REQUIRED FOR WATER EQUAL (COUBLE SEALANT SEALANT OR APPROVED CONSEAL CS-202 BUTYL HILTI: KWIK BOLT II SYSTEM. HILTI: HVA SYSTEM OR EMBEDMENT SHALL BE 3,000 LB IN TENSION. PULLOUT FORCE REQUIRED PER BOLT FOR 3" 4 BOLTS EVENLY SPACED ON CIRCUMFERENCE MIN. ]EMBEDMENT INTO ECCENTRIC CONE SECTION. THREADED ROD WITH WASHER AND NUT. 3" MINIMUM 7/8" HILTI STAINLESS STEEL BOLT OR STAINLESS STEEL EACH END OF BAR 3" CLR. COVER LENGTH TO LEAVE 1-#4 AT 12" (TYP.) SPACED (TYP.) 2-#4 EVENLY W/ ANCHOR BOLTS HYDROPHILIC GASKET CIRCULAR PROFILE WALL MANHOLE8" MIN MIN12"AT 6" EW 2-#4 TYP WALL MANHOLE CONNECTOR PIPE PIPE JOINT APPROVED EQUAL) (CONSEAL, RAMNEK, OR PLASTIC GASKET MATERIAL ANNULUS WITH FLEXIBLE TIGHTLY PACK INTERIOR GASKET A-LOK CONNECTOR TIGHTENING BAND AND STAINLESS STEEL WS-30 PRESS SEAL GASKET CUT WIDTH 3/16"-5/16" CUT DEPTH 3/16"-5/16" LAPPED LEGS OF CROSS CUTS. FIBERGLASS PIPE TO HAVE OVER CROSS-CUT ROUGHENING OF FULL CIRCUMFERENCE EXTERIOR 6" PIPE ROUGHENING FOR OUTSIDE OF MANHOLE FEET TO FIRST JOINT NOR LESS THAN 2 MORE THAN 8 FEET USE WALL PIECE NOT FOR FIBERGLASS PIPE, FIBERGLASS PIPE. TO BE INTEGRAL TO BASE WALL. FLANGE CAST INTO MANHOLE PREVENTION FLANGE 360 33/64 PULL OUT OUTSIDE OF MANHOLE FEET TO FIRST JOINT NOR LESS THAN 2 MORE THAN 8 FEET USE WALL PIECE NOT FOR FIBERGLASS PIPE, 1 NOT TO SCALED-05 5' RCP MANHOLE NOT TO SCALED-05 2 WATERTIGHT MANHOLE DETAIL NOT TO SCALED-05 3 SMOOTH WALL PIPE OR CAST IN PLACE JUNCTION BOX NOT TO SCALED-05 4 CAST IN PLACE MANHOLE WALL SMOOTH WALL PRECAST OR NOT TO SCALED-05 5 CAST IN PLACE MANHOLE WALL SMOOTH WALL PIPE NOT TO SCALED-05 6 SMOOTH WALL FIBERGLASS PIPE MANHOLE WALL - ROUGHENEDMIN12"MIN 12" 36" 30" DIAMETER RISER 5'x5'x8" 4'x4'x8" COLLAR CONCRETE 12" MAX GRADE RINGS COLLAR 8" CONCRETE 12" MAX GRADE RINGS CONCRETE REINFORCED 12" TYP. #4X7" AT13" & 16"VARIES 8"VARIES 8" (TYP) 6"8" OR 12"6" (TYP) "A" "B" 4'-0" "B"01/31/2020 SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PP-DET1X.shtIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Mar. 19, 2020 - 11:41:48 AMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\5. Drainage\CV-TRT-PP-DET1X.sht3.000 ' / in.Plot Scale:MicroStation V8 User:Date: Mar. 19, 2020 - 11:41:48 AM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\5. Drainage\CV-TRT-PP-DET1X.shtProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020UTILITYCIVIL44 CROSSING DETAILSD-06 PIPE ZONE TO ABOVE BACKFILL COMPACT LIMITS OF EXCAVATION BY CONTRACTOR EXISTING WATER LINE GROUND EXISTING (NO LESS THAN 12") PIPE DIAMETER UTILITY DETECTION TAPE REPLACE DAMAGED 1 NOT TO SCALE TRENCH DETAIL EXISTING CROSSING TRENCH BACKFILL RE: D-01 FOR D-06 [TCEQ i217.53.(d).(3).(B).(ii)] (EXISTING WATER OVER NEW NON PRESSURE RATED STORM DRAIN) SPECIFICATIONS LUBBOCK MINIMUM DESIGN STANDARDS AND AND SEWER LINES ACCORDING TO CITY OF CONTRACTOR SHALL BACKFILL ABOVE WATER BASED ON FIELD CONDITIONS PIPE TRENCH IN BACKFILL STORM DRAIN NEW MIN24"MIN12"03/19/2020 SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PP-DET09.shtIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:07:44 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\5. Drainage\CV-TRT-PP-DET09.sht2.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:07:44 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\5. Drainage\CV-TRT-PP-DET09.shtProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020CIVIL45 D-07 CITY OF LUBBOCK STANDARD DETAILS(1 OF 3)01/31/2020 SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PP-DET10.shtIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:07:46 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\5. Drainage\CV-TRT-PP-DET10.sht2.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:07:46 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\5. Drainage\CV-TRT-PP-DET10.shtProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020CIVIL46 (2 OF 3)D-08 CITY OF LUBBOCK STANDARD DETAILS01/31/2020 SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PP-DET11.shtIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:07:49 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\5. Drainage\CV-TRT-PP-DET11.sht2.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:07:49 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\5. Drainage\CV-TRT-PP-DET11.shtProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020CIVIL47 (3 OF 3)D-09 CITY OF LUBBOCK STANDARD DETAILS01/31/2020 SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PP-DET12.shtIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:07:51 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\5. Drainage\CV-TRT-PP-DET12.sht2.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:07:51 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\5. Drainage\CV-TRT-PP-DET12.shtProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020 CIVIL48 D-10 RISER A WEIGHT 1'-0"1,675# 1'-6"2,525# 2'-0"3,375# 3'-0"5,050# WEIGHT 2,700# WYE INLET TOP OPTIONAL RISER SECTION WEIGHT 9,025# KNOCKOUT BASE (4 SIDES) 60"Ø TWKO 1 NOT TO SCALED-10 WYE INLET 5'x5' *18"Ø RING AND COVER LIGHT DUTY 8. NUMEROUS RING AND COVER OPTIONS ARE AVAILABLE. 7. STEPS NOT AVAILABLE. 6. NOT TRAFFIC RATED. JANUARY 2015. 5. PER TXDOT PRECAST BASE DETAIL TYPE 'PB' FINISHED GRADE. 4. MAX BURIAL DEPTH 25'-0" FROM INSIDE FLOOR TO EQ. ASTM A1064 WWR. 3. STEEL REINFORCEMENT: ASTM A615 GRADE 60 OR 2. MADE IN ACCORDANCE WITH ASTM C913. 