Loading...
HomeMy WebLinkAboutResolution - 2014-R0224 - Contract - Deerwood Construction Inc.- Water Line Replacement - 06/26/2014lotion No. 2014-RO224 26, 2014 No. 5.9 RESOLUTION 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 on behalf of the City of Lubbock, Contract No. 11849 for Original Town of Lubbock 16" :r line replacement, by and between the City of Lubbock and Deerwood Construction. Inc.. related documents. Said Contract is attached hereto and incorporated in this resolution as if set forth herein and shall be included in the minutes of the City Council. assed by the City Council on June 26, 2014 C. R RTSON, MAYOR 7TEST: Garza, City APPPRROVE�DASS,/To CONTENT: ✓�. 1jj� R. Keith Smith, P.E., Director of Public Works APPROVED AS TO FORM: Am . Si s , , m City Attorney cad uc s/R F S.Contracl-Dccmood .Moi 15, 3014 Resolution No. 2014-RO224 CITY OF LUBBOCK SPECIFICATIONS FOR BOND CHECK BEST RATING LICENS D1II� DATE TEX r/71�BY: CONTRACT AWARD DATE June 26, 2014 Original Town of Lubbock 16" Water Line Replacement RFP 14-11849-TS CONTRACT 11849 PROJECT NUMBER: 91034.8302.20000 Plans & Specifications may be obtained from BidSync.com akjkLubbock l Tezns CITY OF LUBBOCK Lubbock, Texas 0 BOND CHECK BEST RATING LICENSED IN TEXAS DATE BY: CONTRACT AWARD DATE June 26, 2014 CITY OF LUBBOCK SPECIFICATIONS FOR Original Town of Lubbock 16" Water Line Replacement RFP 14-11849-TS CONTRACT 11849 PROJECT NUMBER: 91034.8302.20000 Plans & Specifications may be obtained from BidSync.com `AS CITY OF LUBBOCK Lubbock, Texas PAGE INTENTIONALLY LEFT BLANK City of Lubbock TEXAS ADDENDUM # I Revised Proposal Submittal Form/Clarifications RFP 14-11849-TS Original Town of Lubbock 16" Water Line Replacement DATE ISSUED: 22 April 2014 CLOSE DATE: 30 April 2014 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. Revised Proposal Submittal Form The Proposal Submittal Form has been revised and must be submitted with the proposal. Please see line items 8, 9, 11, 14, 15, 18 and 19. In addition, line items 12, 13, 20, 21 and 22 have been added. Please do not submit the originally issued proposal submittal form. The revised proposal submittal form modifies the line item numbering, quantity, and adds four additional items. The revised Proposal Submittal Form is attached to this addendum. Please acknowledge reception of this addendum on the signature page of the Proposal Submittal Form. In addition to the questions and comments below, the following items have been revised and are included as attachments under Addendum 1: 1. Bid Form: Revised Proposal Submittal Form (revisions shown in bold) 2. Drawings: DEM-1, W-1, W-2, W-3, W-4, W-5, D-1 (revisions noted on drawings) 3. Specifications: Table of Contents, Sections 01010, 02449 (revisions noted on specification pages) The following were asked: From BidS me 1. Bid Tabs: What bid Item should the 6" Pipe Pay Under? See revised Bid Tab. 2. Bid Tabs: What bid Item should the 4" Valve and misc. Pay Under? See revised Bid Tab. 3. Bid Tabs: What bid Item should the ARV Pay Under? See revised Bid Tab. RFP No. 14-11849-TS - Addendum 1 - 22 April 2014 1 4. Plan sheet W-2: At sta. 2+96.7 W-1 Water Line Summary calls out 16" Butterfly Valve. This is not reflected in the plan or profile. Will there be a valve at this location? Location clarification will be issued with supplemental drawings and revisions as Addendum 1. 5. Plan sheet W-1: At sta. 0+00, call out reads "Tie to Existing 16" 90' Bend", please confirm that the 16" 90' Bend is existing and none needs to be provided for this location. A bend is shown on City record drawings transitioning into existing 16" cast iron line. All else must be field verified by Contractor. 6. Detail 7/sheet D-1: Air & Vacuum Relief Valve Vault has no call out describing lid. Please call out Lid. Furnish and install traffic -rated manhole opening with cast iron rim and concrete ring lifts on vault lid or traffic -rated (HS-20-44) concrete vault lid with manhole opening. 7. Bid Tabs Items #8, 11, and 13 all call out 16" C-900 DR-18, while Spec 02665, 2.2, B specifies C-905, DR- 21 for Pipe 14" and Larger. Please Clarify. All 16" lines shall be C-905 DR-18. 8. Spec section 02449, all of the even numbered sheets in this section show spec 02314 in footing, please confirm that these are the correct specifications. Section 2449 is the correct footer designation. 9. Plan sheet W-5 calls out 16" pipe thru 20" casing. Spec 02449, 2.1, B reflects min 30" casing for 16" carrier. Please clarify. Drawing W-5 refers to bore under TXDOT ROW. Spec 2449 refers to bore under BNSF Railroad. (See also question 2.) 10. Detail 10/sheet D-1: Butterfly valve in detail appears to be Flanged, connection is not specified. Will these be Flanged or MJ Valves? Butterfly valves shall have mechanical joints. 11. Detail 10/sheet D-1: Please provide detail for aluminum Access Ladder. Ladder detail will be issued with supplemental drawings and revisions as Addendum 1. 12. Detail 8/sheet D-2: Valve Box detail shows 6" C-900 PVC Riser Pipe, while spec section 02665, 2.9, E calls for Cast Iron Valve Boxes, please clarify. As shown on standard drawing 8/D-2, the riser shall be PVC and the box shall be cast iron according to Spec Section 02665, 2.9, E. 13. 20" or 30" casing for the bore under 19th SO Casing under TXDOT ROW shall be 24". (See also question U.) 14. 16" Gate Valve & Box or 16" Butterfly Vault @ W-2 0+00 & 4+27? Two locations on Line W-2 indicate 8" gate valves. 15. We found 9 ea Butterfly Valves in Vaults and 1 ea Air Relief Valve in Vault. Line Item is for 8 ea Butterfly Valves and Vaults and no Air Relief Valve & Vault. See revised Bid Tab. (Note blow off valve in vault north east side of BNSF ROW.) From Pre -Proposal Conference 1. Will the City supply water? The City will supply water. Contractor shall obtain a water meter from Paul Nolan prior to construction. RFP No. 14-11849-TS - Addendum 1 - 22 April 2014 2. Will there be asbestos concrete (AC) pipe to remove on this job? Can we have aline item for removal of AC pipe per square foot? AC pipe is not expected to be removed during this project. An AC pipe removal line item has not been added. 3. Will there be a disposal arrangement made with the landfill on behalf of the City? Contractors are instructed to present bid prices without disposal benefit arrangements. 4. Can we get a `rock clause'? There will be no rock clause. Contractor's bid shall account for possibility of rock present in open cut and bore operations. Clarifications/Changes 1. Drawing W-3 note should read DELETE: "Proposed 16" C-900 PVC Water" REPLACE WITH: "Proposed 16" C-905 PVC Water" 2. All Drawings Water Line Profiles ADD: "Minimum 4ft of cover required" 3. Drawing W-5 delete note DELETE: "Pavement shall be replaced on Ave A as full width lanes" 4. Specifications Table of Contents Addition to DIVISION 2 — SITE WORK ADD: "Section 02670 Abandonment of Water Lines ............... 4" 5. Specifications Section 01010-3, 1.8 PROJECT SCHEDULE Liquidated Damages DELETE: "$100 per day" (in two locations) REPLACE WITH: `*300 for each consecutive calendar day" Zin two locations) 6. Specifications Section 01010-3, 1.8 PROJECT SCHEDULE Substantial Completion DELETE: "180 Calendar Days" REPLACE WITH.365 consectivecalendar days 7. Specifications Section 01010, 3.3 PRE -CONSTRUCTION MEETING DELETE: [Entire Section 01010, 3.3 PRE -CONSTRUCTION MEETING] 8. Specifications Section 02449, 1.1, WORK COVERED BY CONTRACT DOCUMENTS cc „�^s'►11� � ADD: 1.1, C., (10) Personnel, flagmen, inspectors present .. �� OF T 11� on site as required by the Railroad." * � �+5�*J �* *` l GREG JOHN BAiER � 94196 f f.lCEN� f ON AL— � RFP No. 14-11849-TS - Addendum 1 - 22 April 2014 1 3 All requests for additional infoimation or clarification must be submitted in writing and directed to: Tiffini Shelley, Buyer City of Lubbock Purchasing and Contracts Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to Tslennonna,mylubbock.us Questions are preferred to be posted on BidSync: iN-ww.bidsync.com THANK YOU, 74�rw skd��y CITY OF LUBBOCK Tiffin Shelley Buyer City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. RFP No. 14-11849-TS - Addendum 1 - 22 April 2014 4 REVISED PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: PROJECT NUMBER: RFP 14-11849-TS, Original Town of Lubbock 16" Water Line Replacement 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 construction of the Original Town of Lubbock 16" Water Line Replacement 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. Base Bid: ITEM DESCRIPTION QTY U/M UNIT COST EXTENDED COST Mobilization - Contractor mobilization 1 including move -in, set up, move -out and 1 LS clean up cost. Provide and maintain a Traffic Control Plan - 2 Preparation, approval from COL Traffic 1 LS Engineering, and all other work considered incidental to this item. Provide and maintain a SWPPP - Including 3 preparation, NOI, NOT, and all other work 1 LS considered incidental to this item. Locate, survey, and stake alignment for water 4 lines based on existing water utility locations 1 LS and contract drawings. Trench Safety — Complete and in place; 5 including TX PE sealed shoring drawings as 1 LS necessary. 6 Abandon in place and grout fill existing cast 1200 LF iron water line. Open trench and install 8" C-900 DR-18 approved water pipe and tested as herein 7 specified, including all spacers, joint 427 LF restraints, equipment, tools, and labor to erform work. ITEM DESCRIPTION QTY U/M UNIT COST EXTENDED COST Open trench and install 16" C-905 DR-18 approved water pipe and tested as herein 8 specified, including all spacers, joint 461 LF restraints, equipment, tools, and labor to perform work. Jack and bore (BNSF ROW), case, and install 16" C-905 DR-18 approved water 9 pipe inside 30" diam.'/2" thick steel casing 349 LF and tested as herein specified, including all spacers, joint restraints, equipment, tools, and labor to perform work. 10 Cut, plug, trench, and remove existing 16" 2044 LF cast iron water line. Furnish and install 16" C-905 DR-18 approved water pipe in existing trench 11 including all testing, all spacers, joint 2044 LF restraints, equipment, tools, and labor to perform work as herein specified. Install 6" C-900 DR-18 approved water 12 pipe and tested as herein specified, 290 LF including all joint restraints, equipment, tools, and labor to perform work. Furnish and install fire hydrants including 13 all joint restraints; demo existing fire 5 EA hydrants and abandon in place all lead lines in same location. Furnish and install pre -cast concrete vaults 14 including all excavation, joint compound, 10 EA equipment, tools, and labor to perform work as herein specified. Bore (TXDOT ROW), case, and install 16"C-905 DR-18 approved water pipe 15 inside casing and tested as herein specified, 135 LF including all spacers, joint restraints, equipment, tools, and labor to perform work.. 16 Furnish and install ductile iron fittings. 16800 LB 17 Furnish and install 16" butterfly valves. 8 EA 18 Furnish and install 8" gate valves with 3 EA valve boxes. 19 Furnish and install 6" gate valves with g EA valve boxes. Furnish and install 4" gate valve including 20 valve box and all miscellaneous adjacent 1 LS piping. 21 Furnish and install air relief valve. 1 EA ITEM DESCRIPTION QTY U/M UNIT COST EXTENDED COST Furnish and install 8" gate valve and blow 22 off assembly including riser pipe, and all 1 EA labor, fittings, materials, and equipment 23 Saw cut pavement. 15030 SF 24 Pavement replacement (HMAC). 15030 SF Flowable backfill as approved, complete, and 300 CY 25 in lace er COLSpecifications. 26 Engineering contingency (percent of total) 10 1 LS Total Base Bid (Items 1-26): (In case of a discrepancy between the Unit Price and the extended total for a bid item, the unit price will be taken.) PROPOSED DURATION Number of days required for construction: TOTAL CALENDAR DAYS: 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 Calendar Days. 365 Consecutive Calendar Days thereafter stipulated in the specifications and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of $300 for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of 70 calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars ($ ) or a Proposal Bond in the sum of Dollars ($ ), which it is agreed shall be collected and retained by the 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's Initials Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. (Seal if Offeror is a Corporation) ATTEST: Secretary Offeror acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date Date: Authorized Signature (Printed or Typed Name) Company Address City, County State Telephone: Fax: Email: FEDERAL Zip Code TAX ID or SOCIAL SECURITY No. NI/WBE Firm: Woman Black American Native American Hispanic American Asian Pacific American I Other (Specify) By Authorized Representative - must sign by hand Officer Name and Please Print Business Telephone Number E-mail FAX: FOR CITY USE ONLY Bid Form Item Number(s) Awarded to Above Named Firm/Individual: Date of Award by City Council (for bids over $50, 000): Date P.O./Contract Issued: RETURN COMPLETED & SIGNED BID FORM ALONG WITH CITY OF LUBBOCK SPECIFICATIONS. LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE RFP NUMBER, THE CLOSING DATE AND TIME, AND YOUR COMPANY NAME AND ADDRESS. ORIGINAL TOWN OF LUBBOCK WATER LINE REPLACEMENT rA r A + S l ,.. ... ...,..+�. k, ... :H PLACE 16P Cl WATER�LWE QD CIITAADPLLM. EOSTWG 1s' a WATER POIDToN a ONE TO MNAIN UFDDI RR TRACT 2,ALL E FILLED WITH GROUT. p msnkG LP CL wATQm M art ADD PUGGED. THE AEMW" PoRTNMI LWDEA 11TH ST. TO EE FRtfO Wort TRPOLTT. POOSUION,GROufc VAwDONED�UNE VALVE TOREAWIL ((1 M AID PLDG DaSTING S TRST WATER RET@D AD.C. Ma1NECT MF IX1STILw SMVM TO PROPOSED r PVC WATER (}J REIOVE EM6TWGVALVFADD VALET Oa FD.L NI AS ftap ®. 0 ALYIOON EXTSnNG P FIRE womA fT LEAD. AECONECT TO MOPOSED 16' WATER lw 0 0 VALVE TOLE OFT WO(f PLAMAE ulsm aAFwaW MACE. ADD fXtSTINC f.N ME MTInMyI m THE aTr of LIMDWC -_�Q.�:�pp, SCALE V-100' LEGEND - -- EXISTING WATER --- _._.. DOSTEW SEWER -.. TYJSTWG GAS -.- +EOSnNG TRAFFIC Si4TIAL ._,.... WSTING STOIIM SLWER _._.-1 AWNDONEP --. PROPOSED RE/IOVED AOC LwXOFOAM EXLSTINGM.N. ^, MMW WATEa VALVE Lr oasnNGE.tL (� PPOFOSEDNNNDONVALVE DIG-TESS NOTE: CONTRACTOR SHALL CONTACT DIG-TESS (I-SW-DIG-TESS) FOR LMUTY LOCATES NO LATER THAN TWO FULL WORKING DAYS PRIOR TO COMMENCING GRADING PAVINGCO ti� t 1 i�FCC XkN YALM1„S f' St1Wa aE� n Hi+Tn, r—E. ?J A1R 'LOLL i DAIt GDtAAL IDTES: L MOOR TO ANY NNSTNUCTTON ?4:� `• x. W y C, Iw Lubbock DOFEMNT ADM TWS MAN, CALL 10611 M11N1 • SY-LIST. i 3.TO TO R" fATE LOCATIONOF WATEFX0 11/E5. )•O. 114016 1 CDNsn OCnON TAPE SwuM veTAUEDTAs WATEWSEWA PVES. i C.I.P. A'91034.9241.30000 4. r ALDwoFF vALvES smi. M INsTALLED DESIGNED BY: GB i I ON WATER PIERS Mot SF(Clgw FOR DRAWN BY: IF TESTDtG PtROOSES ONLY. CHECKED BY: 3T S. MANOVTONLY: CALL FOR UNE LOCATES SCALE: 1'ilW M HOWLS Pawn TO MGNNING DATE: MARCH, 2014 ANY CONSTDRTwN.UNITY. S. FOLLOW NEST wWAGDKNT P ms TO COFNCY WTTH EMS STORM WATER POLUMON PREVENTION PL'w DEMOLITION 7.ACEYOFLLMFDIXANEVONTEfAS DFPAATNdRCF TRANSPORTAnON ABANDONMENT FEANR WILL AE REQUIRED TO DE pl51TE (MOPING CONSTPL nok •CONTFLFA Om LSM SRLE FOR FIELD DRAWING i VEOFfM ALL LDCATXWS AND DEFEO OF TTE-INSAFK CANE LOCATIONS PRIOR m 3-D-1304 L¢cuwlxccotsTRLx:TIDN.nmaTv OFLLCY.IOt wAL IIO•fMHELD RT3POMSYLE '-- roRANrPaPaRtTwnESNEEDEnmADxsr THE PRDfVYD ONES. DEER-1 ORIGINAL TOWN OF LUBBOCK WATER LINE REPLACEMENT KEIID NOTQ` _ DREW srRVlta LJNE70 EE FXfNpiO. tEW FJf., ulIJ1ALRINE. AMp Wave TIE p TO E%ISTING WATER L14- TOLD 50 190 LEGEND SCALE 1":100' i ___. EGmxc WATER OGSTING SEWER -ExisTu�icm�,wu aalAa -'---WSTLIG STORM SEWER �- M WMW WATER ROC RAOLOFCURR V EATSi1W K. OGSTWG WATER YALYE �j OGSTWG FJL 1't DIG-TESS NOTE: 1 CONTRACTOR SHALL ( CONTACT DIG-TESS (1-800-DIG-TESS) FOR UTILifY LOCATES NO LITER THAN TWO FULL t WORKING DAYS PRIOR TO COMMENCING GRADING/ PAVING/CONSTRUCTION. - ei°L i �i r .^ jT GTCC ARLx BA[N �+EC rJ+ OAEA, P.E. UATE GENERAL NOTES: 1. A� onyx a Lubbock I. MBQZ TO AIrl OOt4TIRICTION DIFFEREIITTROM% MAN.CALL JOSH FWD • 541HUL ...•• L TRN3El WINS LEE IWALLED TO 00LGTE LOCATION OF WATER PL 3.0. 114016 J. COMSTRUCDOM TAPE SRALL RE PdSTA X AMM WATEIUSEWFA MFES. C.I.P. x91034.9241.300001 A. r RLnW Mm SN CE INSTN M WATER FIM WHBI SFEC HM FOR DESIGNED BY; GB DRAWN BY; 3F TERM MwOSF CKV• CHECKED BY: 3T S. MANDATORY: CALL F LINE LO m SCALE: V-100' a tWRs PRIOR TO REG0IMING Am CONSTRUCWH ACrivrrv. DATE: MARCH, 2014 6. FOLLnw REST 11AI1AGENFJlf MIALTI25 _ ____.. TO Cn y WrrH EPAY STOW WAWA PCLUM N MEYENTRIM MAN REVAMM MM GENERAL I.AQ OFUMEOIXANO/ORT LAYOUT OENORMFNT M TRANSPORTATION POWT WRL K R[Q011m TO EE OE sm Dw.OYKTAUCTKRI. l CONTRACTOR 5 RESTOISIELE FOR F910 DRAWING TLE1 SUN tDUTIONS jgl�pR jUK� 3-D-13a ecGINNwG mMsrRLICTIaL. TILE rnr Of LLMROCK WILL H0T EE NfEOEDWEMDS'OMSI_ /�Rm MIIIOROWXYi STO AOKAi 11L1_1 ORIGINAL TOWN OF LUBBOCK WATER LINE REPLACEMENT N4 n E1 • d /A1 t I 't W7 wnmllNESNA+NOJIr s, TEE i yr f j `f4 ,• h�ftAS . it' �� .i \ Y I t � ' ZY6T��14UF st�,• - ;rf. "? "U , � ,.. i. � .� 'r'^rvet 31�;,r�_._ �4 SCALE V-30' Wt WATER URE$L*OLWY: two -TIE TO eOfT1MG IV w sm. w19 •u• IRrITEAFLr VALVE IN vNLr wl9l •Ir 10• NIFIE) ux4 ac x r TEE WMT-SOUM' li'IRNTALVE AL11Ew YNAT wNSF- r GATE VALVE 1+x3 ar 323• lelo UAL2 3x91w0 x.a •Ic9s•Lwo A f• WID_.ArxTft: r• r GTE -u•4s•1ea 3.9f •lr+s• two A+10.x dr IRRTURY VALV4 w VMLT 4+x1.7 •lr 4p Den 9+K •u• u. tea ~a•u•4Y two N.OWOFFVALW 4+f1.1 4mm3rcAsm 4+033 ..E.IY]c AEU sm -atom "SA A.O.W. 7+a.7 •114D LM.S.F. RO.W. - WU AID G9Mf 1+10 .W,r wm, 3.17 .Ir AA 1EID 84272 lV TEE MST -TIE TO Ed"" Lr GL WATERLINE t.29.t -IVxVTu WEST: r GTE VALVE ARO box .V L•9W FL'CTO Va(MO11/ 4 L)(RM TO OE HICIAMCALLY EEomwD"A QfY STMA"m FCR FIRE"VDKWM 4- KOG. (EufA TT. TDWIrWATER AFTER TESTS CCHEEE LEL6E ODTMFIREHYDRANT) -_ -... ... - �--.- -- -- . rrfADw-- ..—.. __.�]90NOfNlrt-At9-.••_•.. rAsf vAON _._ _..__...--... 1. _. .. _ ._ — _. •aw9Ta . - mer ur7i_ —_ — -- 2S ATILNL1WT= SCALLE N>f W I lI r-20 N'VC WwtiA MIOM 4NW 701+t1 SCALE: K L'.ED V. 3••3p' LEGEND _— E MSTIM0 SEWER . _.._EOfrINOOA9 ----fI=W TMHIC W4ft --fgfT"ITOlw SMIR — FROFOTEO WATER lac LWXOFOIt1 Elmm WATEAVALVE ,J f9DSTiNG RL �MOO YPEIw IV k1f vAY VALLT 8T V,0W OFF VALVE CONTRACTOR SHALL CONTACT DIG-TESS t (1.800•DIG-TESS) FOR UTILITY LOCATES NO LATER THAN TWO FULL WORKING DAYS PRIOR TO COMMENCING GRADING/ PAY/AIG/CONsnU)CTION. • c,a.A Lubbock 3.0, 114016 C.I.P. i91034.9241.3DD00 DESIGNED BY: GB DRAWN BY: IF CHECKED BY: 3T SCALE: I"•40' DATE: MARCH, 2014 PLAN AND 1 PROFILE W- 0+00.1 W-2 0+0044+27 DRAWING # 3-a13D4 W-2 ORIGINAL TOWN OF LUBBOCK WATER LINE REPLACEMENT PXDf1:E OF W-t l6' C-S00 RC WATE0. FROM EH3 TO 15 S � — LEGEND --'A"T'",V`R"` --, VUSIING SFWFA 15 0 3 SCALE I"-30' ---'FXImNG GAs _._--E7GSTING IIWFTC SI�AAL -^-EXISEING SiOAN SEINER -- PROPOSED WATER ROC 9 OF CU- W-tWATERUIIESUIWERY: EXISTING W.N. 5+29" EXISTING WATER VALVE j 0USnW FH -l6' X P TEE WEST:PGTEvuVEAND 90X ® i' C409 PVCTO 9A0C OF aIFD MILXRWISTO PE NEUWDCVLY YKiVAJIIWRFltFLY PROP05FD tf'TNR11E11V DIED FER FOR QTY Si FOR FIRE FTRE MYDRNMS VUVF W VAUL -NEW F.M. 917 -16•ANtAC VALWWVNA.T Sefi -1P 9UfTENLY VKVE IN YAUIT ll - PXCTFE WEST: S• GATE VALVE AAA) ROX i'C499P+CTO9 OFLURA -ALL 300M TO RE KECHMIC41Y RESTIWMED PEA CTIY SMNOANDS FOE FIRE NYDRNEIi - RM. DIG-TESS NOTE: Ls.Hn -R• X P TEE WEST: S'GATEVALVEANDROX CONTRACTOR SHALL -c C-W PVC TO RtLR OF 0." CONTACT DIG-TESS -AU.JNhMTDKNEOH,gUC .Y / S FrD9 FARE wD NED "A MY } (1-MG-DIG-TESS) FOR UTILITY LOCATES NO 4Rw F.M. f LATER THAN7W0 FULL WORKING DAYS PRIOR TO ! COMMENCING GRADING/ PAVING(CONSTRUGTION. t cREc Ai+t auER } ti:.....94 J6.....'4 i CNF.G `THN bNER, ?._. �'',`•'i;µ GRiEAAt IlOiES: 1. NOON COIXTERUCTION ••"' CkY of Lubbock DUYATMOAhN FIION TNLS FIAIA CALL xw `LIM 10611 RDD M SK4t5L 2 TRACER IVRIE SHALL EE INSTALLED TO INDICATE LOCATION OF WATEA FRES 1. CAWTR1CTION TAPE SIA119E USTAUADYA90YEWATOWSMER EVES. J.O. 114016 C-LP. $91034.9241,30000 4.r9tD VALVHSHALLREIN AUJO ON WATER FIFES TWRN SPEa"'D FON DESIGNED BY: G8 DRAWN BY: IF TESTING FtAvosFs ONLY CHECKED BY: JT S.WANMTORY:CALLFOKUNELOCm SCALE: 1"k30' 44 HOURS RUORTO REGIW4N6 N1Y CONSTRUCTION ACRVEIY. DATE: MARCH, 2014 A "L""' 96f NNY.GFAiFM /14Ki1Q5 - lb CDNPLY WRN &A[S STORM W I Pa�DN AST nAN PLAN AND PROFILE j W-1 7.Arnr' U.YM000AMDA] 71' DEPARTMEWTOF RN/SPORTO 8+41-15+88.5 T WILL SE REN SnuL TO 9 - K ON SITE plS(TEIXIIUNGNP67RIUl'TI1011- IL mNTMLIpt IS RFSPONS ILE FOR R" DRAWING A` TINS i1NE iouiwE6 FRwR Tp OF 3-D-1304 SEGIIPIRIG Op6TMURl@L THE Ct1Y OF LO99OOc WILL NOT 9E FVID RESPO dUN E MOLCNHAIKAS NEEOEO Tn)DR1Sf W'3 TO ORIGINAL TOWN OF LUBBOCK WATER LINE REPLACEMENT ] 0 77 AVEI, ZI . . . ....................... ......... -"wgyAG 4-TAST WATER 2 'VALVE TOA=0, AND '41 Sil .41 , 00, - No Im OF W-1 IV c4m PVC WATER Mad 15.42 M U,22 ow—W SCALE V-30 LEGEND sac wnOF CURS fnsIMG K. DUrM WATER VALVE 0 MMAMVALVE DVALVE W VAULT i DIG-TESS NOTE* O,FOR UTILITY NO W-AWATEALMESUl"Ry. LATER THAN TWO FULL WORKING DAYS PRIOR TO xnyERFLv mw AND VAULT COMMENCING GRADING/ -IV X 4- TU PAVENWCONSTRUCTION. .............. ...... ww' TT -VO9WPXTO&%CKOFOJRX 9,105 eFTFU� MR OrYAehvorTANDRDS FOR FIRE wm -NAW F.X. .1VAR1PYORMYVALWAM c GENUVW harm t*Lubbock "MNR� �Z 0FCJPM�ISFA&L low nboosi"IsZ. 2.7RA=VnAESKA,L4V5TAU.W TO *"All LOCATION Of WATER KML J.0. 