1. MAX. PIPE CONNECTION: 48"Ø RCP AT 0° SKEW. NOTE: SIDE VIEW PLAN VIEW PRECAST WYE INLET DETAILS5'-6"6"5'-0"6"6"A6"6"1'-0"5'-0"6"6"6"5'-0"6"01/31/2020 SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PP-DET14.shtIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:07:54 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\5. Drainage\CV-TRT-PP-DET14.sht2.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:07:54 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\5. Drainage\CV-TRT-PP-DET14.shtProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020 CIVIL49 D-11 FRAME AND COVER (2) 24"Ø x 4" INLET 1 OUTLET 1 10'Ø I.D. 11'-11"Ø O.D. COUNT DESCRIPTION INSTALLED BY CONTRACTOR CONTRACTOR CONTRACTOR CONTRACTOR24"Ø x 4" FRAME & COVER, EJ#41600389, OR EQUIV. SEALANT FOR JOINTS STABILIZATION COLLAR CYLINDER EXTENSION 2400 micron, 5.6' O.D. x 5.42' SEP. SCREEN FIBERGLASS INLET AND CYLINDER1 1 2 1 1 2 SITE DESIGN DATA RATE WATER QUALITY FLOW 18.09 CFS SECTION A-A A SOLIDS STORAGE SUMP CYLINDER EXTENSION INLET 1 24"Ø RCP (36"Ø OPENING) OUTLET 1 24"Ø RCP (36"Ø OPENING) STABILIZATION COLLAR PERMANENT POOL ELEV. FIBERGLASS SEPARATION CYLINDER & INLET CONTRACTOR TO PROVIDE GRADE RING/RISER RIM ELEV. = 3261.78 ± TOP OF STRUCTURE ELEV. = 3260.62 INLET PIPE 1 INV. ELEV. = 3248.26 OUTLET PIPE 1 INV. ELEV. = 3248.21 OUTSIDE BOTTOM ELEV. 3237.37 CONTRACTOR TO GROUT TO FINISHED GRADE CYLINDER EXTENSION MAX FOOTPRINT = Ø11'-11" STRUCTURE IS DELIVERED IN 6 PIECES APPROXIMATE HEAVIEST PICK = 37000 LBS. STRUCTURE WEIGHT IT IS SUGGESTED THAT ALL JOINTS BELOW PIPE INVERTS ARE GROUTED. E. CONTRACTOR TO TAKE APPROPRIATE MEASURES TO ASSURE UNIT IS WATER TIGHT, HOLDING WATER TO FLOWLINE INVERT MINIMUM. PIPE CENTERLINES TO MATCH PIPE OPENING CENTERLINES. D. CONTRACTOR TO PROVIDE, INSTALL, AND GROUT INLET AND OUTLET PIPE(S). MATCH PIPE INVERTS WITH ELEVATIONS SHOWN. ALL C. CONTRACTOR TO INSTALL JOINT SEALANT BETWEEN ALL STRUCTURE SECTIONS AND ASSEMBLE STRUCTURE. STRUCTURE. B. CONTRACTOR TO PROVIDE EQUIPMENT WITH SUFFICIENT LIFTING AND REACH CAPACITY TO LIFT AND SET THE CDS MANHOLE SPECIFIED BY ENGINEER OF RECORD. A. ANY SUB-BASE, BACKFILL DEPTH, AND/OR ANTI-FLOTATION PROVISIONS ARE SITE-SPECIFIC DESIGN CONSIDERATIONS AND SHALL BE INSTALLATION NOTES 6. CDS STRUCTURE SHALL BE PRECAST CONCRETE CONFORMING TO ASTM C-478 AND AASHTO LOAD FACTOR DESIGN METHOD. REMOVE AND REPLACE AS NECESSARY DURING MAINTENANCE CLEANING. 5. IF REQUIRED, PVC HYDRAULIC SHEAR PLATE IS PLACED ON SHELF AT BOTTOM OF SCREEN CYLINDER. MEET AASHTO M306 AND BE CAST WITH THE MANUFACTURER LOGO. BELOW, THE OUTLET PIPE INVERT ELEVATION. ENGINEER OF RECORD TO CONFIRM ACTUAL GROUNDWATER ELEVATION. CASTINGS SHALL 4. STRUCTURE SHALL MEET AASHTO HS-20 LOAD RATING, ASSUMING EARTH COVER OF 0' - 2', AND GROUNDWATER ELEVATION AT, OR DRAWING. CONTRACTOR TO CONFIRM STRUCTURE MEETS REQUIREMENTS OF PROJECT. 3. CDS WATER QUALITY STRUCTURE SHALL BE IN ACCORDANCE WITH ALL DESIGN DATA AND INFORMATION CONTAINED IN THIS 2. FOR FABRICATION DRAWINGS WITH DETAILED STRUCTURE DIMENSIONS AND WEIGHT, PLEASE CONTACT THE MANUFACTURER. 1. MANUFACTURER TO PROVIDE ALL MATERIALS UNLESS NOTED OTHERWISE. GENERAL NOTES MANUFACTURER MANUFACTURER OIL BAFFLE SEPARATION SCREEN INSTALLED BY MANUFACTURER FIELD CONSULTANT ON SITE ◕ INTERNAL COMPONENTS COLLAR STABILIZATION SCREEN AND SUMP OPENING CENTER OF CDS STRUCTURE, FLOW AND CYLINDER FIBERGLASS INLET, FLOW90°90°MATERIAL LIST (PROVIDED BY MANUFACTURER) ELEVATION VIEW A PLAN VIEW WATER QUALITY STRUCTURE DETAILS10'-10"11'-11"Ø 5'-11"13' 6-3/4"1' 1-3/4"3'-9"4'-0"4'-0"3'-0"3'-5"01/31/2020 FLOWFLOWSEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PP-DET15.shtIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:07:55 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\5. Drainage\CV-TRT-PP-DET15.sht2.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:07:55 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\5. Drainage\CV-TRT-PP-DET15.shtProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020 CIVIL50 D-12 ELEV. = 3242.16 TOP OF STRUCTURE ELEV. 3222.90 OUTSIDE BOTTOM INV. ELEV. = 3233.74 INLET PIPE 1 INV. ELEV. = 3233.74 OUTLET PIPE 1 AA INLET 1OUTLET 1 3. CDS WATER QUALITY STRUCTURE SHALL BE IN ACCORDANCE WITH ALL DESIGN DATA AND INFORMATION CONTAINED IN THIS DRAWING. CONTRACTOR TO CONFIRM STRUCTURE MEETS REQUIREMENTS OF PROJECT. 4. STRUCTURE SHALL MEET AASHTO HS-20 LOAD RATING, ASSUMING EARTH COVER OF 0' - 2', AND GROUNDWATER ELEVATION AT, OR BELOW, THE OUTLET PIPE INVERT ELEVATION. ENGINEER OF RECORD TO CONFIRM ACTUAL GROUNDWATER ELEVATION. CASTINGS 5. IF REQUIRED, PVC HYDRAULIC SHEAR PLATE IS PLACED ON SHELF AT BOTTOM OF SCREEN CYLINDER. REMOVE AND REPLACE AS NECESSARY DURING MAINTENANCE CLEANING. 6. CDS STRUCTURE SHALL BE PRECAST CONCRETE CONFORMING TO ASTM C-478 AND AASHTO LOAD FACTOR DESIGN METHOD. A. ANY SUB-BASE, BACKFILL DEPTH, AND/OR ANTI-FLOTATION PROVISIONS ARE SITE-SPECIFIC DESIGN CONSIDERATIONS AND SHALL BE SPECIFIED BY ENGINEER OF RECORD. B. CONTRACTOR TO PROVIDE EQUIPMENT WITH SUFFICIENT LIFTING AND REACH CAPACITY TO LIFT AND SET THE CDS MANHOLE STRUCTURE. C. CONTRACTOR TO INSTALL JOINT SEALANT BETWEEN ALL STRUCTURE SECTIONS AND ASSEMBLE STRUCTURE. D. CONTRACTOR TO PROVIDE, INSTALL, AND GROUT INLET AND OUTLET PIPE(S). MATCH PIPE INVERTS WITH ELEVATIONS SHOWN. ALL PIPE CENTERLINES TO MATCH PIPE OPENING CENTERLINES. E. CONTRACTOR TO TAKE APPROPRIATE MEASURES TO ASSURE UNIT IS WATER TIGHT, HOLDING WATER TO FLOWLINE INVERT MINIMUM. IT IS SUGGESTED THAT ALL JOINTS BELOW PIPE INVERTS ARE GROUTED. APPROXIMATE HEAVIEST PICK = 18500 LBS. STRUCTURE IS DELIVERED IN 5 PIECES MAX FOOTPRINT = Ø 11'-11" ◕ INTERNAL COMPONENTS COUNT DESCRIPTION INSTALLED BY 1 FIBERGLASS INLET AND CYLINDER 1 2400 micron, 5.6' O.D. x 5.42' SEP. SCREEN 1 CYLINDER EXTENSION CONTRACTOR 1 CYLINDER BRACE CONTRACTOR 1 SEALANT FOR JOINTS (BY PRECASTER)CONTRACTOR 2 24"Ø x 4" FRAME & COVER, EJ#41600389, OR EQUIV.CONTRACTOR RATE WATER QUALITY FLOW 15.78 CFS PEAK FLOW RATE N/A CFS PEAK FLOW RETURN PERIOD OF N/A YRS90°90°GENERAL NOTES INSTALLATION NOTES STRUCTURE WEIGHT SITE DESIGN DATA FINISHED GRADE CONTRACTOR TO GROUT TO CYLINDER & INLET SEPARATION FIBERGLASS (36"Ø OPENING) 24"Ø RCP OUTLET 1 OIL BAFFLE SCREEN SEPARATION SUMP SOLIDS STORAGE POOL ELEV. PERMANENT (36"Ø OPENING) 24"Ø RCP INLET 1 EXTENSION CYLINDER BRACE CYLINDER 11'-11"Ø O.D. 10'Ø I.D. FRAME AND COVER (2) 24"Ø x 4" INSTALLED BY MANUFACTURER FIELD CONSULTANT ON SITE MATERIAL LIST (PROVIDED BY MANUFACTURER) MANUFACTURER MANUFACTURER 1. MANUFACTURER TO PROVIDE ALL MATERIALS UNLESS NOTED OTHERWISE. SHALL MEET AASHTO M306 AND BE CAST WITH THE MANUFACTURER LOGO. 2. FOR FABRICATION DRAWINGS WITH DETAILED STRUCTURE DIMENSIONS AND WEIGHT, PLEASE CONTACT THE MANUFACTURER. SCREEN AND SUMP OPENING CENTER OF CDS STRUCTURE, AND CYLINDER FIBERGLASS INLET, PLAN VIEW SECTION A-A ELEVATION VIEW WATER QUALITY STRUCTURE DETAILS3'-0"6 1/2"8'-11 1/2"5'-11"10'-10"11'-11"Ø 3'-5"4'-0"3'-0"2'-0" OFFSET 2'-0" OFFSET 01/31/2020 SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PP-DET16.shtIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:07:57 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\5. Drainage\CV-TRT-PP-DET16.sht2.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:07:57 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\5. Drainage\CV-TRT-PP-DET16.shtProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020 CIVIL51 D-13 OUTLET CONTRACTOR STEPS, P10CTS, BY LANE LADDER, OR EQUIV.7 1 1 PLACE GRADE RINGS/RISERS JOINT SEALANT 3233.74'(ASSUMED) *GROUNDWATER ELEV. * SEE NOTE 4 COUNT DESCRIPTION 1 CONTRACTOR INSTALLED BY CONTRACTOR Ø30" OF PEAK FLOW RETURN PERIOD RATE PEAK FLOW SITE DESIGN DATA FLOW RATE WATER QUALITY 2 YRS 15.78 CFS 56 CFS MAX FOOTPRINT - 12.33' X 9.33' OF 2 PIECES APPROXIMATE HEAVIEST PICK = 28500 LBS STRUCTURE WEIGHT STRUCTURE AND THE BASE OF THE MANHOLE FRAMES. E. CONTRACTOR TO PROVIDE AND INSTALL GRADE RINGS/RISERS OR BLOCK REQUIRED BETWEEN THE TOP OF THE D. CONTRACTOR TO PROVIDE, INSTALL, AND GROUT INLET AND OUTLET PIPE(S). C. CONTRACTOR TO INSTALL JOINT SEALANT BETWEEN ALL STRUCTURE SECTIONS AND ASSEMBLE STRUCTURE. STRUCTURE (LIFTING CLUTCHES PROVIDED). B. CONTRACTOR TO PROVIDE EQUIPMENT WITH SUFFICIENT LIFTING AND REACH CAPACITY TO LIFT AND SET THE BYPASS AND SHALL BE SPECIFIED BY ENGINEER OF RECORD. A. ANY SUB-BASE, BACKFILL DEPTH, AND/OR ANTI-FLOTATION PROVISIONS ARE SITE-SPECIFIC DESIGN CONSIDERATIONS INSTALLATION NOTES METHOD. 5. BYPASS STRUCTURE SHALL BE PRECAST CONCRETE CONFORMING TO ASTM C-857 AND AASHTO LOAD FACTOR DESIGN ELEVATION AT OR BELOW, THE OUTLET PIPE INVERT ELEVATION. ENGINEER OF RECORD TO CONFIRM ACTUAL 4. STRUCTURE SHALL MEET AASHTO HS-20 LOAD RATING, ASSUMING EARTH COVER OF 0' - 5', AND GROUNDWATER DRAWING. CONTRACTOR TO CONFIRM STRUCTURE MEETS REQUIREMENTS OF PROJECT. 3. BYPASS STRUCTURE SHALL BE IN ACCORDANCE WITH ALL DESIGN DATA AND INFORMATION CONTAINED IN THIS GENERAL NOTES PLAN VIEW INLET 2 INLET 1 OUTLET LOW FLOW OUTLET HIGH FLOW ELEVATION VIEW A A SECTION A-A FLOWFLOWFINISHED GRADE CONTRACTOR TO GROUT TO FLOW FLOW GRADE RING/RISER INV. ELEV. 3233.74 (36" OPENING) Ø24" RCP HIGH FLOW OUTLET PIPE INV. ELEV. 3233.74 (36" OPENING) Ø24" RCP LOW FLOW OUTLET PIPE INV. ELEV. 3233.74 (36" OPENING) Ø24" RCP INLET 2 PIPEINV. ELEV. 3233.74 (36" OPENING) Ø24" RCP INLET 1 PIPE BYPASS WALL STEP 90° 90° 90°90° 90° EXTENSION BASE2" MATERIALS LIST - PROVIDED BY MANUFACTURER MANUFACTURER MANUFACTURER TO PROVIDE 1. MANUFACTURER TO PROVIDE ALL MATERIALS UNLESS NOTED OTHERWISE. GROUNDWATER ELEVATION. CASTINGS SHALL MEET AASHTO M306 LOAD RATING AND BE CAST WITH THE MANUFACTURER LOGO. 2. FOR FABRICATION DRAWINGS WITH DETAILED STRUCTURE DIMENSIONS AND WEIGHT, PLEASE CONTACT THE MANUFACTURER. EJ #41600484, OR EQUIVALENT 30"Ø x 4" FRAME AND COVER, WATER QUALITY STRUCTURE DETAILS9'-5 1/2"2'-3 1/2"6'-0"7'-2"9'-4"9'-0"12'-0" 12'-4"1'-9"2'-6" 11'-0" 4'-0"8'-0"01/31/2020 SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PP-PVD01.dgnIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:08:00 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\3. Roadway\CV-TRT-PP-PVD01.dgn20.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:08:00 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\3. Roadway\CV-TRT-PP-PVD01.dgnProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/202016.00'306+00PI STA.306+05.37PCSTA.306+21.37T VT V326+00 327+00 341+00 342+00 20'10'0 SCALE IN FEET 10'5'0 SCALE IN FEET RIPRAP REPLACEMENT ELKHART SCALE: 1"=10' RIPRAP REPLACEMENT BRENTWOOD SCALE: 1"=10' RIPRAP REPLACEMENT N SLIDE SCALE: 1"=10' PARK PATH REPLACEMENT SCALE: 1"=20'CIVIL52 PD-01 RIPRAP & PARK PATHREPLACEMENT LIMITS DETAILS48.33' 20.00'8.52'6.00'2 0. 