114016 3.QONSTRUCTMTAM�K NOTALLED 2 ABOVE MTSMEWER PENS. 491034.9241.30000 DESIGNED BY. G8 4.r "" O".0VA06SKULDE IWALLED DRAWN BY, JF ON WATER PIPES WHEN 5FEa UED FOR TE6IWPURPOSE$ONLX CHECKED BY: JT S. KUMTORY: CALL MR LUO! LOCATES I SCALE: 1'.30' 4a HOURS PRIOR TO ImmikQ ANY comsnuxnom Acnvrrv. DATE: MARCH, 2014 S. FOLLOW SEff KqW.EMW PRACTICES 70 COWLY WITH EPA3 STORK WATER FawaIOe PREVENTIOk KAN PLAN AND PROFILE UWWAWJ(m W-1 7.AO OFUXl.=M0XRT-M D&AATMWFOFTRQdPOKTATM 15+85.5-22+21 rffWILL EE REQUIRFD TO LIE OUNDIGCONSTRlK.T1R1. — t COWnLACrOK 15 REWONSUILE MR FIELD DRAMAIG aE VOUJY ALL LOCATIONS AND DEPTM OF TIE-04 AND LIK LOCATIONS FlUOR TO 3-D-1304 lffiuoNLG CONSTRUC11OK NIE Q OF UU66= WILL NOT K tICID REVOkMA fORANY HUM OWJ6MW-EDtDTOAOW W-4 ORIGINAL TOWN OF LUBBOCK WATER LINE REPLACEMENT 3 15 Q SCALE 1"-30' WL WATER UK Akv m: I IPxvTu MNf OFTTRED E/ERNE VMCAIMR$OL6,VYLOOSAND OND 0.WD5 LWIOvRMOEI xDY S +IEW F.X, 15epA.1 -u• so" Rua ss+lu -liF 1D D6iTll4 P FVC WATER 1T+» _IV RUTTERFLY VALVE IN VAL T 11t-.+ v.v.+ -IP+SA Eva Z� n+ fiEON AOREAND N• S11SL USFAfuNT � .OT A.O REGI UC) . 3r R.O.W. LAITTUUD :-I0 LSTy LONGITUDE: aouxlollu -,AT rUO6 n N• STEEL -va TYDOT 0.0.W. OTfIUDE: I].STlf41f+E IDNGIIUDE: IDISXZ»i» 1 19r51.] -IP+S+EFNO 19s5- -it•1Y EEND 1w» -IV MRTERILY VALVE IN VAULT »HL1 -lf• 9M Kla -TIE N EJ2STIIYa St• MC WATER FROFILEaw-I LE•t.ao FVC wA nnN�l .a ro w.LLI LEGEND ---EamNc WATER -.._. EXISTING SEWER - --ETISrINGTAMi' sewa —utlmNG — FR00.YED WA SEWER WATER --FR,'MED ADVIDON WAIEI DOC DKJL OF MU Li mmNG N.N. DIVlWi WATER VALVE .') rAwnNG F.N. rj »,uIEoADULoalvuvE OPROIOSEO VALVE PMOPDSED &v vL TEAry�Y VALVE IM VNx.i DIG-TESS NO CONTRACTOR %iA L CONTACT DIG-TESS (I-NO-DIG-TESS) FOR UTILITY LOCATES NO LATER THAN TWO RILL WORKING DAYS PRIOR TO CDMMENCING GRADING/ PAVINGICONSTRICT[ON. GALC JWY NA[0. tt ••••••.RI1L6 .,.., Y� Teti ' "Efi.i:s: W-I WATER UNF SIyvIERY: ___ I ' D 00 -IV %P LEE ORC.0 0A E. YKST:PWTEVALVENa ADR ,f `.�` L D,SS S UT Eva -SOUTH: -mas COWIECTE+DSIDT Sa1VICE. I DATE. (WSTTNG IN THE nEuI.) ION TO EE VE1IIfIFD IN THE FlaDJ F aM I. mum TO MY CoNsTmiam OVf(RE NT FROM TXIS *Lubbock FLAN. JOSH rum S4Nln 2 TRAQA WERE SWAN RE INSTALLED TO INDICATE LOCATION OF WATER EVES. I I, CONSTRUCTION TAPE OWL RE "s um rAROVl w.TaysEWER FLEES. , ].O. 114016 i C,I.P,#91034.9241.30" +.1•ELnwvsVALv6 SMNL DEINSTALLEO DESIGNED BY: GO ORWATERMESWHENSFEOFVDFOR TESTVIG PURPOSES ONLY. DRAWN BY: JF CNECKED BY: JT S. IMNOATORY: CML POR UNE LOCATES SCALE: 1"s30 + HOURS FROR TO 6GGL%INO DATE: MARCH, 2014 ANY CONSTAUCOL)NACTIVITY. C FOLLOW WEST NANAGEf4ENT PRACTICES TO CONFLY WITH EPAI m'IIW WATER � PLAN AND PROFILE W-1 T. A CITY Of L UN= MOM TEXAS DEPARTMENT OF TRNNSFORTAnoft 22+21-29+89.3 FERMIT WILL DE REQUIRED TO fE ,NOTE DL.Rlra awsmictux _ R. CONTMCTOR LS ResroaJME CR flab DRAWING T WS�ANO �—T- fRW�R TO KGIIYNVNG NNtii1v1CT10N, iHECITY 3- -1309 '- - OF UATDOCX WILL NOT DE HELD RESP,LOWE 0 ANYW L W6ES NEEOW TO AWAT W-5 I c l Zul^ "` 3;a iy S nc� n a fp X LL Pik LAJ Owl 1YNJ/SAPS oil n�A, -A - gig It 1, TABLE OF CONTENTS CITY OF LUBBOCK ORIGINAL TOWN OF LUBBOCK 16" WATER LINE REPLACEMENT DIVISION 1— GENERAL REQUIREMENTS 01010 Summary of Work --------------------------------------------------- ------4 01019 Contract Considerations ---------------- ------------------ --------------- 1 01028 Change Order Procedures --- --- —-------------- ---------------- ------ 3 01039 Coordination and Meetings ----- ------- ----- — -------------------------- 2 01140 Work Restrictions ----------- ---------------------------- — -------- _w-_ 3 01300 Submittal Procedures --------- --------- —-------------- —------------------- 4 01310 Progress Schedules ---- ------ ---------- --_—--------------- ------------ 2 01356 Storm Water Pollution .Prevention Plan --------------------------------- 4 01380 Project Photographs------------------------------------------------------2 01400 Quality Requirements -------- -------- —-------------------------------- —__ 4 01410 Testing Laboratory Services ---- —------------- --------------- ---------- 3 01555 Barricades, Signs, and Traffic Handling -------------- _—__----------- 1 01576 Waste Material Disposal ----------------------- — ------ — ------------ —_-2 01700 Contract Closeout ---- -------- — --------------------------------------------- 2 DIVISION 2 — SITE WORK 02082 Pre -Cast Concrete Vaults --- ----------------- —---------------- ---------- 3 02221 Removing & Replacing Existing Pavements ------------- —------------ 2 02240 Dewatering------------------- —-------------------- —------------- ------- -- 3 02260 Excavation Support and Protection ------------------- ------------- ----- 3 02317 Excavation and Backfill for Utilities------------------------------------- 10 02320 Utility Backfill Materials ------ —----- —----- —------- _----------------- —_ 4 02445 Boring and Encasing---------------------------------------------------4 02449 Jack & Bore Under Railroads & Streets ------------------------ —------ 9 02665 Water Piping, Valves, and Fittings --- —------------------ --------------- 14 02670 Abandonment of Water Lines ------------- —-------------------- _--- __—__ 4 DIVISION 3 — CONCRETE 03300 Cast -in -Place Concrete E vnginat Lu000cK Water Line Replacement Table of Contents March 2014 SECTION 01010 SUMMARY OF WORK PART 1 GENERAL 1.1 SUMMARY A. This section covers the description of the Work to be completed under these Specifications. B. The OWNER is the City of Lubbock. (1) The Owner's Representative is: John Turpin, PYE. Chief Water Utilities Engineer City of Lubbock O: (806) 775-2342 (2) The Project Manager is: Greg Baier, P.E. Civil Engineer Water Utilities Engineering City of Lubbock O: (806) 775-2394 C. Section includes: (1) Definitions (2) Project description (3) Permits and licenses (4) Access to site (5) Contractor's use of the premises (6) Project schedule (7) Security Procedures (8) Coordination requirements (9) Pre -construction meeting (10) Warranty 1.2 DEFINITIONS A. Famish: To supply products to the project site, including delivering ready for unloading and replacing damaged and rejected products. B. Install: To put products in place in the work ready for the intended use, including unloading, unpacking, handling, storing, assembling, installing, erecting, placing, applying, anchoring, working, finishing, curing, protecting, cleaning, and similar operations. C. Provide: To furnish and install products. D. Indicated: Shown, noted, scheduled, specified, or drawn, somewhere in the contract documents. Original Lubbock Water Line Replacement 01010-I March 2014 1.3 PROJECT DESCRIPTION A. The purpose of this project is to remove existing 16" cast iron water line east of Interstate 27, from Broadway to 19tt' Street, and provide a new 16" potable water line in the same location including: over 300 feet of jack and bore under BNSF Railroad right- of-way, a bore under 19th Street in TXDOT right-of-way, an additional 8" water line loop, and miscellaneous re -connections in the Original Town of Lubbock area. B. Major work items are: (1) Abandon in place and grout fill existing 16" cast iron water line from Broadway to 16`n Street and provide new 16" PVC water line along alternate alignment. (2) Provide new 3" PVC water line loop in alley near Broadway Street and Avenue A. (3) Jack and bore under BNSF Railroad right-of-way and provide 16" PVC water line in casing. (4) Remove existing 16" cast iron water line from 161h to 19"' Street and provide new 16" PVC water line in existing trench. (5) Bore 19"' Street intersection along Avenue A in TXDOT right-of-way and provide 16" PVC water line in casing. C. The Contractor shall furnish all labor, equipment, and materials required for the complete construction of the work as shown on the drawings and specified herein. D. All work shall be performed in accordance with the most recent City of Lubbock Design Standards for Water and Sanitary Sewer construction. E. A maximum of 500 feet of trench open at a time. 1.4 Work shall also include restoration or replacement of all removed or damaged pavement, curb, sidewalk, gutter, shrubbery, fence, sod or other disturbed surfaces or structures in a condition equal to that before the work began to the satisfaction of the Engineer. 1.5 PERMITS AND LICENSES A. Contractor shall provide qualifications to the Owner upon request to display evidence of competency and authority to perform required work. B. Contractor shall be responsible for obtaining all required permits. C. Contractor shall submit copies of all permits, licenses, and similar permissions obtained, and receipts for fees paid, to the Owner. 1.6 ACCESS TO SITES A. Contractor shall limit access to the site to authorized personnel only. B. Contractor shall adequately barricaded open excavations and construction material and equipment as to prevent unauthorized personnel from accessing. C. The Owner shall locate and designate all manhole access points open and accessible for the work, and provide rights of access to these points. D. Contractor shall coordinate with the City Solid Waste Services to maintain trash pickup schedules when working with in the alley right of way. Original Lubbock Water Line Replacement 01010-2 March 2014 1.7 CONTRACTOR'S USE OF THE PREMISES A. The space available to the Contractor for the performance of the work, either exclusively or in conjunction with others performing other construction as part of the project, is restricted to the area shown on the site plan of the contract drawings unless the Contractor makes arrangements to use additional space with the Owner. B. The contractor shall ensure that any disturbed area is left in a condition equal to or better condition before finishing construction in the area. 1.8 PROJECT SCHEDULE __ A.arized above shall be substantially completed withi 365 consecutive calendar days 6om. the date of the Notice to Proceed. B. There will be a $300.00 per consecutive calendar day iquidated damages for each day that exceeds the 60 day limit. C. Within five (5) business days after the date of the Substantial Completion Certificate, the Engineer shall issue a Final Punch List of items to be corrected prior to Final Completion. D. Punch list items sh feud s from the date of the Final Punch List. There shall be $300 per consecutive calendar day liquidated damages assessed for each day that exceeds the 30 day limit. PART PRODUCTS Not used. PART 3 EXECUTION 3.1 SECURITY PROCEDURES A. Contractor shall limit access to the site to persons involved in the work. B. Contractor shall provide secure storage for materials for which the owner has made payments and which are stored on site. C. Contractor shall secure completed work as required to prevent loss or damage. D. Contractor shall secure sites by means of fencing, security guards, or other means to prevent damage, theft, safety hazards, or other problems on the site. E. The use of security personnel shall be cleared with the Owner. 3.2 COORDINATION REQUIREMENTS A. Contractor shall inform the Owner when coordination of the work is required. B. If necessary, inform each party involved, in writing, of procedures required for coordination; include requirements for giving notice, submitting reports, and attending meetings. C. Coordinate shop drawings prepared by separate entities. D. Show installation sequence when necessary for proper installation. Q 1 3.3 DDT G()NST-RUCTION MEETPNG Original Lubbock Water Line Replacement 01010-3 marcci 4v 14 3.3 WARRANTY A. Contractor shall warrant 100% of the project for one (1) year after the date of substantial acceptance of the work. B. On the eleventh (11) month from the date of final acceptance, an Owner's representative will schedule an inspection with the presence of the Contractor to inspect for defects and assessment of the work performed. C. Any work that is considered defective by the Owner's representative will be repaired. D. The Contractor shall remedy any defects in workmanship, and pay for any and all damages of any nature whatsoever resulting in defects at no cost to the Owner. END OF SECTION Vrigmal Lubbock Water Line Replacement 01010- March 2014 M SECTION 02449 JACK & BORE UNDER RAILROADS & STREETS PART1 GENERAL 1.1 WORK COVERED BY CONTRACT DOCUMENTS A. The section covers utility bores and placing steel encasement in open cut trenches. B. The encasement will be installed at the locations indicated on the attached plans. C. The contractor will be responsible for providing all labor, materials, equipment and incidentals necessary to accomplish the following: (1) Training and insurance required by Railroad or local jurisdiction. (2) Verifying existing utilities (3) Construction of the bore and bore pits or trench cut. (4) Installing the appropriate steel casing. (5) Installing the water supply pipe in the steel casing using the pipe manufacturer's recommended practices. (6) Backfill all excavations. (7) All traffic barricading and control. (8) All trench safety requirements. 9 Implementing a best management plan for the control of storm water runoff (10) Personnel, flagmen, inspectors present on site as required by the Railroad 1� 1.2 CONTRACTOR USE OF SITE A. Limit use of site to allow: (1) Owner operational capacity. (2) Railroad, local jurisdiction, or other occupants use to remain unhindered. B. Coordinate use of site under direction of Owner's Representative, Railroad, Texas Department of Transportation (TxDOT), and/or other occupants. C. Execute Work in a coordinated manner to avoid conflicts with Owner's operations or other Contractors. D. Move any stored products under Contractor's control, which interfere with operations of (1) Owner. (2) Railroad. (3) TxDOT right-of-way. E. Assume full responsibility for the protection and safekeeping of products furnished under this contract, stored on or off the site. 1.3 WORK SEQUENCE A. Construct Work to accommodate Owner's occupancy requirements during the construction period. B. Sequence and schedule shall balance Owner's and Occupant's operational requirements of adjacent utility work and construction schedules of other goverrunent agencies, however, Footer on even 1 and odd pa',*es Original Lubbock Water Line Replacement 02449 — l revised ` March 2014 Contractor's coordination for construction schedule and operations shall be with the Engineer or the Owner's Representative only. 1.4 SUBMITTALS A. Provide written plan with methods and materials to be used in bore and casing process, including depths for pits and shoring plans. This will be reviewed by Engineer and Owner's Rep. to determine the need B. Provide shop drawings or manufacturer literature for casing spacers; include drawings of proposed locations within pipe casing. 1.5 STANDARDS A. All work shall be accomplished in accordance with the following standards: (1) AWWA C-206 "Field Welding of Steel Water Pipe" (2) AWWA C-210 "Liquid Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines" (3) AASHTO M-190 "Bituminous Coated Corrugated Metal Culvert Pipe and Pipe Arches" (4) AASHTO Standard Specifications for Highway Bridges, 1993. (5) ASTM A-36 "Carbon Structural Steel" (6) ASTM A-123 "Zinc (Hot Dipped Galvanized) Coatings on Iron and Steel Products" (7) ASTM A-135 "Electric —Resistance —Welded Steel Pipe" (8) ASTM A-139 "Electric— Fusion (Arc) — Welded Steel Pipe" (NPS4 and over) (9) ASTM A-153 "Zinc (Hot Dipped Galvanized) on Iron and Steel Hardware" (10) ASTM A-307 "Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength" (11) ASTM A-449 "Quenched and Tempered Steel Bolts and Studs" (12) ASTM A-568/M "Steel, Carbon, and High Strength, Low Alloy, Hot -Rolled and Cold - Rolled for Commercial Quality" (13) ASTM C-76 "Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe" (14) ASTM D-4254 "Test Methods for minimum Index Density of Soils and Calculations of Relative Density" (15) OSHA PL 91-596 (16) OSHA Pub 2226, SHR Part 1926, Subpart P "Excavation, Trenching & Shoring" (17) 49 CFR Part 195 "Transportation of Liquids by Pipelines and Amendments." B. Additional standards contained in the City of Lubbock Public Works Engineering Design Standards and Specifications handbook also apply. C. Additional standards may be required by railroads within project site. (1) This project will require adherence to Burlington Northern Santa Fe (BNSF) "Utility Accommodation Policy" (2) In addition, all requirements outlined in BNSF permit number — shall be adhered to. D. Where standards overlap or conflict the more stringent standard shall prevail unless approved by the Engineer. 1.6 QUALITY ASSURANCE Original Lubbock Water Line Replacement 02449 — 2 March 2014 A. Installer's Qualifications (1) Installers shall be competent and experienced in boring work of equal scope. (2) Installers shall provide proof of successful, related work experience with references. This will also apply to sub -contractors. (3) Installers shall have the necessary qualifications required for working on or near active railroads. These qualifications shall be specific to the Railroad company present on project site. B. Job Conditions (1) Where work is in the right-of-way of any government or corporate jurisdiction, the Owner will secure the appropriate permits or easements. The Contractor shall observe regulations, instructions and limitations of each right-of-way owner. Coordination shall be through Owner's representative. (1) Comply with the requirements of the pen -nit and/or easement, a copy of which is included in the Appendix. The work within the Texas Department of Transportation (TXDOT) shall comply with TXDOT specifications. The work within the Lubbock County shall comply with Lubbock County Standards. The work within the railroad shall comply with the railroad 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 rightof-way Owner as is required. (2) Excavated material shall be kept off of roads and railroad tracks (or right of way) at all times. (3) No blasting is allowed at any time. (4) The Contractor shall protect existing pipelines, utilities and railways. The Contractor shall verify location and elevation of all pipelines, power lines and communication cable in the construction area prior to execution. Verification of existing pipe and cable utilities shall be the sole responsibility of the Contractor. (5) The Contractor shall restrict work to the jack and bore operations as described in the plans and technical specifications for the project. (1) Verification of location of existing utilities shall be the complete responsibility of the Contractor. 1.2 OWNER & OCCUPANT A. Cooperate with Owner to minimize conflict, and to facilitate Owner's and other Contractor's operation. B. Schedule the Work to accommodate this requirement. PART PRODUCTS 2.1 STEEL CASING A. Steel casing pipe shall have a minimum yield strength of 36 ksi. Casting shall meet ASTM A-36, ASTM A-568, ASTM A-135, ASTM A-139 or approved equal. B. The minimum size and wall thickness of jacked steel pipe casings shall be as follows, unless otherwise required by the agency having jurisdiction over the road, utilities, or improvements. Original Lubbock Water Line Replacement 02449 — 3 March 2014 Carrier Min. Casing Min. Steel Casing Pipe Size Size (O.D.) Wall Thickness 4" 12" 3/8" 6" 14" 3/8" 8" 16" 1/2" 10" 18" 1/2" 12" 20" 1/2„ 16" 30" 1/2" 20" 36" 1/2" 24" 42" 1/2" C. The steel casing shall be new, free of any structural defects such as cracks, dents, bends or heavy rust. Used Casing may be used with the Owners Representative approval and inspection. Casing joints shall be fillet welded according to ASTM C-206. D. For casing pipe crossings under roadways/railroads (1) , the Contractor shall comply with the regulations of said authority in regard to design, specifications, and construction. (2) State highway casing installations shall be as specified in the FDOT, "Utility Accommodation Manual," and E F CV (3) for railroads, the American Railway Engineering Association manual for Railway Engineering, Chapters 1, Part 5, Section 5.2, "Specifications for Pipelines Conveying Nonflammable Substances," shall be applicable. (4) In no case shall the minimum casing pipe diameter and wall thickness, for a specific carrier pipe size, be less than that specified under Paragraph 2.1 A. The boring and jacking operations shall be done simultaneously, with continuous installation, until the casing pipe is in final position. (1) Correct line and grade shall be carefully maintained. (2) Add on sections of casing pipe shall be full -ring welded to the preceding length, developing watertight total pipe strength joints. (3) The casing installation shall produce no upheaval, settlement, cracking, movement, or distortion of the existing roadbed or other facilities. Following placement of the carrier pipe within the steel casing, brick and mortar shall be used to seal each open end. (4) Unless approved otherwise by the Utilities Engineer, a two-inch vent pipe shall be installed on the casing. Casing pipe holes shall be mechanically bored through the soil by a cutting head on a continuous auger mounted inside the pipe. The auger shall extend a minimum distance beyond the end of the casing pipe to preclude formation of voids outside of the pipe shell. Ori?inal Lubbock Water Line Replacement 02449 —4 March 2014 H. The casing pipe shall be adequately protected to prevent crushing or other damage under jacking pressures. Backstops shall be provided for adequately distributing the jack thrust without causing deformation of the soil or other damage. Should the casing pipe be damaged, such damaged portion, if not in the hole, shall be replaced; however, if inserted, the encasement pipe shall be abandoned in place, grouted full, and suitably plugged, and an alternate installation made. I. Required boring and jacking pits or shafts shall be excavated and maintained to the minimum dimension necessary to perform the operation. Said excavations shall be adequately barricaded, sheeted, braced and dewatered, as required, in accordance with the applicable portions of Section 02200, "Utility Excavation, Trenching, and Backfilling," and OSHA requirements. Boring and jacking pits will normally be no closer than five feet from the edge of pavement, with the permitting agency having final determination of the required setback distance. 2.2 CASING SPACERS A. Casings spacers shall be sized to allow the bell of carrier pipe to clear the casing, not necessarily to center the line vertically within the casing. B. Casing spacers are required shall be determined by manufacturer, with one spacer located within 24" of the ends of each pipe C. Approved casing spacers include: (1) Advance Products (2) BMW (3) Cascade (4) CCI Pipeline (5) Culpico (6) PSI D. Other casing spacers may be used with approval from the Owner Representative or the Engineer. 2.3 JOINT RETRAINT A. For line lengths in excess of 100 feet, approved joint restraint devices which prevent over - insertion shall be required: (1) EBAA Mega -Stop (for push direction only) (2) CertainTeed Certa-Lok (3) Other over -insertion protection devices must be submitted prior to approval. B. Contractor shall provide joint restraint materials and methods which do not conflict with pipe spacers. 2.4 MORTAR MIXES A. CEMENT MORTAR: Consisting of one (1) part cement to two (2) parts clean sand with sufficient water to make a thick workable mix. B. CELLULAR GROUT MIX: The cellular grout shall be a low -density, non -shrink grout composed of Type II Portland cement, water, and a preformed foam. (1) The cellular grout shall have the following characteristics: (a) Minimum 28-day Compressive Strength = 150 psi Original Lubbock Water Line Replacement 02449-5 March 2014 (b) Slurry (Wet) Density = 50 to 60 pcf (c) Cement = Type II, per ASTM C150 (d) Water = Potable (e) Foam = Per ASTM C869 (f) Water/Cement Ratio = 0.56 to 0.60 (2) Grout shall meet the following requirements, as verified by independent laboratory tests: (3) No shrinkage from the time of placement, or expansion after set, under ASTM C-827 and CRD-C621-83. When non -shrink grouts are tested under CRD-C621-83, the grout shall be tested in a fluid state. A fluid state shall be defined as flowing through a flow cone at a rate of 20 seconds, plus or minus 5 seconds. C. 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, one cubic foot of commercial grade bentonite may be added to each 12 to 15 cubic feet of the slurry. PART 3 EXECUTION 3.1 GENERAL A. Boring shall proceed from the low or downstream end of crossing unless otherwise specified or instructed. B. Water used for lubrication of cuttings in conjunction with boring operations shall be permitted. Jetting shall be prohibited. C. Contractor shall be fully responsible to insure the boring methods used are safe and adequate for workers, installed pipe, property, the public, adjacent utilities and other site conditions. D. The bore must be at or near level. A tolerance of 1/2 % grade either positive or negative will be allowed. E. Contractor is responsible for removing all excavated material. F. Contractor shall be responsible for trench safety and all traffic control requirements. 3.2 RAILROAD REQUIREMENTS A. A safety orientation course will be completed by all workers prior to entering Railroad property. B. It is the Contractor's responsibility to conduct the safety training and implementation of a safety program for its employees. C. Training materials are available on the web site: www. contraororientation.com. D. The Contractor must comply with all federal, state and local safety regulations. E. For Railroad cable locates call (for BNSF 1-800-533-2891) prior to beginning jack and bore work. BNSF form "Underground Cable Location & Acknowledge" will be completed by a BNSF representative and copy provided to the Contractor. The Contractor must have this completed form in possession at the job site at all times. F. Rail elevations over the work must be monitored at intervals prescribed by Railroad to detect any track movement. Movements of over one -quarter (1/4) inch vertically shall be immediately reported to the Railroad Roadmaster. Due to the danger to rail traffic that is caused by only small amounts of track movement, Railroad forces may have to be called to surface the track several times. Original Lubbock Water Line Replacement 02449 — 6 March 2014 G. The following shall be limits to jack and bore construction methods: 1) The use of water under pressure jetting or puddling will not be permitted to facilitate boring, pushing or jacking operations. Some boring may require water to lubricate cutter and pipe, and under such conditions, is considered dry boring. 2) Where unstable soil conditions exist, boring or tunneling operations shall be conducted in such a manner as not to be detrimental to the railroad being crossed. 3) If excessive voids or too large a bored hole is produced during casing or pipeline installations, or if it is necessary to abandon a bored or tunneled hole, prompt remedial action should be taken by the Contractor. 4) All voids or abandoned holes caused by boring or jacking are to be filled by pressure grouting. The grout material should be sand cement slurry with a minimum of two (2) sacks of cement per cubic yard and a minimum of water to assure satisfactory placement. 5) The hole diameter resulting from bored or tunneled installations shall not exceed the outside diameter of the utility pipe, cable or casing (including coating) by more than one and one-half (1-1/2) inches for pipes with an inside diameter of twelve (12) inches or less, or two (2) inches on pipes with an inside diameter greater than twelve (12) inches. 6) Pits for boring, tunneling or jacking will not be permitted within thirty (30) feet of the centerline of track; or closer to the track than the toe of fill slopes in fill sections, or toe of shoulder slopes in ditch sections when pipes are allowed on the railroad property. 1.1 JACKING A. Casing pipe holes shall be mechanically bored through the soil by a cutting head on a continuous auger mounted inside the pipe. B. The boring and jacking operations shall be done simultaneously, with continuous installation, until the casing pipe is in final position. C. Correct line and grade shall be carefully maintained. D. Casing Protection (1) The casing pipe shall be adequately protected to prevent crushing or other damage underjacking pressures. (2) Should the casing pipe be damaged, such damaged portion, if not in the hole, shall be replaced; however, if inserted, the encasement pipe shall be abandoned in place, grouted full, and suitably plugged, and an alternate installation made. E. The auger shall extend a minimum distance beyond the end of the casing pipe to preclude formation of voids outside of the pipe shell. F. Add on sections of casing pipe shall be full -ring welded to the preceding length, developing watertight total pipe strength joints. G. The casing installation shall produce no upheaval, settlement, cracking, movement, or distortion of the existing roadbed or other facilities. H. Following placement of the carrier pipe within the pipe casing. Only approved casing seal methods shall be used. Original Lubbock Water Line Replacement 02449 — 7 March 2014 I. Backstops shall be provided for adequately distributing the jack thrust without causing deformation of the soil or other damage. J. Unless approved otherwise by the Utilities Engineer a two-inch vent pipe shall be installed onto the casing. 1.2 JACK & BORE PITS A. Required boring and jacking pits or shafts shall be excavated and maintained to the minimum dimension necessary to perform the operation. B. Placement of equipment in the approach trench of the jacking pit shall be firmly bedded on the required line and grade using heavy timbers, structural steel, or concrete cradles of sufficient length to provide accurate control of jacking alignment. Provide space to insert the casing lengths to be jacked. Anchor the timbers and structural steel sections to ensure action of the jacks in line with the Jacked Pipe Casing axis of the casing. Place a timber or structural steel bearing block between the jacks and the end of the casing to provide uniform bearing upon the casing end evenly distribute the jacking pressure. C. Shoring & Bracing (1) Said excavations shall be adequately barricaded, sheeted, braced and dewatered, as required, in accordance with the applicable portions of Section 02200, "Utility Excavation, Trenching, and Backfilling," and OSHA requirements. (2) The approach trench for jacking or boring operations shall be adequately shored to safeguard existing substructures and surface improvements and to ensure against ground movement in the vicinity of the casing portal. (3) Bracing and shoring in and around existing utilities shall be the responsibility of the Contractor. The Engineer or .Owner's Representative may determine that the conditions warrant shoring or bracing plans sealed by a Texas Professional Engineer at the Contractor's expense. D. Boring and jacking pits will normally be no closer than five (5) feet from the edge of pavement, with the Owner or Occupant having final determination of the required setback distance. E. After jacking equipment and debris from the tunnel have been removed from the approach trench of jacking pit, prepare the bottom of the jacking pit to support pipe according to standard trench details. Remove all loose and disturbed materials below pipe grade to undisturbed earth and re -compact the material in accordance with Sections 02317 and 02320. 1.3 PIPE INSTALLATION A. Contractor shall use approved joint restraint devices for pipe within casing for lengths over 100 feet. B. Contractor shall use approved spacers as specified to install pipe in casing. C. The ends of the encasement shall be sealed after the carrier pipe is installed to prevent soil creep into the pipe. 1.4 SITE RESTORATION A. Areas of railroad property, disturbed by the installation, maintenance, removal and relocation of utilities shall be kept to a minimum. Original Lubbock Water Line Replacement 02449 — 8 March 2014 B. Disturbed areas shall be returned to normal grade and elevation, with compaction of backfill material, and all excess or undesirable material removed by the Contractor. C. The Contractor shall replace destroyed vegetation by sodding, or seeding, fertilizing and mulching, or a combination thereof. D. Unused material or debris shall be removed from the work site area. At the end of every construction day, construction equipment and materials shall be removed as far from the operating railroad tracks as possible (minimum 25 feet from centerline). All machines will be disabled when not in use to prevent unauthorized operation. END OF SECTION Ori?inal Lubbock Water Line Replacement 02449 — 9 March 2014 TEXAS ADDENDUM # 2 Supplemental Drawing and Clarifications RFP 14-11849-TS Original Town of Lubbock 16" Water Line Replacement DATE ISSUED: 25 April 2014 CLOSE DATE: 30 April 2014 at 2:00 p.m. The following items take precedence over the drawings and 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. In addition to the questions and comments below, the following item has been revised and is included as an attachment under Addendum 2: 1. Drawings: SD-01 Blow Off Detail (supersedes "Blow Off Detail" on sheet D-1) The following were asked from BidSync: 1. Is there a model number or any more specifics on the 16" air relief valve? No specific model will be given. Competitive pricing is desired on products that meet the specifications and approved vendors listed in project specifications section 02665.2.9.D and the most recent version of the City of Lubbock Public Works Engineering Minimum Design Standards and Specifications section 5.6.09. All product discrepancies will be handled during the submittal period of construction. 2. On the blow off valve: I see the 24" flanged outlet... is there a 24" pipeline somewhere? The drawing is confusing. What exactly is needed for the blow off valve? Refer to Supplemental Drawing SD-01. r*:................. . f GREG JOHN EWER j �94196 RFP No. 14-11849-TS - Addendum 2 - 28 April 2014 All requests for additional information or clarification must be submitted in writing and directed to:. Tiffin Shelley, Buyer City of Lubbock Purchasing and Contracts Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to Tslennon cbmylubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com THANK YOU, 7r s CITY OF LUBBOCK Tiffmi Shelley Buyer City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if any language requirements etc.,or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. RFP No. 14-11849-TS - Addendum 2 - 28 April 2014 2 rn 0 ORIGINAL TOWN OF LUBBOCK WATER LINE REPLACEMENT SLOPE TO DRAIN IN ALL DIRECTIONS F, TJi III•- 12" MAX I SEAL ALL JOINTS PER MANUFATURES REQUIREMENT ON PRECAST VUALTS BLOW OFF DETAIL SCALE 1"=5' 30" DIAMETER MANHOLE LID 275 LB FRAME & COVER 8" PVC C900 PIPE RISER HORIZANTAL w BRACING Q 8" GATE VALVE 16"X8" TEE CONCRETE PIPE SUPPORT #4 BARS @ 12" O.C. EACH WAY DRAWING # 3-D-1304 REVISIONS 1 I LEGEND DIG-TESS NOTE: CONTRACTOR SHALL CONTACT DIG-TESS {U -II LOCATE FOR NO LATER THAN TWO FULL WORKING DAYS PRIOR TO COMMENCING GRADING/ PAVING/ CONSTRUCTION J.O. 114016 C.I.P. #91034.9241.30000 DESIGNED BY: GS DRAWN BY: IF CHECKED BY: IT SCALE 1"=S' DATE: 4/23/14 to city cf *Lubbock MAS BLOW OFF DETAIL SD-01 a=.; CityLub of r �} . - o k TEXAS ADDENDUM 3 Revised Proposal Submittal Form and Deadline Extension RFP 14-11849-TS Original Town of Lubbock 16" Water Line Replacement DATE ISSUED: April 30, 2014 ORIGINAL CLOSE DATE &TIME: April 30, 2014 ra"7 2:00 P.M. NEW CLOSE DATE & TIME: May 6, 2014 @ 2:00 P.M. The following items take precedence over specifications for the above named Request for Proposal (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. Proposers are invited to review the following: 1. The close date for the RFP has been extended to Tuesday, May 6, 2014 at 2:00 P.M. 2. The Proposal Submittal Fonn has been revised and must be submitted with the proposal. Please note line item 26 has been deleted. The revised Proposal Submittal Form is attached to this addendum. Please acknowledge reception of this addendum on the signature page of the Proposal Submittal Form. All requests for additional information or clarification must be submitted in writing and directed to: City of Lubbock Tiffini Shelley Buyer P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Emailed to tslennon@mylubbock.us THANK YOU, ?qpd s4&, Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the proposer's responsibility to advise the City of Lubbock Director of Purchasing & Contract Management if any language, requirements, etc., or anti 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 Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. REVISED PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: PROJECT NUMBER: RFP 14-11849-TS, Original Town of Lubbock 16" Water Line Replacement 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 construction of the Original Town of Lubbock 1,6" Water Line Replacement 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. Base Bid: ITEM DESCRIPTION Q CY U/M UNIT COST EXTENDED COST Mobilization - Contractor mobilization I including move -in, set up, move -out and 1 LS clean up cost. Provide and maintain a Traffic Control Plan - 2 Preparation, approval from COL Traffic 1 LS Engineering, and all other work considered incidental to this item. Provide and maintain a SWPPP - Including 3 preparation, NOI, NOT, and all other work I LS considered incidental to this item. Locate, survey, and stake alignment for water 4 lines based on existing water utility locations I LS and contract drawings. Trench Safety — Complete and in place; 5 including TX PE sealed shoring drawings as 1 LS necessary-. 6 Abandon in place and grout fill existing cast 1200 LF iron water line. Open trench and install 8" C-900 DR-18 ' approved water pipe and tested as herein 7 specified, including all spacers, joint 427 LF restraints, equipment, tools, and labor to perform work. ITEM DESCRIPTION Q+/Y U/M UNIT COST EXTENDED COST Open trench and install 16" C-905 DR-18 approved water pipe and tested as herein 8 specified, including all spacers, joint 461 LF restraints, equipment, tools, and labor to erform work. Jack and bore (BNSF ROW), case, and install 16" C-905 DR-18 approved water 9 pipe inside 30" diam. 'h" thick steel casing 349 LF and tested as herein specified, including all spacers, joint restraints, equipment, tools, and labor to perform.work. 10 Cut, plug, trench, and remove existing 16" 2044 LF cast iron water line. Furnish and install 16" C-905 DR-18 approved water pipe in existing trench 11 including all testing, all spacers, joint 2044 LF restraints, equipment, tools, and labor to erform work as herein specified. Install 6" C-900 DR-18 approved water 12 pipe and tested as herein specified, 290 LF including all joint restraints, equipment, tools, and labor to perform work. Furnish and install fire hydrants including 13 all joint restraints; demo existing fire 5 EA hydrants and abandon in place all lead lines in same location. Furnish and install pre -cast concrete vaults 14 including all excavation, joint compound, 10 EA equipment, tools, and labor to perform work as herein specified. Bore (TXDOT ROW), case, and install 16"C-905 DR-18 approved water pipe 15 inside casing and tested as herein specified, 135 LF including all spacers, joint restraints, equipment, tools, and labor to perform work.. 16 Furnish and install ductile iron fittings. 16800 LB 17 Furnish and install 16" butterfly valves. 8 EA 18 Furnish and install 8" gate valves with 3 EA valve boxes. 19 Furnish and install 6" gate valves with 8 EA valve boxes. Furnish and install 4" gate valve including 20 valve box and all miscellaneous adjacent 1 LS piping 21 Furnish and install air relief valve. 1 EA ITEM DESCRIPTION QT> U/M UNIT COST EXTENDED COST Furnish and install 8" gate valve and blow 22 off assembly including riser pipe, and all 1 EA labor, fittings, materials, and 'e ui ment 23 Saw cut pavement. 15030 SF 24 Pavement replacement (HMAC). 15030 SF Flowable backfill as approved, complete, and 25 in lace per COL Specifications. 300 CY Total Base Bid (Items 1-25): (In case of a discrepancy between the Unit Price and the extended total for a bid item, the unit price will be taken.) PROPOSED DURATION Number of days required for construction: TOTAL CALENDAR DAYS: 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 Calendar Days. 365 Consecutive Calendar Days thereafter stipulated in the specifications and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of $300 for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of 70 calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars ($ ) or a Proposal Bond in the sum of Dollars ($ ), which it is agreed shall be collected and retained by the 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. OfferoCs Initials 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 252.443(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. (Seal if Offeror is a Corporation) ATTEST: Secretary Date: Authorized Signature (Printed or Typed Name) Company Address Offeror acknowledges receipt of the following addenda: City, County Addenda No. Date State Zip Code _ Addenda No. Date Telephone: - Addenda No. Date Fax: - Addenda No. Date Email: FEDERAL TAX ID or SOCIAL SECURITY No. NI/WBE Finn: FWoman Black American Native American His a do American Asian Pacific American Other (Specify) By Authorised Representative - must sign by hand Officer Name and Title: Please Print Business Telephone Num E-mail FAX: FOR CITY USE ONLY Bid Form Item Number(s) Awarded to Above Named Fimi/Individual• Date of Award by City Council (for bids over $'50, 000): Date P.O./Contract Issued: RETURN COMPLETED +& SIGNED BID FORM ALONG WITH CITY OF LUBBOCK SPECIFICATIONS. LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE RFP NUMBER, THE CLOSING DATE AND TIME, AND YOUR COMPANY NAME AND ADDRESS. Page Intentionally Left Blank City of Lubbock, TX Purchasing and Contract Management Contractor Checklist for RFP 14-11849-TS Before submitting your bid, please ensure you have completed and included the following documents in the order they are listed. The contractor is only to submit (1) one original copy of every item listed. 