0 0'R20.00' 3.35'16.65' EXISTING JOINTS CONCRETE TO REMAIN 9.00'9.00'15.78'16.00'6.00'22.00'20.50'11.24' 10.00'10.33' 20.33'18.00'6.00'1.67'24.00'CONCRETE TO REMAIN CONCRETE TO REMAIN EXISTING JOINTS EXISTING JOINTS 17.00'17.00'9.00'10.00'9.67'10.00'9.67'9.00'50.59' 30.15'9.27'CONCRETE TO REMAIN EXISTING JOINTS REPLACEMENT PARK PATH PROPOSED 20.96'17.37' 48.50' 13.33' 8.42'14.42'15.00'10.50'21.00'10.00'24.00'8.00'8.00'16.00'8.00'1 PD01 2 PD01 1 PD01 1 PD01 (RE: PD-03) REPLACEMENT PROPOSED RIPRAP (RE: PD-03) REPLACEMENT PROPOSED RIPRAP (RE: PD-03) REPLACEMENT PROPOSED RIPRAP (RE: PD-03) REPLACEMENT PROPOSED RIPRAP (RE: D-07) PROPOSED VALLEY GUTTER (RE: D-07) PROPOSED VALLEY GUTTER (RE: D-07) PROPOSED VALLEY GUTTER (RE: D-07) PROPOSED VALLEY GUTTER 01/31/2020 SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PP-PVD02.dgnIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:08:04 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\3. Roadway\CV-TRT-PP-PVD02.dgn20.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:08:04 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\3. Roadway\CV-TRT-PP-PVD02.dgnProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020369+00PI STA.369+04.84F H372+00 20'10'0 SCALE IN FEET SCALE: 1"=10' SCALE: 1"=10' RIPRAP REPLACEMENT AT THRIVE APARTMENTS RIPRAP REPLACEMENT AT THRIVE APARTMENTS DOUBLE MOW CURB - SECTION TYPICAL CINDER WALKING TRAIL NOT TO SCALE CIVIL53 PAVING PLANDETAILSPD-02 TO REMAIN EXISTING CONCRETE TO REMAIN EXISTING CONCRETE 8:1 MAX 8:1 MAX 2. THERE SHALL BE NO CROSS SLOPE ON WALKING TRACK. 1. COMPACTED SUBGRADE SHALL BE AT LEAST 4" DEEP. NOTES: 3 PD02 2 PD02 20.93'9.91'9.98' 10.01'1.54' 1.67'10.41'7.31'EXISTING JOINTS EXISTING JOINTS TO REMAIN EXISTING CONCRETE EXISTING JOINTS 10.00'10.83' (RE: PD-03) REPLACEMENT PROPOSED RIPRAP (RE: PD-03) REPLACEMENT PROPOSED RIPRAP (RE: PD-02) REPLACEMENT PROPOSED RIPRAP (RE: D-07) PROPOSED VALLEY GUTTER (RE: D-07) PROPOSED VALLEY GUTTER 6'-0" WIDE WALKING TRACK CINDERS (TRAIL MIX) 3" DEEP COMPACTED FLEX BASE 3" DEEP COMPACTED 1/2" RADIUS, TYP. 9"9" MOW CURB, TYP. REINFORCED CONCRETE 4,000 PSI FIBERMESH SUBGRADE COMPACTED 1 PD02 01/31/2020 ACCORDANCE WITH CITY PLATE NO. UEM-02 NOTE: RIPRAP REPLACEMENT SHALL BE IN SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PP-PVD03.dgnIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:08:06 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\3. Roadway\CV-TRT-PP-PVD03.dgn20.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:08:06 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\3. Roadway\CV-TRT-PP-PVD03.dgnProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020CIVIL54 PAVING PLANDETAILSPD-03 01/31/2020 CONTRACTOR SHALL PROVIDE AN ON-SITE SECURITY GUARD. 5. DURING NON-WORKING HOURS OR NON-WORKING DAYS, OF THE FENCE. 4 INCHES BETWEEN NATURAL GROUND AND THE BOTTOM MINIMUM 5 FEET IN HEIGHT WITH A MAXIMUM DISTANCE OF UNATTENDED. FENCE SHALL BE MADE OF MESH MATERIAL, BY FENCING TO PREVENT PEDESTRIAN ACCESS WHEN SITE IS 4. ALL OPEN ECAVATION SHALL BE PROTECTED ON ALL SIDES PORTABLE BARRIERS WHEN SITE IS UNATTENDED. ACCESS SHAFTS, SHALL BE PROTECTED ON ALL SIDES BY 3. ALL OPEN EXCAVATION, INCLUDING TUNNELLING OR BORING POSITIVE BARRIER. 2. OPEN EXCAVATION ADJACENT TO TRAFFIC SHALL HAVE REFER TO TMUTCD. 1. FOR SIZE, MOUNTING, ETC. OF SIGNS CONTRACTOR SHALL 1 NOT TO SCALE TRAFFIC CONTROL TYPICAL LAYOUT 4 NOT TO SCALE TRAFFIC CONTROL TYPICAL LAYOUT QUAKER AVENUE TR01 TR01 2 NOT TO SCALETR01 UTICA DRIVE DETOUR ROUTE 3 NOT TO SCALETR01 ELKHART AVE DETOUR ROUTE GENERAL NOTES: CLOSURE DESCRIPTIONS FRANKFORD AVENUE4TH STREET 3RD STREET BETWEEN TRAVELLING PUBLIC AND TRENCH •CONTRACTOR SHALL MAINTAIN POSITIVE BARRIER SHALL COMPLY WITH TMUTCD PART 6 •SHIFTS AND LANE CLOSURES, BUFFERS, ETC. QUAKER AVENUE 3)MAJOR ROAD LANE CLOSURE BETWEEN TRAVELLING PUBLIC AND TRENCH •CONTRACTOR SHALL MAINTAIN POSITIVE BARRIER TMUTCD PART 6 •TEMPORARY DETOUR SHALL CONFORM WITH RALEIGH, 17TH, & 16TH 2) MINOR ROAD LANE CLOSURE BACK TO ELKHART. (FM 2255) TO FRANKFORD AVE (FM ) TO 3RD ST •TEMPORARY DETOUR SHALL FOLLOW 4TH ST TMUTCD PART 6 •TEMPORARY DETOUR SHALL CONFORM WITH ELKHART TO 18TH ST BACK TO UTICA DR •TEMPORARY DETOUR SHALL FOLLOW UTICA AVE TMUTCD SECTION 6 •TEMPORARY DETOUR SHALL CONFORM WITH UTICA DR / 17TH 1) FULL CLOSURES RALEIGH, 17TH, AND 16TH STREETS SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PL-TCP01.shtIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:08:09 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\2. TCP\CV-TRT-PL-TCP01.sht200.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:08:09 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\2. TCP\CV-TRT-PL-TCP01.shtProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020CIVIL55 TR-01 TRAFFIC CONTROLPLAN AND DETAILSWORK ZONETRAFFIC AREA 20' TYPICAL THROUGH WORK ZONE POSITIVE BARRIER THROUGH WORK ZONE POSITIVE BARRIER BARRELS BARRELS BARRELS BARRELS LOCAL TRAFFIC ONLY BARRICADES, ALLOW LIMITS OF CLOSURE LOCAL TRAFFIC ONLY BARRICADES, ALLOW LIMITS OF CLOSURE LOCAL TRAFFIC ONLY BARRICADES, ALLOW TRAFFIC BARRICADES, NO ROADWAY WIDTH VARIES WORK ZONETAPER LENGTH VARIESLANE SHIFTLANE DROPBUFFERLANE SHIFTBUFFERLANE DROP01/31/2020 SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PL-TCP02.shtIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:08:14 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\2. TCP\CV-TRT-PL-TCP02.sht1.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:08:14 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\2. TCP\CV-TRT-PL-TCP02.shtProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020CIVIL56 TRAFFIC CONTROLTR-02 STANDARD DETAILS (1 OF 9)01/31/2020 WORK BEYOND THE SHOULDER WORK ON THE SHOULDER SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PL-TCP03.shtIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:08:17 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\2. TCP\CV-TRT-PL-TCP03.sht1.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:08:17 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\2. TCP\CV-TRT-PL-TCP03.shtProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020CIVIL57 TRAFFIC CONTROLTR-03 STANDARD DETAILS (2 OF 9)01/31/2020 SHOULDER WORK WITH MINOR ENCROACHMENT LANE CLOSURE ON A MINOR STREET SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PL-TCP04.shtIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:08:20 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\2. TCP\CV-TRT-PL-TCP04.sht1.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:08:20 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\2. TCP\CV-TRT-PL-TCP04.shtProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020CIVIL58 TRAFFIC CONTROLTR-04 STANDARD DETAILS (3 OF 9)01/31/2020 DETOUR FOR ONE TRAVEL DIRECTION SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PL-TCP05.shtIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:08:24 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\2. TCP\CV-TRT-PL-TCP05.sht1.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:08:24 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\2. TCP\CV-TRT-PL-TCP05.shtProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020CIVIL59 TRAFFIC CONTROLTR-05 STANDARD DETAILS (4 OF 9)01/31/2020 DETOUR FOR A CLOSED STREET LANE CLOSURE ON THE NEAR SIDE OF AN INTERSECTION SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PL-TCP06.shtIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:08:26 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\2. TCP\CV-TRT-PL-TCP06.sht1.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:08:26 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\2. TCP\CV-TRT-PL-TCP06.shtProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020CIVIL60 TRAFFIC CONTROLTR-06 STANDARD DETAILS (5 OF 9)01/31/2020 SIDEWALK DETOUR OR DIVERSION CROSSWALK CLOSURES AND PEDESTRIAN DETOURS SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PL-TCP07.shtIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:08:31 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\2. TCP\CV-TRT-PL-TCP07.sht1.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:08:31 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\2. TCP\CV-TRT-PL-TCP07.shtProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020CIVIL61 TRAFFIC CONTROLTR-07 STANDARD DETAILS (6 OF 9)01/31/2020 CHANNELIZING DEVICES SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PL-TCP08.shtIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:08:35 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\2. TCP\CV-TRT-PL-TCP08.sht1.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:08:35 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\2. TCP\CV-TRT-PL-TCP08.shtProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020CIVIL62 TRAFFIC CONTROLTR-08 STANDARD DETAILS (7 OF 9)01/31/2020 2" 10" 28"LC H1 Bars joint connection Trough for bolt H2 Bars V1 Bars V2 Bars (10'- 0") Half Section (Shown) 30" Connection Trough 20'- 0" Usual V1 Bars CL Half Section joint connections required for Steel pipe unless otherwise shown Note: Use 2" Dia. Bending Pin, APPROX. QUANTITIES 20 FT. SECTION CONCRETE REINFORCING STEEL TOTAL BARRIER WT. CY LBS LBS 2.6 FOR CONTRACTORS INFORMATION ONLY (TYPE 1) 11000 330 WELDED WIRE REINFORCEMENT (WWR)- OPTIONAL REINFORCING 10 ~ (D20) Horizontal Wires (Equally spaced) 8 ~ (D31) Horizontal Wires (Equally spaced) in Elevation View) 29 ~ (D20) Vertical Wires (Spaced as shown SECTION A-A 21" (Typ) " 2 1 9 3 Equal Spaces "4 110 41" "2 122 H2 Bars 6" Dia. Bending Pin 21"5" (Typ) "2 113 (#4) Bars (17)~V1 Bars (#4) Bars (12)~V2 Bars 21" 12"(Typ) "2 14 "2 113 (#5) Bars (8)~H2 Bars REINFORCING STEEL DETAILS TYPE 1 - BARRIER SEGMENT shall meet the requirements shown. of conventional reinforcement for Type 1 barrier, and 8. Welded wire reinforcement (WWR) may be used in lieu galvanized in accordance with Item 445,"Galvanizing." 7. Steel pipe required for joint connection bolts shall be subsidiary. with Item 449, "Anchor Bolts." and is considered 6. Joint connection hardware shall be in accordance tooled radius. " chamfer or a4 35. All barrier edges shall have 4. Precast LPCB barrier length shall be 20 ft. Grade 60 and conform to ASTM A615. 3. Where used, rebar reinforcement shall be with a minimum compressive strength of 3,600 psi. 2. Concrete shall be Class H for precast barrier is 45 mph, or less. in temporary work zone locations, where the posted speed 1. Low Profile Concrete Barrier (LPCB), is approved for use GENERAL NOTES IS REMOVED IN ORDER TO SHOW DETAILS NOTE: CONCRETE ON BOTTOM HALF OF PLAN VIEW30"24" Long x 2" Deep (2) Required Drain Slots 7" 14" 9"12" "2 13 4" 10"10" for Connection Bolts Steel Pipe required " Nom. Dia. 2 11 connections Trough for joint H2 Bars 2" Cover V2 Bar Cover Spaces 3 Equal "4 16 "4 14 " 2 1 9 Cover 2" SECTION A-A CL 12" C-C Max. Drain A B Half Section V1 Bars H2 Bars V1 Bars 4'- 0" from each barrier end. Steel or Sch.40 PVC, approx. 