1. ✓ Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL FORM. Bid submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. In case of a discrepancy between the Unit Price and the Extended Total for a Bid item, the Unit Price will be taken." Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 2. Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to / provide a bid surety WILL result in automatic rejection of your bid. 3. (/ Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. This must include the signature of the agent or broker. Contractor's signature must be original. 4. Clearly mark the bid number, title, due date and time and your company name and address on the outside of the envelope or container. S. Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management Office prior to the deadline. Late bids will not be accepted. 6. Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. This must include the signature of the agent or broker. Contractor's signature must be original, 7. _JZ Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be / explained in detail and submitted with Bid. 8.y Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firin's .FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 9. Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 10. Complete and submit the FINAL LIST OF SUB -CONTRACTORS. 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. D (� e i GU !J (Type or Print Company Name) Page Intentionally Left Blank INDEX 1. NOTICE TO OFFERORS 2. GENERAL INSTRUCTIONS TO OFFERORS 3. TEXAS LOCAL GOVERNMENT CODE § 2267 4. PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time) 4-1. UNIT PRICE PROPOSAL SUBMITTAL FORM 4-2. CONTRACTOR'S STATEMENT OF QUALIFICATIONS 4-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 4-4. SAFETY RECORD QUESTIONNAIRE 4-5. SUSPENSION AND DEBARMENT CERTIFICATION 4-6. PROPOSED LIST OF SUB -CONTRACTORS 5. POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than seven business days after the close date when proposals are due) 5-1. FINAL LIST OF SUB -CONTRACTORS 6. PAYMENT BOND 7. PERFORMANCE BOND 8. CERTIFICATE OF INSURANCE 9. CONTRACT 10. GENERAL CONDITIONS OF THE AGREEMENT 11, DAVIS-BACON WAGE DETERMINATIONS 12. SPECIAL CONDITIONS (IF APPLICABLE) 13. SPECIFICATIONS Pale Intentionally Left Blank NOTICE TO OFFERORS Page Intentionally Left Blank NOTICE TO OFFERORS RFP 14-11849-TS 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 P.M. CST on April 30, 2014, 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: "Original Town of Lubbock 16" Water Line Replacement" 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 P.M. CST on April 30, 2014, and the City of Lubbock City Council will consider the proposals on May 22, 2014, 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 bond must be in a form accepted by the City Attorney and must be dated the same as the Contract Award date. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the proposal submitted as a guarantee that proposer will enter into a contract and execute all necessary bonds within ten (10) business days after notice of award of the contract to the Offerror. FAILURE OF THE PROPOSER TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. The estimated budget for this project is $900,000. It shall be each proposer's sole responsibility to inspect the site of the work and to inform Offerror regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the proposal submitted. There will be a non -mandatory pre -proposal conference on April 16, 2014, at 10:00AM, in the Purchasing and Contract Management Office, Room 204, City Hall, 1625 131Street, Lubbock, Texas. Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing and Contract Management Office of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each offerors attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre - proposal meetings and proposal openings are available to all persons regardless of disability. If you require special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2175 write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK, "'Marta - C arez Marta Alvarez DIRECTOR OF PURCHASING & CONTRACT MANAGEMENT GENERAL INSTRUCTIONS TO OFFERORS Page Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS PROPOSAL DELIVERY, TIME & DATE The City of Lubbock is seeking written and sealed competitive proposals to furnish Original Town of Lubbock 16" Water Line Replacement per the attached specifications and contract documents. Sealed proposals will be received no later than 2:00 P.M. CST, April 30, 2014 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 14-11849-TS, Original Town of Lubbock 16" Water Line Replacement" the proposal opening date and time. Offerors must also include their company name and address on the outside of the envelope or container. Proposals must be addressed to: Marta Alvarez, Director of Purchasing & Contract Management City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.1 Offerors are responsible for making certain proposals are delivered to the Purchasing and Contract Management Office. Mailing of a proposal does not ensure that it will be delivered on time or delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use some sort of delivery service that provides a receipt. 1.2 Proposals may be delivered in person, by United States Mail, by United Parcel Service, or by private courier service. Only written proposals submitted in conformance with the Instruction to Offerors will be considered responsive and evaluated or award of a Contract. 1.3 The City of Lubbock reserves the right to postpone the date and time for opening proposals through an addendum. 2 PRE -PROPOSAL MEETING 2.1 For the purpose of familiarizing offerors with the requirements, answering questions, and issuing addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non - mandatory pre -proposal conference will be held at 10:00 A.M. CST, April 16, 2014, at 10:OOAM, in the Purchasing and Contract Manaeement Office, Room 204, City Hall, 1625 13t Street, Lubbock, Texas. All persons attending the meeting will be asked to identify themselves and the prospective proposer they represent. 2.2 It is the proposer's responsibility to attend the pre -proposal meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre - proposal meeting to offerors who do not attend the pre -proposal meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA, information available over the Internet at www.bidsync.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 3.2 Any proposer in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Director of Purchasing and Contract Management. At the request of the proposer, or in the event the Director of Purchasing and Contract 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 seven (7) calendar days before the proposal closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any explanation or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing and Contract Management Office in writing or in this RFP should be used in preparing proposal responses. All contacts that a proposer may have had before or after receipt of this RFP with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this proposal should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each proposer shall carefully examine all RFP documents and thoroughly familiarize itself with 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. 2 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 Proposals will be opened in a manner that avoids disclosure of the contents to competing offerors and keeps the proposals secret during negotiations. All proposals are open for public inspection after the contract is awarded, but trade secrets and confidential information in the proposals are not open for inspection. Tex. Loc. Govt. Code 252.049(b) 6.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES, PERMITS, TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the proposer is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective offerors are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their proposal submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The proposer shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this proposal, the proposer certifies and represents to the City the offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this proposal. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY OFFERORS It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a proposal without charge. The contract documents may be examined without charge as noted in the Notice to Offerors. 12 PROPOSER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offerors responsibility to advise the Director of Purchasing and Contract Management if and language, requirements; etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single_ source. Such notification must be submitted in writing and must be received by the City Purchasing and Contract Management Office no later than seven (7) calendar days before the proposal closing date. A review of such notifications will be made. 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 SEVEN (7) CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO: Tiffin Shelley, Buyer City of Lubbock Purchasing and Contract Management Office 1625 13`h Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: tslennon@mylubbock.us Bidsync: www.bidsyne.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within (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. 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 16 MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents 4 provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory proj ect. 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. 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: 5 (a) The experience record of the proposer showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the proposer. (c) Equipment schedule. 20 TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act, 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures, both known and unknown, cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, and/or the owning utility at the Contractor's expense. 22 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23 EXPLOSIVES 23.1 The use of explosives will not be permitted 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 24 CONTRACTOR'S REPRESENTATIVE The successful proposer shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful proposer shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 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 0 furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 26 LABOR AND WORKING HOURS 26.1 Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The proposer' attention is further directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates, providing for the payment of the wage schedules above mentioned and the proposer's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on Sundays or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on Sundays or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on Sundays or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors 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 7 this contract is made, 200 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. House Bill 2015, signed by the Governor on June 14, 2013 and effective on January 1, 2014, authorizes a penalty to be imposed on a person who contracts for certain services with a governmental entity and who fails to properly classify their workers. This applies to subcontractors as well. Contractors and subcontractors who fail to properly classify individuals performing work under a governmental contract will be penalized $200 for each individual that has been misclassified (Texas Government Code Section 2155.001). 28 PROVISIONS CONCERNING ESCALATION CLAUSES Proposals submitted containing any conditions which provide for changes in the stated proposal price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the proposer without being considered. 29 PREPARATION FOR PROPOSAL 29.1 The form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid price. Bidder shall submit his bid on forms furnished by the City, and all blank spaces in the form shall be filled. 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 14-11849-TS, ORIGINAL TOWN OF LUBBOCK 16" WATER LINE REPLACEMENT. 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: 31 (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. QUALIFICATIONS OF OFFERORS The proposer may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The proposer may also be required to give a past history and references in order to satisfy the City of Lubbock about the proposer's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the proposer to perform the work, and the proposer shall furnish to the City of Lubbock all information for this purpose that may be requested. The proposer's proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the proposer fails to satisfy the City of Lubbock that the proposer is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the proposer's qualifications shall include but not be limited to: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the proposer to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the proposer. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors (f) The experience and qualifications of key project personnel (g) Past experience with the Owner 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 Local Government Code Section 22267. The Maximum Point value is equal to 100 points. The weight factor is 60% for Price, 25% for Contractor Qualifications, 5% for Safety Record, 5% for Construction Time, and 5% Attendance at Non Mandatory Pre Proposal Meeting. The selection criteria used to evaluate each proposal includes the following: 32.1 60% PRICE: The quality of Offerors is not judged solely by a low initial cost proposal or, conversely, eliminated solely because of a high initial cost proposal. The following is the formula used when determining price as a factor for construction contract proposals. The lowest proposal price of all the proposals becomes the standard by which all price proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest proposal price and dividing it by the price of the proposal being evaluated. That fraction is then multiplied by the maximum point value multiplied by the weight of the price factor for the price score. For Example: (Lowest Price/Current Proposal Price) x Maximum Point Value x Weight Factor = Price Score. 32.2 25% CONTRACTOR QUALIFICATIONS: When evaluating a contractor's qualifications, the City uses the "Contractor's Statement of Qualifications" attached within and past experience with the contractor. The City may also interview the job superintendent at a time to be named after receipt of proposals. This criterion is subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses the contractor provides in the "Contractor's Statement of Qualifications" and any past experience with the contractor. The "Contractor's Statement of Qualifications" is a minimum, and you may provide additional pertinent information relevant to the project for which you are submitting this proposal. 32.3 5% SAFETY RECORD QUESTIONNAIRE: This criterion is also more subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses you provide in your "Safety Record Questionnaire" and the Contractors Experience Modification Ratio. The Contractor must submit this ratio with his bid. Contractors with an Experience Modification Ratio greater than 1 will receive zero points for safety. The City may consider any incidence involving worker safety or safety of Lubbock residents, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor under the contractor's control. Evaluators base their rating primarily upon how well you document previous offenses with the date of the offense, location where the offense occurred, type of offense, final disposition of the offense, and any penalty assessed as well as the Experience Modification Ratio. 32.4 5% CONSTRUCTION TIME: This criterion is, as with price, objective and evaluators use the following formula when determining construction time as a factor for construction contract proposals. The lowest construction time proposal of all the proposals becomes the standard by which all the construction time proposals are evaluated. One at a time, each proposal is 10 evaluated by taking the lowest construction time and dividing it by the construction time of the proposal being evaluated. That fraction is then multiplied by the maximum point value multiplied by the weight of the construction time factor for the construction time score. For example: (Lowest construction time/Current Proposal construction time) x Maximum Point Value x Weight Factor = Construction Time Score. 32.5 5% ATTENDANCE AT NON MANDATORY PRE PROPOSAL MEETING: Contractor's in attendance will receive five points in the scoring evaluation and the Contractor's not in attendance will receive zero points in the scoring evaluation. 32.6 EVALUATION PROCESS: Evaluators independently review and score each proposal. The committee meets, during which time the Committee Chairperson totals the individual scores. If the individual scores are similar, the Chairperson averages the scores then ranks offerors accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates discussion to determine the reasons for the differences and ensures that all evaluators are fully knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee based on committee discussion. Please note that offerors with higher qualifications scores could be ranked higher than offerors with slightly better price scores. 32.7 The estimated budget for the construction phase of this project is $900,000. 32.8 Proposals shall be made using the enclosed Proposal Submittal Form. 33 SELECTION 33.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most advantageous to the City of Lubbock considering the relative importance of evaluation factors included in this RFP. 33.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER UTILITIES OR OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS REQUEST FOR PROPOSAL. 33.3 The City shall select the offeror that offers the best value for the City based on the published selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 33.4 In determining best value for the City, the City is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 33.5 A proposal will be subject to being considered irregular and maybe 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 11 REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR PROPOSAL WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT UPON THE REQUEST OF THE CITY OF LUBBOCK PURCHASING DEPARTMENT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS. 34.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. 35 PREVAILING WAGE RATES 35.1 Offerors are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or improvement, paid for in whole or in part from public funds, without regard to whether the work is done under public supervision or direction. A worker is employed on a public work if the worker is employed by the contractor or any subcontractor in the execution of the contract for the project. 35.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than the general prevailing rate of per diem wages for the work of a similar character in the locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. 35.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to and in accordance with the Texas Government Code, Section 2258.022. Bidders may access the U. S. Department of Labor web site at the following web address to obtain the rates to be used in Lubbock County: http://www.wdol.gov/dba.aspx 35.4 It shall be the responsibility of the successful offeror to obtain the proper wage rates from the web site for the type of work defined in the bid specifications. 35.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. 12 TEXAS LOCAL GOVERNMENT CODE § 2267 SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS (a) In selecting a contractor through competitive sealed proposals for construction, rehabilitation, alteration, or repair services for a facility or for construction of a project to which Section 252.043(d-1) applies, a governmental entity shall follow the procedures prescribed by this section. (a-1) In this section "facility" means an improvement to real property. (b) The governmental entity shall select or designate an engineer or architect 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. (c) The governmental entity shall provide or contract for, independently of the contractor, the inspection services, the testing of construction materials engineering, and the verification testing services necessary for acceptance of the facility or project by the governmental entity. The governmental entity shall select those services for which it contracts in accordance with Section 2254.004, Government Code, and shall identify them in the request for proposals. (d) The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria, estimated budget, project scope, schedule, and other information that contractors 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. (e) The govermmental entity shall receive, publicly open, and read aloud the names of the offerors and, if any are required to be stated, all prices stated in each proposal. Not later than the 45th day after the date of opening the proposals, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. (f) The governmental entity shall select the offeror that offers the best value for the governmental entity based on the published selection criteria and on its ranking evaluation. The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity 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 governmental entity is unable to negotiate a 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. (g) 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 N DATE: PRICE PROPOSAL CONTRACT PROJECT NUMBER: RFP 14-11849-TS, Original Town of Lubbock 16" Water Line Replacement Proposal of �C7 �` (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The OtTeror, in compliance with your Request for Proposals for the construction of the Original Town of Lubbock 16" Water Line Replacement 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 ffirnish 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. Base Bid: ITEM DESCRIPTION QTY Ulm UNIT COST EXTENDED COST Mobilization - Contractor mobilization 1 including move -in, set up, move -out and 1 LS clean up cost. Provide and maintain a Traffic Control Plan - 2 Preparation, approval from COL Traffic Engineering, and all other work considered 1 LS / �(t . 31, incidental to this item. Provide and maintain a SWPPP - Including 3 preparation, NOI, NOT, and all other work I LS considered incidental to this item. Locate, survey, and stake alignment for water 4 lines based on existing water utility locations 1 LS and contract drawings. Trench Safety — Complete and in place; 5 including TX PE sealed shoring drawings as 1 LS necessary. 6 Abandon in place and grout fill existing cast 1200 LF iron water tine. Open trench and install 8" C-900 DR-18 7 approved water pipe and tested as herein specified, including all spacers, joint 427 LF 112, ! 17t q3 , restraints, equipment, tools, and labor to erform work. ITEM DESCRIPTION QTY Ul111 UNIT COST EXTENDED COST Open trench and install 16" C-905 DR-18 approved water pipe and tested as herein 8 specified, including all spacers, joint 461 LF 4 f,/ � restraints, equipment, tools, and labor to ` [ 21 erform work. Jack and bore (BNSF ROW), case, and install 16" C-905 DR-18 approved water i 9 pipe inside 34" diam. " thick sleet ea ng 349 LF �V (� and tested as herein specified, includingall ; r ` t �� spacers, joint restraints, equipment, tools, and labor to perform work, to Cut, plug, trench, and remove existing 16" i cast iron «raier line. 7Q4f1 LF n / I/ Y', Furnish and install 16" C-905 DR-18 approved water pipe in existing trench 11 including all testing, all spacers, joint 2044 LF restraints, equipment, toots, and labor to erform work as herein specified. Install 6" C-900 D.R-18 approved water 12 pipe and tested as herein specified, including all joint restraints, equipment, 290 LF 3 � tools, and labor to perform work. Furnish and install fire hydrants including 13 all joint restraints; demo existing fire hydrants and abandon in place all lead lines in location. 5 EA !� /� �� , yv 1(,9)756 same Furnish and install pre -cast concrete vaults 14 including all excavation, joint compound, equipment, tools, and labor to perform 10 EA Jr , l U`1 work as herein specified. [ Bore (TXDOT ROW), case, and install 16"C-905 DR-18 approved water pipe 15 inside casing and tested as herein specified, I35 LF including all spacers, joint restraints, fn � �5vi% equipment, tools, and labor to perform work.. 16 Furnish and install ductile iron fittings. 16800 LB 17 Furnish and install 16" butterfly valves. 8 EA '1 RJ 18 Furnish and install 8" gate valves with valve bones. 3 EA l! � �� 19 Furnish and install 6" gate valves with valve boxes. 8 EA /J /II �.�" `7 ?� (�L� � $�j Furnish and install 4" gate valve including 20 valve box and all miscellaneous adjacent 1 LS �}� piping. O 0 f 21 Furnish and install air relief valve. 1 EA f 2-06, ( �� 2 ITEM DESCRIPTION QT Y Ulm UNIT COST EXTENDED COST Furnish and install 8" gate valve and blow 3(� 22 off assembly including riser pipe, and all I EA � �[ n l t /j labor, fittings, materials, and equipment 1'71/ , r 76 [ ` 23 Saw cut pavement y 15030 SF (i �� p� o<< 5L 24 Pavement replacement (FMIAC). 15030 SF 25 Flowable backfill as approved, complete, and 300 CY in place per COLSpecifications. Total Base Bid (Items 1-25): / , O �j/ 36 L� j (In case of a discrepancy between the Unit Price and the extended total for a bid item, the unit price will be taken.) PROPOSED DURATION Number of days required for construction: TOTAL CALENDAR DAYS: 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 Calendar Days. 365 Consecutive Calendar Days thereafter stipulated in the specifications and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of $300 for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of 70 calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for J5 0'1 i Dollars ($ } or a Proposal Bond in the sum of 5 Ito Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror's Initials 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 FORA1 PRIOR TO PROPOSAL OPENING. (Seal if Offeror is a Corporation) A ST: Sec tary Offeror acknowlcdges rcccipt of the following addenda: Addenda No. Date Addenda No. S'b— Date Addenda No. �Y Date--/= Addenda No. Date_ M/WBE Firm: Date: V ( P4- 6 i 4)— 4 I forized Signatu/r (Printed or Typed Name) C m an Address CitV County State Zip � _pCode Telephone - �l Fax: - Email: I M1-5z)4�ioWrrl'tw FEDERA TAX ID or SOCIAL SECURITY No. �5-a7 26 770 American Hispanic American {Q Asian Pacific American Other (Specify) —� BY � !//� pe Date: Authorize epresentative- mJustsign by han �v Officer Name and Title: a-'vt Please Print Business Telephone Number 6-6 6 l } ` l (� FAX: F.-mail Address: Pic f) 0'�C r n t FOR CITY USE ONLY Bid Form item Number(s) Awarded to Above Named FimVIndividual: Date of Award by City Council (for bids over S50,000): Date P.O./Contract Issued: RETURN COMPLETED & SIGNED BID FORM ALONG WITH CITY OF LUBBOCK SPECIFICATIONS. LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE RFP NUMBER, THE CLOSING DATE AND TIME, AND YOUR COMPANY NAME AND ADDRESS. �- I-5-0 l3 �oMDry BO N1 i IN \LY C 0. Mutual Know all men by these presents: That Deenvood Construction, Inc. (hereinafter called the Principal) as Principal, and the MERCHANTS BONDING COMPANY (Mutual) a corporation of the State of Iowa, with its Home Office in the City of Des Moines, Iowa, (hereinafter called Surety), as Surety, are held and firmly bound to City of Lubbock, Texas (hereinafter called the Obligee) in the full and just sum of ($ ---------------------- 5%-------------------------- ) Five Percent of the Greatest Amount Bid good and lawful money of the United States of America, to the payments of which sum of money well and truly to be made, the said Principal and Surety bind themselves, their and each of their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Signed, sealed and dated this 30th day of April 2014 THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the Principal for Original Town of Lubbock 16" Water Line Replacement. RFP 14-11849-TS; Contract # 1 l 849; Project Number: 91034 according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award, and shall give bond for the faithful performance thereof with the MERCHANTS BONDING COMPANY (Mutual) and Surety, or with other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay to the Obligee the damages which the Obligee may suffer by reason of such failure, not exceeding the penalty of this bond, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be duly signed and sealed. Deenvood Construction, Inc. Witness: Principal /� BY t444;t��� Atte M C�ANTS ONp COMPANY-( usual) By r , L l sr Cara D. ancock ' , Attorney -In -Fact rk r - , "lN. MERCHANTS BONDING COMPANY, POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations duly organized under the laws of the State of Iowa (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint, individually, Harold Binggeli, D.N. Broyles, Angela S. Goff, Cara D. Hancock, Carroll Mayfield, Ron Stroman, Jennifer Winters of Lubbock and State of Texas their true and lawful Attorney -in -Fact, with full power and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: THREE MILLION ($3,000,000.00) DOLLARS and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies, and all the acts of said Attorney -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power -of -Attorney is made and executed pursuant to and by authority of the following By -Laws adopted by the Board of Directors of the Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 24, 2011. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 3rd day of Auqust , 2012 . STATE OF IOWA COUNTY OF POLK ss. . • 0\�G Cpho , • y y 1933 c; •.www•• MERCHANTS BONDING COMPANY (MUTUAL) MERCHANTS NATIONAL BONDING, INC. By 7 7� President On this 3rd day of August 1 2012 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument is the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first above written. MARANDA GREENWALT = P Commission Number770312 My Commission Expires 'w" October 28, 2014 Notary Public, Polk County, fovea STATE OF IOWA COUNTY OF POLK ss. 1, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 30th day of April , 2014 . POA 0014 (11/11) " Z 101i q•;.. GO' Q#t4,x%©0 Vo uz ZC03 �,� •YY a Secretary 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 Y' Bidder Evaluation information may result in the OWNER considering the bid non -responsive and result in rejection of the bid by the OWNER. Bidders are to provide any additional information requested by the OWNER - In evaluating a firm's qualifications, the following major factors will be considered: A. FINANCIAL CAPABILITY: For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the CONTRACTOR'S ability to secure bonding satisfactory to the OWNER. B. EXPERIENCE: Do the organization and key personnel have appropriate technical experience on similar projects? Ve-5 C. SAFETY: G Does the organization stress and support safety as an important function of the work process? �)e ✓ D. QUALITY OF WORK: (1) Does the organization hay�j a commitment to quality in every facet of their work - the process as well as the product? Y;p 1) (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". Y 5 T 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? y e,5 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: N. Pate Intentionally Left Blank Contractor's General Information Organization Doing Business As Business Address of Principle Office P Telephone Numbers Main Number ' Fax Number Web Site Address ,eat` ��-�/' U DPI. CQ ht Form of Business (Check One) If a Corporation Date of Incorporation A Corporation A Partnership An Individual State of Incorporation Chief Executive Officer's Name President's Name Vice President's Names) Secretary's Name Treasurer's Name t Date of Organization State whether partnership is general or limited If 1 t t Name Business Address 1 1 1 1 11 t it 1 -%ybich exert.a signifleant amount'ofbushim c6ntrolover the� 1 anizatio N)4 Average Number of Current Full Time / Average Estimate of Reve u for Employees the Current Year 6 5� I �, ? '3r .2Oj 6100 . Contractor's Organizational Experience Organization Doing Business As Business Address of Regional Office Name of Regional Office Manager Telephone Numbers Main Number Fax Number Web Site Address f11 1 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 Organiz tion From Date To Date a 3/ List of companies, firms or organizations that own any part of the organization. Name of companies, firms or organization Percent Ownership Construction Experience Years experience in projects similar to the proposed project: As a General Contractor As a Joint Venture Partner Has this or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? Al-e If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization been released from a bid or proposal in the past ten ears? 4/ Q 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 state, or federal agency within the last five ears? A/Olocal, 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? / A V �O 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? ^ /O If yes provide full details in a separate attachment. See attachment No. I I Contractor's Proposed Key Personnel Organization Doing Business As Propbsed 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 No. i3 J a"IA— sr -� At ` Sec P r et;, t d4,r� --� �'YI -c.�2� )Ot f P_P �W - 0 vi?, t c-f p 2r t n%��' 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 thisdescription. See attachment No. 5de, lvfr�11,� P Ex erienc • 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 >fiiK Project Superintendent Project Safety Officer Quality Control Manager If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this project, indicate how time it to be divided between this project and their other assignments. I 9 DEERWOOD CONSTRUCTION, INC. ORGANIZATIONAL CHART CITY OF LUBBOCK ORIGINALTOWN OF LUBBOCK 16" WATER LINE REPLACEMENT Proiect Manager Mark Patterson Superintendent Safety Officer I Bryant Sebastian I Operators Shane Hickman Von Kimbrel) Mike Norris Justin Schoonover Crew Juan Acosta Armando O. Castaneda Armando Castaneda, Jr. Chase Longo Tim Norris Luis Salazar Scott Schadagg n 5tepnenson /+ f -�n C�h V�Je,� /3 CEO Jan Patterson Office Manager Paulette Rogers Proposed Project Managers Organization Doing Business As ,,. �... Name of Individual Years of Experience as Project Manager - r0 Years of Experience with this organization — f Number of similar projects as Project Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date t© D 5 -w t s Reference Contact Name Information (listin name indicates ap oval to contactingthe r n 1 Name names individuals as a ref rence) Q h a r Q l Title/ Position Organization Telephone E-mail Project 0 W Ae"r h 66. 1 b r 14 f- 01V G I ee 1 5 D (J Title/ Position Or anization Telephone E-mail Project A e r at L a i fi -�� Cp/h V Candidate role on Project CandidateAlternate Name of Individual p rod "V� , I Candidates role Ion Project .J Years of Experience as Project Manager o Years of Experience with this organization Number of similar projects as Project Manager rn Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date vta� red - Name Rml Name Title/ Position VP - Title/ Position Yi ' K r Organization -Organization i-tt of Telephone Telephone E-mail e w ,f{ E-mail t 7`PQ rh `" 5 C (40 Project ✓jar o S Project VAt- to Candidate role on Project P rod rAit-9-C Candidate role on Project I/ - -0 H 2 v Proposed Project Superintendent Organization Doing Business As Primary Candidate Name of Individual Years of Experience as Project Superintendent Years of Experience with this organization of similar projects as Superintendent NNumber umber of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Com letion Date Reference Contact Name o contactin e Information(listing names indic7ITelephone the names individuals as a reference) Title/ Position Position Organization nization Tele hone E-mail E-mail Project Project Candidate role on Project CandidateAlternate Name of Individual Candidate. role on Project Years of Experience as Project Superintendent Years of Experience with this organization Number of similar projects as Superintendent Number of similar projects in other positionskgat Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Name Name Title/ Position TitIe1 Position Or anization Organization -Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project Proposed Project Safety Officer n/W Organization Doing Business As Name of Individual Years of Experience as Project Safety Officer Years of Experience with this organization Number of similar projects as Safety Officer Number of similar projects in other positions Current Project Assignments Name of Assignment. rc -ed for his roect Estimated Project Completion Date r Reference Contact Information (listing names indicates app,roval to contactingthe names individuals as a reference) Name Name Title/ Position Title/ Position Organization -Organization Telephone -Telephone E-mail E-mail Project Project �Candidate role on Proiect CandidateAlternate Candidate role on Project Name of Individual Years of Experience as Project Safety Officer Years of Experience with this organization Number of similar projects as Safety Officer Number of similar projects in other positions Current Project Assignments Name of Assignment P cef Tim Use f is 8r Estimated Project Completion Date Naine Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project 12 Proposed Project Quality Control Manager Organization Doing Business As Name of Individual Years of Experience as Quality Control Manager Years of Experience with this organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Reference Contact Information (listing names indicates Name Title/ Position )rerceq of 1*,te UO for EstimatedProject this Project Completion Date )val to contactingthe names individuals as a reference Name Title/ Position Telephone Telephone E-mail E-mail Project Project Candidate r4on- Candidate role Project on Project Name of Individual Years of Experience as Quality Control Manager Years of Experience with this organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Name Title/ Position Organization Telephone E-mail Project Candidate role on Proiect 13 Percot of Time Used for I Estimated Project this Project Completion Date Name Title/ Position Organization Telephone E-mail Proj ect Candidate role on Proiect Contractor's Project Experience and Resources Organization Doing Business As Provide a list of major projects that are currently underway, or have been completed within the last ten years on Attachment A Provide a completed Project Information form (Attachment B) for projects that have been completed in the last five ears which 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 ro osed 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 GJ��GY�Q 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 ro osed for use on this project. Attach Additional Information if necess Equipment Item Primary Use on Project Own B ill Lease C r t"t QC r hn of e-la l U S elm � /' Division of Work between Organization and Subcontractor What work will the organization complete using its own resources? 5GuPPP, P4vt/IJc, nY 2ivy er 6am� What work does the organization propose to subcontract on thisproject? dry aVgw bore 14 1. Contract Admin. Deerwood Construction, Inc. and its administration will work closely with the City of Lubbock project manager and inspectors to ensure that the contract is adhered to and successfully completed in an efficient manner so that the City and public funds are used in the most beneficial manner for all. Z. Management of subcontractor and suppliers. Deer -wood's Project Manager and Superintendent will oversee the purchase, storage, and usage of all materials to be installed on this project to ensure that the materials meet City of Lubbock specifications and are installed as recommended by the manufacturer. 3. Time management. Deerwood Construction, Inc. will develop a construction schedule to ensure that construction activities are efficiently competed within the construction contract time limit as well as meeting scheduled shutdown and tie-in activities to minimize the disruption of utility services to the customers. 4. Cost control. Deerwood Construction, Inc. and its management team will track the project costs via daily work orders, purchase orders, and monthly billing summaries to ensure that the project is competed in a cost efficient manner. 5. Quality Management. Deerwood Construction, Inc. and all its personnel are committed to providing a total quality project and product for their customer/client. Quality is controlled by continuous inspection and oversight by the Project Manager, Superintendent, Foreman as well as Laborers. Specifications and manufacturer requirements are adhered to in strict concordance. 6. Project Site Safety. All Deerwood Construction, Inc. employees are trained and committed to Construction Safety. The Project Manager and Superintendent make daily inspections of the job site to ensure that all safety standards are being followed and that the job site is safe for the public as well as the employees. The job site will always have a trained Competent Person on site to oversee site safety conditions. 7. Managing changes to the project. No changes to the project scope or plans will be made without the authorization of City of Lubbock approval. Any cost changes to the project will be directed to the City of Lubbock Project Manager for approval prior to making the changes in field. 