2" nom. dia. lifting pipes, 2" max 20" connections required for joint Galv. Steel Pipes (SYMMETRICAL ABOUT CENTER LINES) ELEVATION (TYPE 1) BARRIER SEGMENT H1 Bars A B 5"5"5"5"6"7"4"4"12"12""2 14 SECTION B-B 21" 12" Lap (Typ) "2 113 20" REQUIRED (WWR) WIRE DESIGN to the first wire shall not exceed 3". dimensions from the end of the barrier section permitted, as directed by the Engineer. The 3. Combinations of reinforcing steel and WWR are but must be approved by the Engineer. 2. Welded wire cage may be cut or bent, if necessary, to ASTM A497. 1. Deformed Welded Wire Reinforcement shall conform (WWR) GENERAL NOTES V1 BAR H1 BARS "4 33 28" 10" 7" 26" 5" "8 73 "4 14 2" COVER Pipe Lifting 20" 2" COVER 4" COVER SECTION B-B 26" 4"4" (2) CONNECTION BOLTS ASTM A36 5" x 10" x 3/8" (2) Plate Washer "4 12 "4 12 "2 15 10" 5" PLATE WASHER "8 35" x 10" x Min. 4" threads " dia. x 26" rods4 11 Hex Nut Grade 5 " 4 1(4) 1 Washer Flat Hardened " 4 1(4) 1 shall be Galvanized. Note: Rods, Hex nuts and Washers (Hole through to drain slot) " PVC. Drain Pipe4 11 (SYMMETRICAL ABOUT CENTER LINES) PLAN (TYPE 1) BARRIER SEGMENT SHEET 1 OF 2 SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PL-TCP10.shtIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:08:40 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\2. TCP\CV-TRT-PL-TCP10.sht1.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:08:40 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\2. TCP\CV-TRT-PL-TCP10.shtProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020CIVIL63 TRAFFIC CONTROLTR-09 STANDARD DETAILS (8 OF 9)01/31/2020 FILE:DATE: shown in Elevation View Anchoring pipes not Note: ELEVATION (TYPE 2) END TERMINAL unless otherwise shown Note: Use 2" Dia. Bending Pin, (2)~H3 Bars (#5) Bar 19'- 8" Approx. bending point 4'- 10" (4)~H1 Bars (#5) Bar and do not require formal bends. Note: Bends on H1 and H3 bars are slight 16'- 4" Approx. bending point 4'- 10" CONCRETE REINFORCING STEEL TOTAL BARRIER WT. CY LBS LBS FOR CONTRACTORS INFORMATION ONLY 7000 240 1.65 (TYPE 2) APPROX. QUANTITIES 20 FT. SECTION X YV3-V14 Bars 5" (Typ) VARIES (SEE CHART)VARIES(SEE CHART)V3 BAR V4 BAR V5 BAR V6 BAR V7 BAR V8 BAR V9 BAR V10 BAR V11 BAR X (IN.) 4 120 2 119 2 118 2 117 17 4 116 2 115 2 114 4 313 6 7 8 9 4 110 4 111 4 112 2 113 2 114 Y (IN.) 21" (6)~V2 Bars 12""2 14 "2 14 "4 110 "2 113 21" "2 113 (5)~V1 Bars 5" (Typ) REINFORCING STEEL DETAILS TYPE 2 - END TERMINAL (#5) Bars (4)~H2 Bars 41" "2 122 H2 Bars6" Dia. Bending Pin13""4 34 V12 Bar "4 112 "4 33 V13 Bar "2 111 "4 32 V14 Bar "4 310 V15 Bar 10" V16 Bar Note: All V Bars are (#4) AA ASTM A36 Steel (7) Anchor Pins Section A-A (Head of Anchoring Pin)30" " Steel Pin4 11 Weld washer to 3" Dia. USS Washer (Typ) " dia.4 11 (See Note 3) 5"4"4"4 2 1 "5"5"5"6"7"7"6 2 1 "12"12"12"12"12"12"12"12"12"12"12"12"26"28"4" 5'- 0"14"20'- 0""8314 " Dia. Steel Anchoring Pipes4 31 7 at 24" Spacing C-C 2" Min. Cover Bar V15 Bar V14 H3 Bar V1 Bars Bar V3 Bar V4 Bar V5 Bar V6 Bar V7 Bar V8 Bar V9 Bar V10 Bar V11 Bar V13 Bar V12 Drain Slot H2 Bars H1 Bars V2 Bars V1 Bars Identical to LPCB (Type 1) "2 1Approx. 23 Drain Hole 30" to Drain Slot PLAN (TYPE 2) END TERMINAL Bar V16 end.(See General Note 6) 4'- 0" from (Type 2) barrier Steel or Sch.40 PVC, approx. 2" nom. dia. lifting pipes, end.(See General Note 6) 5'- 9" from (Type 2) barrier Steel or Sch.40 PVC, approx. 2" nom. dia. lifting pipes, TYPE 2 - NOTES 7. See LPCB sheet 1 for additional information. rear first, to prevent cracking of sloped section. 6. The Type 2 barrier segment must be lifted from the formal bend is necessary. 5. The bends in the H3 and H1 bars are slight, no surface. be driven flush with the top of the (Type 2) barrier 4. The anchor pins are all the same length and are to or the deflection of the Low-Profile barrier system. non-pinned end treatment does not affect the performance of lateral displacement of the end treatment.The use of in locations that can accommodate approximately 4 ft. 3. The end treatment can be used without the anchor pins for the Type 1 barrier segments, when applicable. 2. Type 2 Barrier shall be used as an end treatment Type 2 Barrier. 1. Welded wire reinforcment (WWR) is "not" an option for APPROACH VIEW 28" 14" 26"20"4""8 314 26" 4"4" (2) CONNECTION BOLTS ASTM A36 5" x 10" x 3/8" (2) Plate Washer "4 12 "4 12 "2 15 10" 5" PLATE WASHER "8 35" x 10" x Min. 4" threads " dia. x 26" rods4 11 Hex Nut Grade 5 " 4 1(4) 1 Washer Flat Hardened " 4 1(4) 1 shall be Galvanized. Note: Rods, Hex nuts and Washers BAR(#4) SHEET 2 OF 2 SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PL-TCP11.shtIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:08:41 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\2. TCP\CV-TRT-PL-TCP11.sht1.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:08:41 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\2. TCP\CV-TRT-PL-TCP11.shtProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020CIVIL64 TRAFFIC CONTROLTR-10 STANDARD DETAILS (9 OF 9)01/31/2020 100'50'0 SCALE IN FEET SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMECV-TRT-PP-PMK01.dgnIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:08:42 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\3. Roadway\CV-TRT-PP-PMK01.dgn100.