8. Managing equipment. All Deerwood Construction, Inc. employees are properly trained prior to their utilization of equipment and tools on the job site. All equipment and tools will be inspected at the beginning of each day as well as throughout the work day to ensure that they are in good and safe working condition. Any unsafe equipment or tool found on the job will be locked out of service and taken off the job site for repair and/or replacement. 9. Meeting HUB/MWBE Participation Goal. Deerwood Construction, Inc. is a certified HUB with the State of Texas and will be performing 60% of the total contract amount_ What work will the organization complete using its own resources? Deerwood Construction, Inc. will self perform the excavation and installation of all the water utilities in this project including water main line taps, main line installation, and services to the meters. We will perform the main line water taps under the Class C Water Distribution License #WD0010602. All hauling of materials and equipment will also be performed by Deerwood Construction, Inc. What work does the organization propose to subcontract on this project? Asphalt patching, SWPPP, and barricades and dry auger boring will be subcontracted on this project. Contractor's Subcontractors and Vendors vrgamzauon Uomg business As Proieci S ubcontra6tors 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 o�5 IT44 roolf um,e c Q re� d � � Zvi Provide information on the proposed key personnel, project experience and a description of past relationship and work experience for each subcontractor listed above usin the Project Information Forms. Equipmentd. Provide a list of major equipment ro osed for use on this project. Attach Additional Informati3and Vendor Name Equipment / Material Provided Furnish Only 15 Attachment A Current Projects and Project Completed within the last IQ Years Project Owner Project Name General Description of Project: Project Cost Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Project Owner Project Name General Description of Project: Project Cost Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Project Owner Project Name General Description of Project: Project Cost I Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager P'*oiect Information Project Owner General Description ofProject Budget History Amount Bid Change Orders Owner Enhancements Unforeseen Conditions Design Issues Total Anal Cost % of Bid Amount Name Percentage of Time Devoted to the Projcct Proposed for this Project Did Individual Start and Complete the Project? If not, who started or completed the project in their place. Reason for chanve Name Owner Designer Construction Manager Surety Title/ Position Project Name Schedule Performance Notice to Proceed Contract Substantial Completion Date at Notice to Proceed Contract Final Completion Date at Notice to Proceed Change Order Authorized Substantial Completion Date Change Order Authorized Final Completion Date Actual / Estimated Substantial Completion Date Actual / Estimated Final Completion Date Manager I Project Sup Safety Officer Telephone Date Days Quality Control Manager E-mail Number of Issues w � � ' � � � . , • . . Total Amount involved in Resolved Resolved Issues Number of Issues Total Amount involved in Pendin Resolved Issues _t 16 Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used 2014 Lee Lewis Construcion Co., Inc. - City of Levelland :Oxy Sports Complex Levelland-Oxy Sports Complex Not Required Deerwood Construction, Inc. Sewer, and Water 1/08/2014 - (Ongoing) $276,773.00 $4,437.00 $281,210.00 Devin Sherman 806-797-8400 Mike Taylor and Albert Moreno Bryant Sebastian McCutchin Construction - Levelland ISD:Lobo Stadium Lobo Stadium 1402 E. Ellis Street, Levelland, TX 79336 Arthur J. Gallagher Risk Management Service, Inc. Deerwood Construction, Inc. Sewer, and Water 1/29/2014 - (Ongoing) $316,414.00 N/A Zake McCutchin 806-894-2861 Von Kimbreil and Mike Norris Bryant Sebastian Archer Daniel Midland: Southern Cotton Oil Southern Cotton Oil 2300 E. 50th St, Lubbock, TX 79404 Not Required Deerwood Construction, Inc. Bore and Install Pipe 12/18/2013 to Ongoing $22,095.85 $3,322.91 Matt Gittings 806-723-5129 Mike Norris Bryant Sebastian 2014 o _Y 4 Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used J.T. Vaughn Construction Co., Inc,:TTU Petroleum Engineering 1901 University 2nd Floor, Lubbock, Texas 79410 Merchants Bonding Co (Mutual) Deerwood Construction, Inc. Gas, Sewer, Telecommunications, and Water 9/24/2012 to Ongoing $492,827.00 $534,586.00 $41,759.00 Steve Simpson 806-368-3497 Mike Taylor Bryant Sebastian Lee Lewis Construction Co., Inc.:Jayne Ann Miller Elementary LISD Jayne Ann Miller Elementary School 6705 Joliet Drive, Lubbock, Texas 79413 Deerwood Construction, Inc. Water 10/22/2013 to Ongoing $87,697.00 $23,627.00 $111,324.00 Amy Bollinger 806-797-8400 Von Kimbrell Bryant Sebastian Lee Lewis Construction Co., Inc.: Servco SERVCO Company 2700 East 66th St, Lubbock, TX 79404 Deerwood Construction, Inc. Sewer, and Water 10/7/2013 to Ongoing $190,980.00 $17,578.00 $208,556.00 David Reyes 806-831-8678 Albert Moreno Bryant Sebastian Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used 2014 Lee Lewis Construcion Co., Inc.:West End Municipal Utilities Cabela's West End Municipal Utilities 34th & W Loop 289, Lubbock, TX 79423 Deerwood Construction, Inc. Sewer, and Water 10/23/13 to Ongoing $232,262.00 N/A Josh Weems 806-797-8400 and John Chappell 806-548-0156 Mike Taylor Bryant Sebastian Lee Lewis Construcion Co., Inc.: West End Site Package Cabela's West End Site Package 34th & W Loop 289, Lubbock, TX 79423 Deerwood Construction, Inc. Hauling, Sewer, and Water 10/07/13 to Ongoing $160,120.00 N/A Josh Weems 806-797-8400 and John Chappell 806-548-0156 Mike Taylor and Mike Norris Bryant Sebastian Tigris, LLC:Elm Park - Contract Tigris, LLC Elm Park Addition, Lubbock, TX 79415 Deerwood Construction, Inc. Sewer, and Water W/E 03/20/13 to Ongoing $504,379.83 $21,305.99 Mr. Mitch Elliott 806-687-8888 and Bobby Beale 806-687-1587 Von Kimbrell and Mike Taylor Bryant Sebastian 2014 Agency/Owner Tigris, LLC: Portofino Apts Contract # Name & Location of Project Portofino Apts 6610 34th St Lubbock 79407 Surety Company N/A Sub or Prime Contractor Deerwood Construction, Inc. Goods/Services Provided Electrical, Sewer, and Water Start & Completion Dates 9/30/2013 to Ongoing Contract Amount $181,066.57 Change Orders N/A Contact Name/Telephone # Mike Elliot 806-789-7773 Names of Supervisor on Job Site Von Kimbrell and Albert Moreno Name of Project Mgr/Safety/Quailty Bryant Sebastian Type of Equipment Used Agency/Owner Collier Engineering: 19th & Peoria Ave Contract # Name & Location of Project Surety Company 19th & Peoria Ave, Lubbock TX 79423 Sub or Prime Contractor Not Required Deerwood Construction, Inc. Goods/Services Provided Storm Sewer Relocation Start & Completion Dates Not Started Contract Amount $68,286.00 Change Orders N/A Contact Name/Telephone # Scott Collier 806-741-1982 Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Agency/Owner Contract # Collier Engineering: Inland Truck Parts Name & Location of Project Surety Company Inland Truck Parts 109 E. Slaton Rd, Lubbock, TX 79404 Sub or Prime Contractor Not Sure Yet Deerwood Construction, Inc. Goods/Services Provided Underground Utilities Start & Completion Dates Not Started Contract Amount Change Orders $180,191.00 Contact Name/Telephone # N/A Names of Supervisor on Job Site Hans Hanson 806-741-1982 Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used JOBS GREATER THAN $25K 2013 Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names Of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Lubbock ISO Jayne Anne Miller Elementary N/A Lee Lewis Construction, Inc. Site Utilities 10/16/13 $87,697.00 $0.00 Tim Weems 797-8400 Bryant Sebastian-10% time devoted Bryant Sebastian Backhoe, Excavator Lamesa ISO Lamesa High School Renovations N/A Pharr and Company Install water/sewer 07/25/2013 12/4/2013 $112,868.00 $1,260.00 Kenneth Barthold 763-5263 Mark Patterson Bryant Sebastian Backhoe, Excavator Lubbock ISO Lowry Field Addition/Renovations N/A Lee Lewis Construction, Inc. Install water/sewer 06/27/2012 10/16/2013 $476,826.00 $28,468.00 Jacob Kirkland 797-8400 Bryant Sebastian-25% time devoted/Mike Taylor-40% time devoted Bryant Sebastian Excavator, Backhoe, Loader, Skidsteer 2013 2013 Agency/Owner Tigris Real Estate LLC Contract # Name & Location of Project Portofino Apartments Surety Company 748-2010 Sub or Prime Contractor Deerwood Construction, Inc. Goods/Services Provided Install water/sewer Start & Completion Dates 9/30/13 Contract Amount $181,066.57 Change Orders Contact Name/Telephone # 806 687-8888 Names of Supervisor on Job Site Bryant Sebastian-10% time devoted/Albert Moreno & Von Kimbrei-50% time devoted Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Ditcher, Excavator, Backhoe, Skidsteer Agency/Owner Servco Contract # Name & Location of Project Servco-Loop 289 W & 34th St. Surety Company Sub or Prime Contractor Lee Lewis Construction, Inc. Goods/Services Provided Install site utilities Start & Completion Dates 10/7/13 Jan-14 Contract Amount $190,980.00 Change Orders $17,578.00 Contact Name/Telephone # Rad Borg 806 407-4161 Names of supervisor on Job site Von Kimbrei/Mike Taylor Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoes/Excavators Agency/Owner Texas Tech University Contract # Name & Location of Project Multi -Purpose Performance Studio Surety Company N/A Sub or Prime Contractor Western Builders of Amarillo Goods/Services Provided Install water line Start & Completion Dates 5/20/12 July 2012 Contract Amount $97,118.00 Change Orders $51,345.00 Contact Name/Telephone # Brandon Robertson 806-376-4321 Names of Supervisor on Job Site Bryant Sebastian-25% time devoted Name or Project Mgr/sarety/Quality Bryant Sebastian Type of Equipment Used Backhoe Agency/Owner Lubbock ISD Contract # Name & Location of Project LHS Cafeteria Addition Surety Company N/A Sub or Prime Contractor Pharr & Company Goods/Services Provided Install underground utilities Start & Completion Dates 6/20/12 In Progress Contract Amount $234,614.00 Change Orders $14,622.00 Contact Name/Telephone # Gary Stringer 763-5263 Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Bryant Sebastian-10% time devoted/Albert Moreno-80% time devoted Bryant Type of Equipment Used Sebastian Backhoe, mini excavator 2013 Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Texas Tech University 10" Potable Water Line % Gallagher & Co. Cara 748-2010 Deerwood Construction, Inc. Replace potable Water line 9/12/12 In Progress $355,000.00 $7,826.98 Hal Langston 742-2761 Bryant Sebastian-10% time devoted/Brady Armes-90% time devoted Bryant Sebastian Backhoe, Boring Machine Texas Tech University Petroleum Engineering Research Building J. T. Vaughn Construction Company Install water, sewer, gas & electrical 6124/12 In Progress $492,827.00 $593.60 Steve Simpson (713) 984-4128 Bryant Sebastian-5% time devoted Bryant Sebastian Backhoe JOBS GREATER THAN $25K 2012 Agency/Owner State of Texas Contract # Name & Location of Project Department of Public Safety Surety Company N/A Sub or Prime Contractor Lee Lewis Construction, Inc. Goods/Services Provided Site Utilities Start & Completion Dates 2/15/12 In Progress Contract Amount $172,352.00 Change Orders $118,189.00 Contact Name/Telephone # David Meadows 797-8400 Names of Supervisor on Job Site Bryant Sebastian-20% time devoted/Mike Taylor-60% time devoted Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Excavator Agency/Owner United Supermarkets Contract # Name & Location of Project Q' 19 Shopping Center Surety Company N/A Sub or Prime Contractor Lee Lewis Construction, Inc. Goods/Services Provided Install water/sewer Start & Completion Dates 1/18/12 July 2012 Contract Amount $122,555.00 Change Orders $31,560.00 Contact Name/Telephone # Jason Smith 797-8400 Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Bryant Sebastian-10% time devoted/Von Kimbrell-40% time devoted Bryant Sebastian Type of Equipment Used Backhoe, Excavator Agency/Owner Lubbock ISD Contract # Name & Location of Project Lowry Field Addition/Renovaitons Surety Company N/A Sub or Prime Contractor Lee Lewis Construction, Inc. Goods/Services Provided Install water/sewer Start & Completion Dates March 2012 In Progress Contract Amount $476,826.00 Change Orders $10,063.00 Contact Name/Telephone # Jacob Kirkland 797-8400 Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Bryant Sebastian-25% time devoted/Mike Taylor-40% time devoted Bryant Sebastian Type of Equipment Used Excavator, Backhoe, Loader, Skidsteer JOBS GREATER THAN $25K 2012 Agency/Owner City of Lubbock Contract # ITB#12-10386-CI Name & Location of Project King's Dominion Surety Company %Gallagher & Company -Cara 748-2010 Sub or Prime Contractor Deerwood Construction, Inc. Goods/Services Provided Install water/sewer Start & Completion Dates 5/9/12 Sept 2012 Contract Amount $615,730.31 Change Orders $25,200.20 Contact Name/Telephone # Greg Nauert, Hugo Reed 763-5642 Names of Supervisor on Job Site Bryant Sebastian-10% time devoted/Albert Moreno-40% time devoted Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Ditcher, Excavator, Backhoe, Skidsteer Agency/Owner GRACO Restaurant Development Contract # Name & Location of Project GRACO property S Loop 289/Indiana Surety Company Sub or Prime Contractor Lee Lewis Construction, Inc. Goods/Services Provided Install water/sewer Start & Completion Dates 4/4/12 June 2012 Contract Amount $187,322.00 Change Orders $25,473.00 Contact Name/Telephone # Daniel Horton 797-8400 Names of Supervisor on Job Site Von Kimbrell Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe Agency/Owner Texas Tech University Contract # Name & Location of Project Multi -Purpose Performance Studio Surety Company N/A Sub or Prime Contractor Western Builders of Amarillo Goods/Services Provided Install water line Start & Completion Dates 5/20/12 July 2012 Contract Amount $97,118.00 Change Orders $51,345.00 Contact Name/Telephone # Brandon Robertson 806-376-4321 Names of Supervisor on Job Site Bryant Sebastian-25% time devoted Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe I-OZ) uKCA I tK I MAN $25K 2012 Agency/Owner Lubbock ISD Contract # Name & Location of Project LHS Cafeteria Addition Surety Company N/A Sub or Prime Contractor Pharr & Company Goods/Services Provided Install underground utilities Start & Completion Dates 6/20/12 In Progress Contract Amount $234,614.00 Change Orders $14,622.00 Contact Name/Telephone # Gary Stringer 763-5263 Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Bryant Sebastian-10% time devoted/Albert Moreno-80% time devoted Bryant Sebastian Type of Equipment Used Backhoe, mini excavator Agency/Owner Texas Tech University Contract # Name & Location of Project 10" Potable Water Line Surety Company Sub or Prime Contractor % Gallagher & Co. Cara 748-2010 Goods/Services Provided Deerwood Construction, Inc. Replace potable Water line Start & Completion Dates 9/12/12 In Progress Contract Amount $355,000.00 Change Orders $7,826 98 Contact Name/Telephone # Hai Langston 742-2761 Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Bryant Sebastian-101/a time devoted/Brady Armes-90% time devoted Bryant Sebastian Type of Equipment Used Backhoe, Boring Machine Agency/Owner Texas Tech University Contract # Name & Location of Project Petroleum Engineering Research Building Surety Company Sub or Prime Contractor J. T. Vaughn Construction Company Goods/Services Provided Install water, sewer, gas & electrical Start & Completion Dates Contract Amount 6/24/12 In Progress Change Orders $492,827.00 $593.60 Contact Name/Telephone # Steve Simpson (713) 984-4128 Names of Supervisor on Job Site Bryant Sebastian-5% time devoted Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe JOBS GREATER THAN $25K 2011 Agency/Owner City of Levelland Contract # Name & Location of Project Mallet Event Center, Hwy 385, Levelland TX Surety Company Sub or Prime Contractor Lee Lewis Construction, Inc. Goods/Services Provided Install underground utilities Start & Completion Dates 2/2/2011 11/2012 Contract Amount $ 663,855.00 Change Orders $ 272,855.00 Contact Name/Telephone # Jacob Kirkland 806-797-8400 Names of Supervisor on Job Site Bryant Sebastian-75% tiem devoted Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, boring machine, loader, water truck Agency/Owner Trinity Church Contract # Name & Location of Project Trinity Christian School, 66th St/University Ave Surety Company Sub or Prime Contractor Lee Lewis Construction, Inc. Goods/Services Provided Install underground utilities Start & Completion Dates we 1/12/11 Oct 2011 Contract Amount $ 48,172.00 Change Orders None Contact Name/Telephone # 797-8400 Names of Supervisor on Job Site Mark Patterson-15% time devoted/Rene Hernandez 70% time Name of Project Mgr/Safety/Quality Mark Patterson Type of Equipment Used Backhoe, Boring Machine Agency/Owner American Campus Communities Contract # 11091-10A Name & Location of Project The Village @ Overton Park Surety Company Merchants Bonding Company Sub or Prime Contractor Faver Gray Goods/Services Provided Install underground utilities Start & Completion Dates 8/9/2011 July 2012 Contract Amount $ 243,408.00 Change Orders $ 33,266.00 Contact Name/Telephone # Chris Taylor 904-208-2003 Names of Supervisor on Job Site Bryant Sebastian-75% time devoted Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, loader, boring machine JOBS GREATER THAN $25K 2011 Agency/Owner Abernathy ISD Contract # Name & Location of Project Abernathy Vocational/Ag Bldg, Abernathy TX Surety Company Sub or Prime Contractor Western Builders of Amarillo Goods/Services Provided Install underground utilities Start & Completion Dates we 4/3/11 we 9/7/11 Contract Amount $ 116,936.00 Change Orders $ 5,784.55 Contact Name/Telephone # Jarrod Davis 806-376-4321 Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Bryant Sebastian-10% time devoted/Von Kimbreil-65% time devoted Bryant Sebastian Type of Equipment Used Backhoe, boring machine Agency/Owner Jesus Christ of Latter Day Saints Contract # 05-1116810 Name & Location of Project LDS Church, Lubbock TX Surety Company none Sub or Prime Contractor Parkway Construction Goods/Services Provided Install water and sewer Start & Completion Dates we 6/15/11 June 2012 Contract Amount $ 55,936.00 Change Orders $ 4,428.68 Contact Name/Telephone # Erik Egan 469-322-3702 Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Bryant Sebastian-10% time Devoted/Von Kimbreii-30% time devoted Bryant Type of Equipment Used Sebastian Backhoes, boring machine Agency/Owner American Campus Communities Contract # Name & Location of Project Overton Park Surety Company Sub or Prime Contractor Faver Gray Goods/Services Provided Install underground utilities Start & Completion Dates Contract Amount 5/16/2011 we 8/17/11 Change Orders $ 79,303.79 $ 23,617.00 Contact Name/Telephone # Chris Taylor 904-228-5344 Names of Supervisor on Job Site Bryant Sebastian-35% time Devoted Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, loader, boring machine JOBS GREATER THAN $25K 2011 Agency/Owner Texas Tech University Contract # 2911-002 Name & Location of Project TTU Campus Chapel Surety Company none Sub or Prime Contractor Western Builders of Amarillo Goods/Services Provided Install sanitary sewer, domestic water & fire line Start & Completion Dates we 9/14/11 March 2012 Contract Amount $ 92,979.00 Change Orders None Contact Name/Telephone # Brandon Robertson 806-376-4321 Names of Supervisor on Job Site Bryant Sebastian-10% time devoted/Rene Hernandez-75% time devoted Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, boring machine Agency/Owner Plains ISD Contract # Name & Location of Project Plains High School, Plains TX Surety Company Sub or Prime Contractor Lee Lewis Construction, Inc. Goods/Services Provided Install sewer and water Start & Completion Dates we 6/24/11 we 8/31/11 Contract Amount $106,500.00 Change Orders $20,316.00 Contact Name/Telephone # Chad Henthorn 806-797-8400 Names of Supervisor on Job Site Mark Patterson-50% time devoted Name of Project Mgr/Safety/Quality Mark Patterson Type of Equipment Used Backhoes, excavator, dump truck Agency/Owner Texas Tech University Health Sciences Center Contract # Name & Location of Project TTU HSC Courtyard Surety Company Sub or Prime Contractor D & K Hunt Electric Company Goods/Services Provided Install pipe cor electrical conduit Start & Completion Dates we 8/24/11 we 9/7/11 Contract Amount $ 97,949.00 Change Order N/A Contact Name/Telephone # Kerry Hunt 866-9911 Names of Supervisor on Job Site Mark Patterson-25% time devoted/Rene Hernandez-55% time Devoted Name of Project Mgr/Safety/Quality Mark Patterson Type of Equipment Used Boring machine, skid steer, backhoe JOBS GREATER THAN $25K 2011 Agency/Owner City of Levelland Contract # Name & Location of Project Levelland Airport Sewer Line Extension Surety Company Sub or Prime Contractor Goods/Services Provided Install sewer line and manhole Start & Completion Dates we 9/7/11 10/26/11 Contract Amount $ 48,980.00 Change Order N/A Contact Name/Telephone # Leonard