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:08:42 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\3. Roadway\CV-TRT-PP-PMK01.dgnProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020CIVIL65 PAVEMENT MARKINGPM-01 TYPE II-A-A BROKEN & RPM @ 40' SPACING 4" YELLOW SOLID, 4" YELLOW ARROW (WHITE) PAVEMENT MARK - RIGHT TURN ARROW (WHITE) PAVEMENT MARK - LEFT TURN RPM @ 10' SPACING TYPE II-A-A 4" DOUBLE YELLOW SOLID & TYP II-C-R 4" WHITE BROKEN & RPM 24" WHITE SOLID LEGEND A B C D E F ELKHART AVE 4TH STREET QUAKER AVE16TH STREET NO ADDITIONAL COST TO THE CITY. DAMAGES EXISTING PAVEMENT MARKINGS AT MARKINGS TO LIMITS WHERE CONSTRUCTION NOTE: CONTRACTOR SHALL EXTEND PAVEMENT 17TH STREET 17TH STREET TOLEDO AVESALEM AVEDETAILSA A B B C D E F A A A A 10'30'40'OF TCP DETERMINED PER TR-02 PAVEMENT MARKINGS TO LIMITS CONTRACTOR SHALL EXTEND OF TCP DETERMINED PER TR-02 PAVEMENT MARKINGS TO LIMITS CONTRACTOR SHALL EXTEND 01/31/2020 4" PVC PIPE FOR DRAINAGE DEPENDING ON FIELD CONDITIONS GRADE TO DRAIN AWAY FROM STABILIZATION AND STREET PAVED SURFACE GRADE TO PREVENT RUNOFF FROM LEAVING SITE 4 NOT TO SCALE SANDBAG BERM DETAIL2 NOT TO SCALE STABILIZED CONSTRUCTION ACCESS SP-01 SP-01 SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMEcv-trt-pl-eros01.shtIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:08:49 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\9. Environmental\cv-trt-pl-eros01.sht20.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:08:49 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\9. Environmental\cv-trt-pl-eros01.shtProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020 CIVIL66 SP-01 1 NOT TO SCALE SILT FENCE DETAIL 3 NOT TO SCALE ROCK FILTER DAM DETAIL EROSION CONTROL PLANAND DETAILSSP-01 SP-01 TO NOT CONTRIBUTE TO ADDITIONAL SILTATION. DISPOSED OF AT AN APPROVED SITE AND IN SUCH A MANNER AS DEPTH OF HALF THE HEIGHT OF THE FENCE. THE SILT SHALL BE 7. ACCUMULATED SILT SHALL BE REMOVED WHEN IT REACHES A FLOW OR DRAINAGE. COMPLETELY STABILIZED SO AS NOT TO BLOCK OR IMPEDE STORM 6. SILT FENCE SHALL BE REMOVED WHEN THE SITE IS PROMPTLY AS NEEDED. EACH 1/2" RAINFALL. REPAIR OR REPLACEMENT SHALL BE MADE 5. INSPECTION SHALL BE MADE EVERY TWO WEEKS AND AFTER MEET. FOOT OVERLAP, SECURELY FASTENED WHERE ENDS OF FABRIC ATTACHED TO THE STEEL FENCE POST. THERE SHALL BE A 3 SUPPORT POST OR TO WOVEN WIRE, WHICH IN TURN IS 4. SILT FENCE SHOULD BE SECURELY FASTENED TO EACH STEEL IN THE GROUND AND BACKFILLED WITH COMPACTED MATERIAL. INCHES WIDE TO ALLOW FOR THE SILT FENCE FABRIC TO BE LAID 3. THE TRENCH MUST BE A MINIMUM OF 6 INCHES DEEP AND 6 PREVENT FLOW FROM SEEPING UNDER FENCE. PAVEMENT), WEIGHT FABRIC FLAP WITH ROCK ON UPHILL SIDE TO OF FLOW. WHERE FENCE CANNOT BE TRENCHED IN (e.g. FACE OF THE TRENCH IS FLAT AND PERPENDICULAR TO THE LINE SPADE OR MECHANICAL TRENCHER, SO THAT THE DOWNSLOPE 2. THE TOE OF THE SILT FENCE SHALL BE TRENCHED IN WITH A FOOT. RUNOFF SOURCE. POST MUST BE EMBEDDED A MINIMUM OF ONE INSTALLED ON A SLIGHT ANGLE TOWARD THE ANTICIPATED 1. STEEL POSTS WHICH SUPPORT THE SILT FENCE SHALL BE :SILT FENCE GENERAL NOTES PERIMETER PROTECTION. CONCENTRATED FLOW AND ARE NOT INTENDED FOR USE IN 6. ROCK BERM SHOULD BE USED AS CHECK DAMS FOR AN APPROVED MANNER. ACCUMULATED SILT SHALL BE REMOVED AND DISPOSED OF IN 5. WHEN THE SITE IS COMPLETELY STABILIZED, THE BERM AND THE SILT SHALL BE REMOVED AND DISPOSED OF PROPERLY. THE HEIGHT OF THE BERM OR ONE FOOT, WHICHEVER IS LESS, 4. WHEN SILT REACHES A DEPTH EQUAL TO ONE-THIRD OF CONSTRUCTION TRAFFIC DAMAGE, ETC. TO SILT ACCUMULATION AMONG THE ROCKS, WASHOUT, WHEN THE STRUCTURE CEASES TO FUNCTION AS INTEDED DUE OR AFTER EACH 1/2" RAIN EVENT AND SHALL BE REPLACED 3. THE ROCK BERM SHALL BE INSPECTED EVERY TWO WEEKS TRENCH APPROXIMATELY 3 TO 4 INCHES DEEP. MINIMUM WIRE SIZE OF 20 GAUGE AND SHALL BE BURIED IN A SHEATHING HAVING A MAXIMUM OPENING OF 1 INCH AND A 2. THE ROCK BERM SHALL BE SECURED WITH A WOVEN WIRE INCHES IN DIAMETER FOR OTHER CONDITIONS. FOR STREAM FLOW CONDITION. USE OPEN GRADED ROCK 3-5 1. USE ONLY OPEN GRADED ROCK 4-8 INCHES IN DIAMETER :ROCK BERM GENERAL NOTES EXIST. GROUND) 24" ABOVE (MIN. HEIGHT SILT FENCE OR ROCK BACKFILL COMPACTED EARTH FLOW TRENCH 6" MIN. FABRIC TOE-IN 6" MIN. EMBEDMENT = 1' MAX. 6' SPACING, MIN. STEEL FENCE POST ACCEPTABLE LINK FENCE FABRIC IS ALLOWABLE, TYP. CHAIN 4x4-W1.4xW1.4 MINIMUM BACKING SUPPORT WIRE MESH FLOW 18" MIN. 24" MIN. WOVEN WIRE SHEATHING 3 TO 4 INCHES F LO W WOVEN WIRE SHEATHING CROSS SECTION ISOMETRIC PLAN VIEW COARSE SAND- MIN. WEIGHT 40 LBS. WOVEN FABRIC SANDBAG FILLED W/ FLOW 18" MIN. 4" PVC PIPE 16" MIN. 48" MIN. MIN. 24" PROFILE VIEW CROSS SECTION DISPOSED OF IN AN APPROVED MANNER. AND ACCUMULATED SEDIMENT SHALL BE REMOVED AND 7. WHEN THE SITE IS COMPLETELY STABILIZED, THE BERM MANNER AS TO NOT CREATE A SILTATION PROBLEM. AND DISPOLSED OF AT AN APPROVED SITE AND IN SUCH A HEIGHT OF ONE SANDBAG), THE SILT SHALL BE REMOVED 6. WHEN SILT REACHES A DEPTH EQUAL TO 6 INCHES (THE WASHOUT, CONSTRUCTION TRAFFIC DAMAGE, ETC. NEEDED DURING INSPECTION. REPAIRS SHALL BE MADE FOR 1/2" RAIN EVENT AND SHALL BE RESHAPED OR REPLACED AS 5. THE SANDBAG BERM SHALL BE INSPECTED AFTER EACH SANDBAG MUST BE ADDED TO EACH ROW WIDTH. 4. FOR EACH ADDITIONAL 6" OF HEIGHT, AN ADDITIONAL THE SECOND AND THIRD ROWS RESPECTIVELY. SANDBAGS. THESE CAN BE REDUCED TO 2 AND 1 BAG IN 3. THE BASE OF THE BERM SHOULD HAVE AT LEAST 3 ARRANGEMENT. ROWS ABUTTING EACH OTHER, AND IN STAGGERED 2. SANDBAGS SHOULD BE STACKED IN AT LEAST THREE NYLON OR POLY CORD. END OF THE SANDBAG SHOULD BE STAPLED OR TIED WITH 1. WHEN A SANDBAG IS FILLED WITH MATERIAL, THE OPEN :SAND BAG BERM GENERAL NOTES EXISTING GRADE PAVED SURFACE TRANSITION TO R.O.W. 6" MIN. FILTER FABRIC RADIUS = 5' MIN. DRAINAGE MUST FLOW AWAY FROM ENTRANCE PAVED SURFACE LEAVING THE CONSTRUCTION SITE. INCORPORATE A DRAINAGE SWALE TO PREVENT RUNOFF FROM 7. THE ENTRANCE MUST BE PROPERLY GRADED OR ONTO PAVED SURFACES MUST BE REMOVED IMMEDIATELY. ALL SEDIMENT SPILLED, DROPPED, WASHED, OR TRACKED DRESSING WITH ADDITIONAL STONE AS CONDITIONS DEMAND. ONTO PAVED SURFACES. THIS MAY REQUIRE PERIODIC TOP WHICH WILL PREVENT TRACKING OR FLOWING OF SEDIMENT 6. THE ENTRANCE SHALL BE MAINTAINED IN A CONDITION USING APPROVED METHODS. FROM ENTERING ANY STORM DRAIN, DITCH OR WATERCOURSE STABILIZED ENTRANCE. ALL SEDIMENT SHALL BE PREVENTED DRAINAGE FLOWING AWAY FROM BOTH THE STREET AND THE ON AN AREA STABILIZED WITH CRUSHED STONE WITH ROADWAY. WHEN WASHING IS REQUIRED, IT SHALL BE DONE REMOVE SEDIMENT PRIOR TO ENTRANCE ONTO A PUBLIC 5. WHEN NECESSARY, VEHICLES SHALL BE CLEANED TO ALL POINTS OF INGRESS OR EGRESS. 4. THE WIDTH SHALL BE NO LESS THAN THE FULL WIDTH OF 3. THE THICKNESS SHALL NOT BE LESS THAN 6 INCHES. OTHER CASES SHALL BE 50 FEET. FEET FROM EDGE OF PAVEMENT. THE MINIMUM DEPTH IN ALL LENGTH OF 30 FEET FOR LOTS WHICH ARE LESS THAN 150 2. LENGTH SHALL BE SHOWN ON PLANS, WITH A MINIMUM OR ACCEPTABLE CRUSHED PORTLAND CEMENT CONCRETE. 1. STONE SHALL BE 3 TO 5 INCH DIAMETER CRUSHED ROCK STABILIZED CONSTRUCTION ENTRANCE GENERAL NOTES: PROFILE VIEW PLAN VIEW LENGTH VARIES LENGTH VARIES 01/31/2020 3 2 6 0 3 2 5 9 3 2 5 8 3 2 5 7 3 2 5 6 3 2 5 5 3 2 5 4 WW SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMEcv-trt-pl-tpp01.shtIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:09:01 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\9. Environmental\cv-trt-pl-tpp01.sht20.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:09:01 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\9. Environmental\cv-trt-pl-tpp01.shtProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/20203254 3255 3256 3257 3258 3259 32603261 3262 3253 3252 3240 3237 3238 3239324220'10'0 SCALE IN FEET DTREE 34" DTREE 32" DTREE 6" DTREE UNK DTREE 8" DTREE 28" DTREE UNK DTREE UNK DTREE UNK DTREE UNK 20'10'0 SCALE IN FEET DTREE 34" LEGEND PROPOSED CONTOUR EXISTING CONTOUR INLET L071 - WALMART LAKE CIVIL67 TP-01 TREE PROTECTION PLANPROPERTY LI NEINLET L071 & INLET L046LEGEND PROPOSED CONTOUR EXISTING CONTOUR INLET L045 - HIGINBOTHAM PARK LEGEND 3. FOR TREE PROTECTION FENCE DETAILS, SEE SHEET TP-02. AS CONSTRUCTION PROGRESSES. IN THE FIELD, BASED ON PROPOSED CONSTRUCTION ACTIVITIES 2. LOCATION OF TREE PROTECTION FENCE TO BE DETERMINED ROOT SYSTEMS DURING CONSTRUCTION. 1. CONTRACTOR SHALL TAKE CARE TO PROTECT TREES AND THEIR NOTES: LIMITS OF WORK ZONE TREE PROTECTION FENCE CRITICAL ROOT ZONE TREE 2 0. 0 0'LI MI TSTRENCHAPPROX.20.00'LIM ITST R EN C H A PPR O X.01/31/2020 SEQ. SHEETNO.ISSUESVERIFY SCALE01BYDATEF&N JOB NO.DATEDESIGNEDDRAWNREVISEDCHECKEDFILE NAMEcv-trt-pl-tpp02.shtIf not one inch on this sheet, adjust scale.Bar is one inch on original drawing.TEXAS REGISTERED ENGINEERING FIRM F-2144FREESE AND NICHOLS, INC.Date:Plotter:Jan. 29, 2020 - 02:09:03 PMJ:\Plotdrv_V8.11\PDF_File\PDF-Mono.pltcfg02861N:\IF\Drawings\9. Environmental\cv-trt-pl-tpp02.sht20.000 ' / in.Plot Scale:MicroStation V8 User:Date: Jan. 29, 2020 - 02:09:03 PM User:02861 File:On SiteOffice:On SiteOffice:N:\IF\Drawings\9. Environmental\cv-trt-pl-tpp02.shtProject:Freese and Nichols, Inc. - True Type FontsDefaultModel:LUB18692AHRKCITY OF LUBBOCKCA/APKMIMPROVEMENT PHASE 3NORTHWEST LUBBOCK DRAINAGE100095LICENSEDSTATEOFTEXAS PROFESSIO NALENGINEERHEATHER RAE KEISTER1/29/2020 CIVIL68 TP-02 1 NOT TO SCALE TREE PROTECTION DETAILSTREE PROTECTION DETAIL OF TRUNK DIAMETER. CRITICAL ROOT ZONE IS DEFINED AS 1'-0" FOR EVERY 1" 5. TEMPORARY FENCES. SHALL BE PROTECTED DURING CONSTRUCTION WITH ALL TREES SHOWN ON THE PLANS TO BE PRESERVED 4. ACTIVITIES. WITH THE CITY UPON COMPLETION OF CONSTRUCTION CONTRACTOR SHALL COORDINATE THIS EFFORT WITH CONSTRUCTION ACTIVITIES MUST BE REPLANTED. ALL PROTECTED TREES THAT ARE DAMAGED DURING 3. APPROVAL FROM CITY PLANNING DEPARTMENT. PROTECTING TREES PER CITY REQUIREMENTS AND OBTAIN CONTRACTOR SHALL DETERMINE APPROPRIATE MEANS OF 2. TREES TO BE PROTECTED ARE SHOWN ON SHEET TP-01.1. NOTES: SOIL COMPACTION. COVERED WITH 4 INCHES OF ORGANIC MULCH TO MINIMIZE OF UNPROTECTED ROOT ZONES, THOSE AREAS SHOULD BE WHERE ANY OF THE ABOVE EXCEPTIONS RESULT IN AREAS 8. TO BE APPROVED CONSTRUCTION ACTIVITY. CRITICAL ROOT ZONES MAY BE PERMITTED WHERE THERE IS EXCEPTIONS TO INSTALLING PROTECTIVE FENCING AT 7. BRANCHES (DRIP LINE, CRITICAL ROOT ZONE). AND SHALL BE LOCATED AT THE OUTERMOST SURROUND THE TREES OR GROUP OF TREES PROTECTIVE FENCING SHALL COMPLETELY 6. FENCE PROTECTION TREE DRIPLINE ROOT ZONE CRITICAL FENCING CONSTRUCTION ORANGE TP-02 20'' DIA. TREE 20'-0'' FOR FENCE LOCATION DRIPLINE (VARIES)5'-0"10'-0" MAX.01/31/2020