Nail, Parkhill, Smith & Cooper 473-2200 Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Bryant Sebastian-10% time devoted/Mike Taylor-70% time devoted Bryant Sebastian Type of Equipment Used backhoe, excavator, boring machine Agency/Owner City of Lubbock Contract # PSC # 01-2303-11 Name & Location of Project Lubbock Business Park Surety Company Sub or Prime Contractor Merchants Bonding Company % Gallagher Inwest, Lbk TX Goods/Services Provided Deerwood Construction, Inc. Install wells Start & Completion Dates we 10/19/11 May 2012 Contract Amount $ 131,260.42 Change Orders $ (4,665.98) Contact Name/Telephone # Leonard Nail 806-473-2200 Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Bryant Sebastian-20% time devoted/Von Kimbrell75% time devoted Bryant Sebastian Type of Equipment Used Backhoes Agency/Owner Idalou ISD Contract # 970B.004 Name & Location of Project Idalou ISD Bond Upgrades Surety Company none Sub or Prime Contractor Western Builders of Amarillo Goods/Services Provided Install water and sanitary sewer Start & Completion Dates we 9/21/11 6/13/12 Contract Amount $ 121,163.00 Change Orders $ 28,094.70 Contact Name/Telephone # Jared Davis 806-376-4321 Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Bryant Sebastian-25% time devoted/Mike Taylor-75% time devoted Bryant Sebastian Type of Equipment Used Backhoe, excavator JOBS GREATER THAN $25K Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used 2011 Texas Tech University none Rawls Golf Course Clubhouse & Team Facility none Minnix Comercial Properties, LTD Install water, fire line & sewer 11/9/11 March 2012 $ 73,358.00 None Andy/Rad 806-798-7335 Bryant Sebastian-30% time Devoted/Mike Taylor-10% time devoted Bryant Sebastian Backhoes JOBS GREATER THAN $25K 2010 Agency/Owner C. J. Development, LTD Contract # DE2000-248 Name & Location of Project Windsor Creek Apartments Surety Company none Sub or Prime Contractor ICI Construction, Inc. Goods/Services Provided Install Storm Drain Start & Completion Dates 3/31/2010 6/16/10 Contract Amount $43,447.00 Change Orders $31,043.00 Contact Name/Telephone # Dan Dudley 214-418-9252 Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Bryant Sebastian-15% time devoted/Mike Taylor-100% time Bryant Type of Equipment Used Sebastian Excavator, backhoes, dump trucks Agency/Owner Contract # none Name & Location of Project 4th St (Marsha Sharp Freeway) & Avenue F Surety Company none Sub or Prime Contractor Xcel Energy Goods/Services Provided Bore to install conduit Start & Completion Dates 3/17/10 5/26/10 Contract Amount $ 32,796.00 Change Orders $ 53,740.20 Contact Name/Telephone # Julie Dillard 787-5834 Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Mark Patterson-15% time devoted/Rene Hernandez-75% Mark Type of Equipment Used Patterson Boring Machine, Backhoe Agency/Owner Contract # Name & Location of Project Work Authorizetion # 14 Surety Company Reese Center Area 2 & 5 Sub or Prime Contractor none Arcadis, U.S. Goods/Services Provided Start & Completion Dates Install vaults and water lines Contract Amount 12/2/2009 $ 2/17/10 Change Orders 15,.00 82000 Contact Name/Telephone # Names of Supervisor on Job Site Keith Hansen-548-3556 Name of Project Mgr/Safety/Quality Mark Patterson-10% time/Rene i e/R ne Hernandez-50% time/Mike Taylor-50% time Mark Patterson Type of Equipment Used Backhoe/boring machine JOBS GREATER THAN $25K Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used 2010 Work Authorizetion # 16 Reese Center Area 1 none Arcadis, U.S. Install vaults and water lines 4/19/2010 6/9/10 $ 37,315.00 $ 4,141.80 Keith Hansen 806-548-3556 Mark Patterson-10% time devoted/Rene Hernandez-50% time devoted/Mike Taylor-50% time Mark Patterson Backhoe/boring machine none UMC Hospital E Tower none Striland Construction, Inc. Haul off spoils 4/28/2010 5/5/10 $ 20,230.00 N/A Carl Kirby 972-670-7374 Justin Schoonover 22 yd Truck Xcel Energy none Told Station none Deerwood Construction, Inc. Repair water lines 3/ 15/2010 4/21/ 10 $ 74,357.97 N/A Ansil Locke 806-257-7041 Mark Patterson-50% time devoted/Mike Taylor-80% time devoted Mark Patterson Backhoe, Ditcher JOBS GREATER THAN $25K 2010 Agency/Owner Contract # Name & Location of Project 340.01 25twenty Apartments Surety Company none Sub or Prime Contractor Goods/Services Provided Construction Enterprises, Inc. Start & Completion Dates Install utilities Contract Amount 5/5/2010 11/10/10 Change Orders $18,59$184,237.80 0.94 Contact Name/Telephone # Names of Supervisor on Job Site Ben Thornton 918 Name of Project Mgr/Safety/Quality Bryant Sebastian-50% time devoted/Rene Hernandez-75% time devoted Bryant Sebastian Type of Equipment Used Backhoe, ditcher,boring machine Agency/Owner Abernathy ISD Contract # 960B.005 Name & Location of Project Surety Company Abernathy High School and Gymnasium Sub or Prime Contractor none Western Builders of Amarillo Goods/Services Provided Install utilities Start & Completion Dates 6/23/10 Contract Amount 11/24/10 Change Orders .20 $1436736776 Contact Name/Telephone # Names of Supervisor on Job Site ,. 6-4321 Name of Project Mgr/Safety/Quality Mark PaDtte s%/on-508006 e7devoted/Von Kimbreli-75% time devoted Mark Patterson Type of Equipment Used Backhoe, ditcher,boring machine Agency/Owner Contract # City of Lubbock Name & Location of Project ITB 10-097-FO New Animal Shelter Surety Company Sub or Prime Contractor Merchants Bonding Company Goods/Services Provided Deerwood Construction, Inc. Install water and sewer Start & Completion Dates 9/30/10 Contract Amount $ 293,790 22 6/21/11 Change Orders Contact Name/Telephone # $ 6,895.08 Names of Supervisor on Job Site Wood Franklin 806-775-243 Mark Patterson-25% time devoted/Von Name of Project Mgr/Safety/Quality K3mbrell-75% time devoted Mark Patterson Type of Equipment Used Backhoe, ditcher, boring machine JOBS GREATER THAN $25K Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Change Orders Contact Name/Telephone # Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Type of Equipment Used 2010 Work Authorization # 25 Reese Center - Area 3 Pipe Installation none Arcadis U. S. Install vault and water lines 10/25/10 11/3/10 $ 29,995.15 N/A Keith Hansen 806-548-3556 Mark Patterson-10% time/Rene Hernandez-50% time/Mike Taylor-50% time Mark Patterson Backhoe, boring machine City of Lubbock 08-723-DD Bailey County Water Wells Merchants Bonding Company Deerwood Construction, Inc. Install water lines 9/17/2008 3/1/11 $ 553,842.00 $ 40,260.90 Troy White - Parkhill, Smith & Cooper 473-2200 Mark Patterson-50% time devoted/Rene Hernandez-50% time/Mike Taylor-50% time Mark Patterson Backhoe, ditcher Gail ISD none Borden County High School none CC Electric Company Excavate, furnish sand & install 2sack flowfill 7/26/2010 8/4/10 $ 85,500.00 $ (3,710.00) Chuck Chapman 745-1345 Mark Patterson-50% time devoted Mark Patterson Backhoes JOBS GREATER THAN $25K 2010 Agency/Owner City of Levelland Contract # 01.2551.09 Name & Location of Project Multipurpose Arena Surety Company Merchants Bonding Company Sub or Prime Contractor Deerwood Consruction, Inc. Goods/Services Provided Sanitary Sewer Improvements Start & Completion Dates 6/23/10 Contract Amount March 2011 Contact Name/Telephone # $ 646,884.60 Leonard Nail, PSC 806-473-2200 Names of Supervisor on Job Site Bryant Sebastian-70% time devoted Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoes, excavators, boring machine, ditcher, 22 yd truck Agency/Owner Contract # 1032 Name & Location of Project Raider Park/Merrill Lynch Bank Surety Company none Sub or Prime Contractor Goods/Services Provided Lee Lewis Construction, Inc Start & Completion Dates Install water and serew lines Contract Amount 9/27/2010 March 2011 $ 47,133.00 Change Orders $ 19,825.59 Contact Name/Telephone # Names of Supervisor on Job Site Jim Caudle 400 Name of Project Mgr/Safety/Quality Bryant Sebastian-10% time devoted Bryant Sebastian Type of Equipment Used Backhoes, boring machines Agency/Owner Contract # none Name & Location of Project UMC East Tower Surety Company none Sub or Prime Contractor Goods/Services Provided Lee Lewis Construction, Inc. 797-8400 Start & Completion Dates Excavation Contract Amount 4/26/10 6/23/10 $ 30,450.00 Change Orders N/A Contact Name/Telephone # n Tickle Names of Supervisor on Job Site 3603 Mark Patterson-15% time Devoted Name of Project Mgr/Safety/Quality Mark Patterson Type of Equipment Used Excavator JOBS GREATER THAN $25K 2010 Agency/Owner Unifirst - Lubbock Contract # none Name & Location of Project Unifirst - Lubbock 1724 E 8th St Surety Company none Sub or Prime Contractor Deerwood Construction, Inc. Goods/Services Provided Install water line and RPZ Start & Completion Dates we 11/3/10 11/30/10 Contract Amount $ 26,015.21 Change Orders N/A Contact Name/Telephone # Steve Hartley 806-762-0541 Names of Supervisor on Job Site Mark Patterson-15% time Devoted Name of Project Mgr/Safety/Quality Mark Patterson Type of Equipment Used Backhoes, boring machine Agency/Owner City of Lubbock Contract # none Name & Location of Project Various Bores around Lubbock Surety Company none Sub or Prime Contractor Hub City Water Boys Goods/Services Provided Bore to install water lines Start & Completion Dates 7/13/2010 Contract Amount $ 32,759.00 Change Orders N/A Contact Name/Telephone # Derek Archer 806-548-5818 Names of Supervisor on Job Site Mark Patterson-15% time devoted/Rene Hernandez-75% time devoted Name of Project Mgr/Safety/Quality Mark Patterson Type of Equipment Used Boring machine Agency/Owner Contract # Work Authorization # 22 Name & Location of Project Reese Center EW 175 - 176 Surety Company none Sub or Prime Contractor Arcadis, U. S. Goods/Services Provided Install water lines Start & Completion Dates 8/25/10 9/22/10 Contract Amount $20,294.15 Contact Name/Telephone # Keith Hansen 806-548-3556 Names of Supervisor on Job Site Mark Patterson-10% time devoted/Rene Hernandez-75% time devoted Name of Project Mgr/Safety/Quality Mark Patterson Type of Equipment Used Backhoe, boring machine t .__..J l.__._I 2009 Agency/Owner Cargill Contract # none Name & Location of Project Cargill Plant, Plainview Surety Company na Sub or Prime Contractor Firetro) Fire Protection Goods/Services Provided Install water Start & Completion Dates 1/12/2009 7/3/09 Contract Amount $ 125,000.00 Change Orders None Contact Name/Telephone # Tommy 928-0624 Names of Supervisor on Job Site Mark Patterson-25% time devoted/Rene Hernandez-100% time devoted Name of Project Mgr/Safety/Quality Mark Patterson/Rene Hernandez Type of Equipment Used Backhoe, Boring Machine Agency/Owner Stauffer Management Company Contract # AT 002029.0012.CONST Name & Location of Project 2601 N Quaker Ave Surety Company none Sub or Prime Contractor Arcadis Environmental Goods/Services Provided Groundwater pump, treatment system piping, well vault installation Start & Completion Dates 7/8/09 12/9/09 Contract Amount $ 557,177.31 Change Orders $ 87,888.91 Contact Name/Telephone # Victor Barchers 512-451-1188 Names of Supervisor on Job Site Bryant Sebastian-70% time devoted Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Trencher, Excavator Agency/Owner American Cancer Society Contract # 4145-01 Name & Location of Project Hope Lodge, TtU Campus Surety Company Tucker Bond Agency Sub or Prime Contractor none Goods/Services Provided Install water and sewer lines Start & Completion Dates 6/10/2009 6/30/10 Contract Amount 222003.00. Change Orders $ 112,543.00 Contact Name/Telephone # Ben Smith 214/654/1703 Names of Supervisor on Job Site Bryant Sebastian Name of Project Mgr/Safety/Quality Type of Equipment Used Backhoe, Excavator 2009 Agency/Owner Texas Tech University Contract # 2863 Name & Location of Project Jones Stadium North Demo and Renovation Surety Company none Sub or Prime Contractor Lee Lewis Construction, Inc. 797-8400 Goods/Services Provided Demo and install utilities Start & Completion Dates 6/10/2009 11/4/09 Contract Amount $ 132,773.79 Change Orders $ 48,951.79 Contact Name/Telephone # Martin Tickle 281-3603 Names of Supervisor on Job Site Bryant Sebastian-55% time devoted Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Jackhammer, Backhoe, Excavator Agency/Owner Frenship ISD Contract # 2846 Name & Location of Project New Frenship Middle School - Iola Ave Surety Company none Sub or Prime Contractor Lee Lewis Construction, Inc. Goods/Services Provided Install water and sewer Start & Completion Dates 5/21/2009 10/7/09 Contract Amount $ 53,196.87 Change Orders $ 12,618.87 Contact Name/Telephone # Brandon Mitchell 797-8400 Names of Supervisor on Job Site Bryant Sebastian-25% time devoted Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Trencher, excavator Agency/Owner Texas Tech University Contract # 2861 Name & Location of Project Jerry Rawls College of Business Administration Surety Company none Sub or Prime Contractor Lee Lewis Construction, Inc. Goods/Services Provided Install water and sewer lines Start & Completion Dates 8/26/2009 10/28/09 Contract Amount $ 124,602.00 Change Orders None Contact Name/Telephone # Dan Martin 548-0169 Names of Supervisor on Job Site Bryant Sebastian-35% time devoted Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, excavator 2009 Agency/Owner Contract # none Name & Location of Project Surety Company Sightline Health Linear Accelerator Facility, 424 N Utica Dr, Lubbock Sub or Prime Contractor none Shiloh Enterprises, Inc. Goods/Services Provided Install fireline, water and sewer Start 8& Completion Dates 7/14/2009 12/9/09 Contract Amount $ 37,766.66 Change Orders $ (6,579.34) Contact Name/Telephone # Steve Preston 405-341-5500 Names of Supervisor on Job Site Bryant Sebastian-15% time devoted Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, excavator Agency/Owner Texaco Contract # none Name & Location of Project Texaco Bulk Fuel Facility Surety Company none Sub or Prime Contractor Strobel Construction Goods/Services Provided Install fire line and sprinkler system Start & Completion Dates 8/10/09 9/23/09 Contract Amount $ 160,467.58 Change Orders $ 25,371.58 Contact Name/Telephone # Ed Whitman 308-548-8334 Names of Supervisor on Job Site Bryant Sebastian-20% time devoted Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe Agency/Owner City of Lubbock Contract # none Name & Location of Project Lubbock Business Park Surety Company none Sub or Prime Contractor Turfmaster Irrigation Goods/Services Provided Bore and install casing Start & Completion Dates Contract Amount 8/12/2009 9/23/09 Change Order $52,877.00 N/A Contact Name/Telephone # Jimmy Schneider 863-3423 Names of Supervisor on Job Site Rene Hernandez-100% time devoted Name of Project Mgr/Safety/Quality Bryant Sebastian/Rene Hernandez Type of Equipment Used Boring Machine, Backhoe 2009 Agency/Owner City of Lubbock Contract # none Name & Location of Project West 4th St at W Loop 289 Surety Company none Sub or Prime Contractor Xcel Energy Goods/Services Provided Bore and relocate fiber Start & Completion Dates 9/16/09 12/16/09 Contract Amount $ 86,536.20 Change Order N/A Contact Name/Telephone # Julie Dillard 787-5834 Names of Supervisor on Job Site Mark Patterson-20% time devoted/Rene Hernandez-90% time devoted Name of Project Mgr/Safety/Quality Mark Patterson/Rene Hernandez Type of Equipment Used Boring Machine, Backhoe Agency/Owner Reese Center Contract # Name & Location of Project Area 2 & 5, Reese Center Surety Company none Sub or Prime Contractor Arcadis, U.S. Goods/Services Provided Groundwater pump, treatment system piping, well vault installation Start & Completion Dates 12/2/09 2/17/10 Contract Amount $ 62,537.00 Change Order $ 15,820.00 Contact Name/Telephone # Keith Hansen 548-3556 Names of Supervisor on Job Site Mark Patterson-30% time devoted/Mike Taylor-100% time devoted Name of Project Mgr/Safety/quality Mark Patterson/Mike Taylor Type of Equipment Used Fusing Machine, Backhoe, Excavator, Trencher Agency/Owner Contract # none Name & Location of Project Bacon Crest Subdivision, Phase II Surety Company none Sub or Prime Contractor Xcel Energy Goods/Services Provided Install conduit for electricity Start & Completion Dates 12/21/09 2/10/10 Contract Amount $ 26,018.02 Change Order N/A Contact Name/Telephone # Julie Dillard 787-5834 Names of Supervisor on Job Site Mark Patterson-10% devoted/Mark Stow-100% devoted Name of Project Mgr/Safety/quality Mark Patterson/Mark Stow Type of Equipment Used Backhoe, ditcher 2009 Agency/Owner City of Lubbock Contract # 09-07509 Name & Location of Project Fiber Relocation at 4th St and W Loop 289 Surety Company Merchants Bonding Company Sub or Prime Contractor Texas Tech University Goods/Services Provided Relocate fiber Start & Completion Dates 10/7/2009 11/18/09 Contract Amount $32,000 Change Order N/A Contact Name/Telephone # David Naugher 742-2761 Names of Supervisor on Job Site Mark Patterson-10% devoted/Rene Hernandez-100% devoted Name of Project Mgr/Safety/Quality Mark Patterson/Rene Hernandez Type of Equipment Used Boring Machine, Backhoe Agency/Owner Texas Tech University Contract # 2862 Name & Location of Project Rocky Johnson Softball Field Water Line, TTU Campus Surety Company none Sub or Prime Contractor Lee Lewis Construction, Inc. 797-8400 Goods/Services Provided Install water lines Start & Completion Dates 10/29/2009 6/16/10 Contract Amount $125,202.23 Change Orders $100,202.23 Contact Name/Telephone # Martin Tickle 281-3603 Names of Supervisor on Job Site Bryant Sebastian-60% time devoted Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Excavator, Boring Machine Agency/Owner Lubbock Cooper ISD Contract # none Name & Location of Project Lubbock Cooper ISD - Middle School Surety Company none Sub or Prime Contractor Sandia Construction, Inc. Goods/Services Provided Site Utilities Start & Completion Dates we 1/20/10 9/8/10 Contract Amount $105,700.00 Change Orders $9,991.00 Contact Name/Telephone # Michael Haverdink 544-1939 Names of Supervisor on Job Site Bryant Sebastian-30% time devoted/Mike Taylor-100% time devoted Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoe, Excavator, ditcher 2009 Agency/Owner Lubbock Cooper ISD Contract # none Name & Location of Project Lubbock Cooper High School Baseball/Softball Complex Surety Company none Sub or Prime Contractor Sandia Construction, Inc. Goods/Services Provided Install Sanitary Sewer and Domestic Water Start & Completion Dates 5/19/10 6/9/10 Contract Amount $22,389.00 Change Orders None Contact Name/Telephone # Kenneth O'Meara 831-2660 Names of Supervisor on Job Site Bryant Sebastian-10% time devoted/Von Kimbrell-100% time devoted Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Boring maching, backhoe Agency/Owner Lubbock Cooper ISD Contract # none Name & Location of Project Lubbock Cooper ISD Irrigation Supply Line Surety Company none Sub or Prime Contractor Sandia Construction, Inc. Goods/Services Provided Install water lines for Irrigation Start & Completion Dates we 3/17/10 9/22/10 Contract Amount $156,126.45 Change Orders $19,978.81 Contact Name/Telephone # Michael Haverdink 544-1939 Names of Supervisor on Job Site Bryant Sebastian-40% time devoted/Mike Taylor-100% time devoted Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoes, ditcher Agency/Owner TAO-LBBH, LP Contract # 2758 Name & Location of Project Hawthorne Suites Surety Company none Sub or Prime Contractor Lee Lewis Construction, Inc Goods/Services Provided Install Site Utilities Start & Completion Dates 2/6/2008 3/19/08 Contract Amount $ 86,926.00 Change Orders None Contact Name/Telephone # Lee Lewis Construction, Inc 806-747-8400 Jimmy Thompson Names of Supervisor on Job Site Bryant Sebastian-25% time devoted to this job Name of Project Mgr/Safety/Quality Bryant Sebastian-25% time devoted to this job Type of Equipment Used Excavator, Backhoes Agency/Owner Mattison Pathology Contract # na Name & Location of Project Mattison Pathology 210 N Utica Ave Surety Company na Sub or Prime Contractor Sub Goods/Services Provided Bore & trench to install electrical Start & Completion Dates 2/4/08 3/5/08 Contract Amount $ 37,603.10 Contact Name/Telephone # Southwestern Public Service dba Xcel Energy Julie Dillard 787-5834 Names of Supervisor on Job Site Bryant Sebastian-15% time/Rene Hernandez -100% Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Boring machine, trencher, backhoe Agency/Owner United Supermarket, Lubbock Contract # 2813 Name & Location of Project United Supermarket Ice Plant, 5801 N MLK Blvd, Lubbock TX Surety Company na Sub or Prime Contractor Lee Lewis Construction, Inc. Goods/Services Provided Install water Start & Completion Dates 7/17/2008 8/6/08 Contract Amount $ 27,605.00 Change Orders None Contact Name/Telephone # Brent Wacker 797-8400 LLCI Names of Supervisor on Job Site Rene Hernandez - 100% time devoted to this project Name of Project Mgr/Safety/Quality Bryant Sebastian/Rene Hernandez Type of Equipment Used Boring machine, backhoes Agency/Owner Contract # Bredow Constructors, Inc./City of Lubbock Name & Location of Project Overton Park Tract # 3A, 6th St & University Ave Surety Company na Sub or Prime Contractor Sub Goods/Services Provided Install water and sewer Start & Completion Dates 8/13/2008 10/8/08 Contract Amount $ 141,239.44 Change Orders $1075.76, $8437.26 Contact Name/Telephone # Names of Supervisor on Job Site Bredow Constructors, Inc., Ben Bredow, 972-407-9000 Billy Scott Bryant Sebastian - 50% time devoted Name of Project Mgr/Safety/Quality to this project Bryant Sebastian Type of Equipment Used Backhoes, Boring machime Agency/Owner O'Reilly Company Contract # 2755-2600 Name & Location of Project Surety Company O'Reilly Auto Parts Distribution Center, I-27 and Yucca Lne, Lubbock TX Sub or Prime Contractor na Lee Lewis Construction, Inc. 797-8400 Goods/Services Provided Install water and sewer Start & Completion Dates 3/11/2008 11/6/08 Contract Amount $ 436,625.00 Change Orders $3,600, $5,600, $29,500 Contact Name/Telephone # David Coggin 797-8400 - Project Manager Names of Supervisor on Job Site Bryant Sebastian - 50% time devoted to this project Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used excavator, Backhoes, trucks, boring machine Agency/Owner Yellowhouse Machinery Contract # 200-4 Name & Location of Project Yellowhouse Machinery # 200, SE Loop 289 & Hwy 84 Surety Company National American Insurance Co., c/o Gallagher Inwest, Lbk, TX Sub or Prime Contractor Western Builders of Amarillo, Inc. Goods/Services Provided Install water and sewer Start & Completion Dates 5/12/2008 12/10/08 Contract Amount $ 335,686.40 Change Orders ($4,518), $9086.40, $2,810 Contact Name/Telephone # Raymond Boynton, Project manager, 806-376-4321 Names of Supervisor on Job Site Mark Patterson-60% time on this project/ Mike Taylor-100% time on this project Name of Project Mgr/Safety/Quality Mark Patterson Type of Equipment Used excavator, Backhoes, Boring machine Zoos Agency/Owner City of Lubbock Contract # 08-723DD Name & Location of Project Bailey County Well Field Improvements Surety Company National American Insurance Co., c/o Gallagher Inwest, Lbk, TX Sub or Prime Contractor Prime Goods/Services Provided Install water Start & Completion Dates 9/17/2008 March 2011 Contract Amount $ 517,166.90 Contact Name/Telephone # Bruce Blakock 806-775-2613 Names of Supervisor on Job Site Mark Patterson-50% time devoted/Rene Hernandez-100% time devoted Name of Project Mgr/Safety/quality Mark Patterson/Rene Hernandez Type of Equipment Used Boring machine, Excavator, backhoes, trucks, bucket truck(sub) Agency/Owner Texas Tech University Contract # 2839-02600 Name & Location of Project Surety Company TTU Soccer Field, Ph. II, Team Building Package Sub or Prime Contractor na Lee Lewis Construction, Inc. Goods/Services Provided Install water/sewer Start & Completion Dates Contract Amount 10/8/08 10/28/09 Change Orders $ 107,916.00 $3,898, $1,871 Contact Name/Telephone # Chad Henthorne 806-548-0153 Names of Supervisor on Job Site Name of Project Mgr/Safety/Quality Bryant Sebastian-55% time devoted to this job Bryant Type of Equipment Used Sebastian Excavator, Backhoe, trucks Agency/Owner Texas Tech University Contract # na Name & Location of Project Chap I, TTU Surety Company na Sub or Prime Contractor Anthony Mechanical, Inc. Goods/Services Provided Sewer line repair Start & Completion Dates Contract Amount 11/26/2008 12/24/08 Change Orders $1$6,6.80 ,10 6.80 Contact Name/Telephone # Names of Supervisor on Job Site Mike, Anthony Mechanical 806-747-4151 Name of Project Mgr/Safety/Quality Bryant Sebastian-50% time devoted to this job Bryant Sebastian Type of Equipment Used Excavator, Backhoe, trucks Agency/Owner Reese Center Contract # D08-0118 Name & Location of Project Area 4, former Reese Air Force Base Surety Company na Sub or Prime Contractor Arcadis, U. S. Goods/Services Provided Install water Start & Completion Dates 12/8/08 10/28/09 Contract Amount $ 720,969.19 Change Orders Contact Name/Telephone # Matthew Bowman 810-225-1920 Keith-806-548-3556 Names of Supervisor on Job Site Mark Patterson- 50% time devoted/Rene Hernandez-100% time devoted Name of Project Mgr/Safety/Quality Mark Patterson/Rene Hernandez Type of Equipment Used Backhoe, Excavator, Boring Machine Agency/Owner Sysco Foods, Lubbock TX Contract # na Name & Location of Project Sysco Foods, Lubbock TX Surety Company na Sub or Prime Contractor Lubbock Power & Light Goods/Services Provided Install electrical Start & Completion Dates 11/12/08 1/14/09 Contract Amount $ 46,476.50 Contact Name/Telephone # Terry Sweat 777-0326 Names of Supervisor on Job Site Bryant Sebastian-50% of time devoted Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoes, boring machine Agency/Owner Texas Tech University Contract # 2843 Name & Location of Project Jones Stadium East Side Renovation Surety Company na Sub or Prime Contractor Lee Lewis Construction, Inc 797-8400 Goods/Services Provided Install water, sewer & gas Start & Completion Dates 12/29/08 12/16/09 Contract Amount $ 398,839.77 Change Orders $121,693.77 (5) total Contact Name/Telephone # Martin Tickle 806-281-3603 Names of Supervisor on Job Site Bryant Sebastian-75% time devoted Name of Project Mgr/Safety/Quality Bryant Sebastian Type of Equipment Used Backhoes, Excavators, Boring Machine Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Contact Name/Telephone # Names of Supervisor on Job Site Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Contact Name/Telephone # Names of Supervisor on Job Site Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Contact Name/Telephone # Names of Supervisor on Job Site Type of Equipment Used 2007 City of Haskell TCDP 725032 Assisted Living Water Line, Haskell, TX NAS Surety Group Prime Install water lines 3/26/2007 6/8/07 $ 138,696.00 City of Haskell Tx 940-864-2333 Mark Patterson/Rene Hernandez Backhoe, trencher, boring machine Lubbock -Cooper ISD 1228105 Lubbock Cooper Force Main NAS Surety Group Prime Install water/sewer 4/9/2007 12/19/08 $ 926,867.00 Parkhill, Smith & Cooper 473-2200 Bryant Sebastian Backhoe, boring machine LBB Scottish Rite Building Corporation none Scottish Rite Learning Center none Sub Install water/sanitary sewer 3/13/2007 4/26/07 $ 56,183.00 Cox -Dirks Architects 762-1226 Bryant Sebastian Backhoe, excavator Thomas Rodriquea Brian Stephens Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Contact Name/Telephone # Names of Supervisor on Job Site Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Contact Name/Telephone # Names of Supervisor on Job Site Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Contact Name/Telephone # Names of Supervisor on Job Site Type of Equipment Used 2007 none Fox Ridge Subdivision none Sub Trench/bore to install electrical conduit 4/10/2007 5/24/07 $ 39,264.08 Southwestern Public Service dba Xcel Energy Mark Patterson Backhoe, boring machine none Seagraves, TX none Sub Install electrical conduit 5/21/2007 6/18/07 $ 25,420.00 Southwestern Public Service dba Xcel Energy Mark Patterson/Rene Hernandez boring machine 765-2891 765-2891 Texas Tech University 2704 Women's Softball Field Complex, Texas Tech Campus none Sub Dirt work 6/14/2007 8/28/07 $ 121,500.00 Lee Lewis Construction, Inc. 797-8400 Tom Dulin Mark Patterson Backhoe, excavator, maintainer Sarah Carter Terry Shaw 2007 Agency/Owner LP & L Contract # 7140-07-ELD Name & Location of Project N. Quaker Ave Lubbock Medical Center. Surety Company none Sub or Prime Contractor Sub Goods/Services Provided Install electrical Start & Completion Dates 7/18/2007 7/31/07 Contract Amount $ 27,076.25 Contact Name/Telephone # Terry Sweat 777-0326 Names of Supervisor on Job Site Mark Patterson/Rene Hernandez Type of Equipment Used Ditcher, Backhoe Agency/Owner George McMahon -Bacon Crest Limited Contract # Name & Location of Project Bacon Crest Subdivision, Milwaukee & 79th St Surety Company none Sub or Prime Contractor Sub Goods/Services Provided Install electrical/gas/phone Start & Completion Dates 8/7/07 8/28/07 Contract Amount $ 74,268.00 Contact Name/Telephone # Justin Smiley 777-4559 Names of Supervisor on Job Site Mark Patterson Type of Equipment Used Backhoe, Ditcher Agency/Owner ARCADIS U.S., Inc. Contract # D07-0089 Name & Location of Project Former Reese AFB Surety Company none Sub or Prime Contractor Sub Goods/Services Provided Bore, Excavation, Trench, Pipe & Vault installation Start & Completion Dates 8/13/2007 7/30/08 Contract Amount $ 355,471.14 Contact Name/Telephone # Joyce Williams 720-344-3764 Keith Hansen Names of Supervisor on Job Site Mark Patterson/Rene Hernandez Type of Equipment Used Boring maching, trencher, backhoe 2007 Agency/Owner Texas Tech University Contract # 2653 Name & Location of Project College of Engineering Surety Company none Sub or Prime Contractor Lee Lewis Construction, Inc. Goods/Services Provided Install site utilities, demo fire & gas line Start & Completion Dates 8/27/07 10/17/07 Contract Amount $ 65,379.00 Contact Name/Telephone # Lee Lewis Construction, Inc. 806-747-8400 Names of Supervisor on Job Site Mark Patterson/Rene Hernandez Type of Equipment Used Backhoe, dump trucks. Boring machine Agency/Owner Texas Tech University Contract # 1876-1 Name & Location of Project Student Leisure Pool Surety Company none Sub or Prime Contractor Western Builders of Amarillo Goods/Services Provided Install water, sewer & gas Start & Completion Dates 10/2/07 11/17/08 Contract Amount $ 282,761.83 Contact Name/Telephone # John Esler 806-376-4321 Bob Phelps Names of Supervisor on Job Site Bryant Sebastian Type of Equipment Used Boring Machine, Backhoe, Excavator Agency/Owner Lubbock Business Park Contract # 10993963-05 Name & Location of Project Lubbock Business Park - 127 & Yucca Lne Surety Company none Sub or Prime Contractor Sub Goods/Services Provided Install electrical conduit Start & Completion Dates 10/17/07 12/5/07 Contract Amount $ 59,820.00 Contact Name/Telephone # Southwestern Public Service dba Xcel Energy Names of Supervisor on Job Site Bryant Sebastian Type of Equipment Used Excavator, Backhoe, Boring Machine Tim McLean Julie Dillard 787-5834 Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Contact Name/Telephone # Names of Supervisor on Job Site Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Contact Name/Telephone # Names of Supervisor on Job Site Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Contact Name/Telephone # Names of Supervisor on Job Site Type of Equipment Used 2007 City of Lubbock 7157-07-ELD Overton Redevelopment - Avenue U from 4th St to S of Main St none Sub Install electrical conduit 11/7/2007 2/27/08 $ 116,000.00 Terry Sweat 806-777-0326 Bryant Sebastian Backhoe, Jackhammer City of Lubbock 11018407 N & S on Slide Rd at the Brownfield Hwy none Sub Install electrical 10/29/07 11/21/07 $ 160,533.54 Southwestern Public Service dba Xcel Energy Bryant Sebastian Backhoe, Excavator, Boring Machine Julie Dillard 787-5834 Masca Company 11022928-01 Masca Corn Processing Plant, I 27 & E Insurance Dr none Sub Install electrical 11/26/07 12/5/07 $ 34,159.00 Southwestern Public Service dba Xcel Energy Bryant Sebastian/Rene Hernandez Backhoe, excavator, boring machine Julie Dillard 787-5834 Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Contact Name/Telephone # Names of Supervisor on Job Site Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Contact Name/Telephone # Names of Supervisor on Job Site Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Contact Name/Telephone # Names of Supervisor on Job Site Type of Equipment Used 2006 Walmart NA Walmart, 4th St/Avenue Q, Lubbock TX none Sub Excavate footings 1/3/2006 $ 27,406.55 Lee Lewis Construction, Inc. Bryant Sebastian Excavator, backhoe 5/2/2006 797-8400 Hank United Stores/Market Street NA Market Street, 98th St/Quaker Ave, Lubbock TX none Sub Demo arch pipe, install new RCP, manholes 1/10/2006 9/19/2006 $ 437,433.68 Lee Lewis Construction, Inc. 797-8400 Martin Tickle- 806.281.3603 Mark Patterson/Bryant Sebastian Backhoe, boring machine, excavator Lubbock ISD 03-8363-05 South Elementary School, Lubbock TX none Sub Install water & sewer, reroute existing water 5/9/2006 1/1/2007 $ 53,917.00 Lee Lewis Construction, Inc. 797-8400 Jason Smith Bryant Sebastian Backhoe, boring machine Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Contact Name/Telephone # Names of Supervisor on Job Site Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Contact Name/Telephone # Names of Supervisor on Job Site Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Contact Name/Telephone # Names of Supervisor on Job Site Type of Equipment Used 2006 none North Pointe Subdivision none Sub Trench/bore to install electrical conduit 5/9/2006 8/8/2006 $ 200,631.90 Southwestern Public Service dba Xcel Energy Mark Patterson/Rene Hernandez Backhoe, boring machine South Plains College none South Plains College, Levelland TX 765-2891 Warren Kelly none Sub Install gas line 6/27/2006 8/29/2006 $ 115,842.00 Armstrong Mechanical, Inc. 747-4217 Raymond Eade Mark Patterson/Rene Hernandez Backhoe, boring machine 7126-06-ELD Canyon West, Phase II, none Sub Install electrical conduit 8/1/2006 $ 27,852.00 Lubbock Power & Light Rene Hernandez Backhoe Lubbock TX In Progress Terry Sweat 777-0326 Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Contact Name/Telephone # Names of Supervisor on Job Site Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Contact Name/Telephone # Names of Supervisor on Job Site Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Contact Name/Telephone # Names of Supervisor on Job Site Type of Equipment Used 2006 Walmart none Walmart, 4th St/Avenue Q, Lubbock TX none Sub Trench/bore to install electrical 5/30/2006 6/26/2006 $ 35,925.58 Southwestern Public Service dba Xcel Energy Mark Patterson/Rene Hernandez Backhoe, boring machine Texas Tech University 3720 3-D Arts Complex, Texas Tech Campus none Sub Install water main & sanitary sewer 10/20/2006 3/7/2007 $ 37,800.00 Western Builders of Amarillo 806-376-4321 Bryant Sebastian Backhoe, excavator, boring machine Southwestern Public Service dba Xcel Energy none Carlisle Substation 765-2891 Justin Smiley none Prime Build pad 8/6/2007 9/15/2006 $ 37,711.70 Southwestern Public Service dba Xcel Energy 806-378-4153 Gary McBride Backhoe, Maintainer, excavator, rhino compactor Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Contact Name/Telephone # Names of Supervisor on Job Site Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Contact Name/Telephone # Names of Supervisor on Job Site Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Contact Name/Telephone # Names of Supervisor on Job Site Type of Equipment Used 2006 Texas Tech University 03-0775 School of Law, Texas Tech Campus none Sub Site preparation/site utilities 9/26/2006 $ 155,206.00 Vaughn Construction, Inc. Jarad Schmidt Backhoe, boring machine, e 95% complete 713-243-8300 xcavator Southwestern Public Service dba Xcel Energy none Tolk Station Water System none Prime Install water line & tie in to wells 11/8/2006 1/23/2007 $ 158,568.35 Southwestern Public Service dba Xcel Energy Mark Patterson/Rene Hernandez Backhoe, boring machine, maintainer, trencher Frenship ISD none Frenship Band Hall, Wolfforth TX none Sub Install sewer 10/24/2006 12/12/2006 $ 38,504.00 Lee Lewis Construction, Inc. 797-8400 Bryant Sebastian Backhoe, boring machine 806-378-4153 Gary McBride Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Contact Name/Telephone # Names of Supervisor on Job Site Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Contact Name/Telephone # Names of Supervisor on Job Site Type of Equipment Used 2006 Federal Express none Fed Ex at LIA none Sub Trench to install electrical conduit 2/7/2007 4/7/07 $ 38,968.75 AMCO Incorporated 765-8557 Jerry Bryant Sebastian Trencher, backhoe McDougal Companies none N Overton Project, Lubbock TX none Sub Trench/bore to install electrical conduit 8/15/2006 11/7/2006 $ 57,692.20 Southwestern Public Service dba Xcel Energy 765-2891 Bill Mullins Mark Patterson/Rene Hernandez Backhoe, boring machine, trencher '1 Agency/Owner Texas Tech University Contract # 05-0432 Name & Location of Project Range & Wildlife Pond, Texas Tech Campus Surety Company none Sub or Prime Contractor Prime Goods/Services Provided Dig holes, install liner for ponds Start & Completion Dates 2/14/2005 4/13/2005 Contract Amount $ 30,853.00 Contact Name/Telephone # Texas Tech University 742-3801 Names of Supervisor on Job Site Mark Patterson/Bryant Sebastian Type of Equipment Used Excavator, backhoe Agency/Owner Texas Tech University Contract # Name & Location of Project Softball Field New Restroom Facility, Texas Tech Campus Surety Company none Sub or Prime Contractor Sub Goods/Services Provided Install water & sewer lines Start & Completion Dates 4/1/2005 5/11/2005 Contract Amount $ 25,022.50 Contact Name/Telephone # Armstrong Mechanical, Inc. 747-4217 Raymond Eade Names of Supervisor on Job Site Mark Patterson/Rene Hernandez Type of Equipment Used Backhoe, boring machine Agency/Owner Flying J Companies Contract # 0528009-009 Name & Location of Project Flying J Travel Plaza, 4th St/I27 Surety Company NAS Surety Group Sub or Prime Contractor Sub Goods/Services Provided Demo, install water & sewer lines Start & Completion Dates 4/13/2005 8/19/2005 Contract Amount $ 130,257.00 Contact Name/Telephone # Deerfield Construction Co., Inc. 513-984-4096 Dave McAninch dave.mcan inch deerfieidi com Names of Supervisor on Job Site Mark Patterson Type of Equipment Used Backhoe, boring machine Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Contact Name/Telephone # Names of Supervisor on Job Site Type of Equipment Used 2005 Home Depot Stores 70-05-015 Home Depot No. 6827, 50th St & University Ave NAS Surety Group Sub Install water and sewer 7/5/2005 10/27/2005 $ 64,884.00 White-Spunner Construction, Inc. 251-471-5189 Mark Patterson Backhoe, excavator Agency/Owner Lubbock Power & Light Contract # none Name & Location of Project Bemove, LTD, E 50th St, Lubbock TX Surety Company none Sub or Prime Contractor Sub Goods/Services Provided Trench & bore to install electrical conduit Start & Completion Dates 6/1/2005 8/17/2005 Contract Amount $ 49,054.80 Contact Name/Telephone # Lubbock Power & Light, Terry Sweat, 777-0326 Names of Supervisor on Job Site Bryant Sebastian/Mark Patterson Type of Equipment Used Boring machine, backhoe Agency/Owner Texas Tech University Contract # none Name & Location of Project Wall/Gate Dormitory, Texas Tech Campus Surety Company none Sub or Prime Contractor Sub Goods/Services Provided Install pipe & fire hydrant for fire line Start & Completion Dates 6/24/2005 8/16/2005 Contract Amount $ 24,812.23 Contact Name/Telephone # Casteel Fire Protection 744-3322 Names of Supervisor on Job Site Terry Sires Type of Equipment Used Boring machine, backhoe 2005 Agency/Owner Contract # none Name & Location of Project Lynnwood Subdivision, Lubbock TX Surety Company none Sub or Prime Contractor Sub Goods/Services Provided Trench/bore to install electrical conduit Start & Completion Dates 5/13/2005 8/18/2005 Contract Amount $ 49,282.00 Contact Name/Telephone # Southwestern Public Service dba Xcei Energy 765-2891 Names of Supervisor on Job Site Mark Patterson/Rene Hernandez Type of Equipment Used Boring machine, backhoe Agency/Owner Lubbock State School Contract # none Name & Location of Project Lubbock State School Irrigation Lines Surety Company none Sub or Prime Contractor Sub Goods/Services Provided Install irrigation lines Start & Completion Dates 8/26/2005 10/27/2005 Contract Amount $ 51,969.80 Contact Name/Telephone # Delta Water Management & Conservation 800-347-2285 Names of Supervisor on Job Site Bryant Sebastian Type of Equipment Used Backhoe, boring machine, trencher Agency/Owner Contract # Name & Location of Project Regal Park Subdivision Surety Company none Sub or Prime Contractor Sub Goods/Services Provided Install lines for NTS, SBC, Cox, SPEC Start & Completion Dates 9/12/2005 11/3/2005 Contract Amount $ 52,204.66 Contact Name/Telephone # NTS, Cox Cable, Southwestern Bell, South Plains Electric Co -Op Names of Supervisor on Job Site Type of Equipment Used Backhoe, boring machine Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Contact Name/Telephone # Names of Supervisor on Job Site Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Contact Name/Telephone # Names of Supervisor on Job Site Type of Equipment Used Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Contact Name/Telephone # Names of Supervisor on Job Site Type of Equipment Used 2005 Texas Tech University none Child Development & Research Center Utility Installation, Texas Tech Campus none Sub Install water lines 11/10/2005 6/15/2006 $ 153,481.75 Lee Lewis Construction, Inc. 797-8400 Jana Bryant Sebastian/Mark Patterson Backhoe, excavator, boring machine Texas Tech University none Student Wellness Center, Texas Tech Campus none Sub Install water, sewer, lift station 12/1/2005 7/8/2006 $ 239,643.00 Lee Lewis Construction, Inc. 797-8400 Tim McLean tmcleanCalleelewis.com Bryant Sebastian Backhoe, boring machine High Plains Surgical Center none High Plains Surgical Center, Lubbock TX none Sub Install water, sewer taps 10/11/2005 1/19/2006 $ 38,604.00 Lee Lewis Construction, Inc. 797-8400 Mark Patterson Backhoe, excavator, boring machine 2005 Agency/Owner City of Lubbock Contract # none Name & Location of Project Lubbock International Airport Taxiway Surety Company none Sub or Prime Contractor Sub Goods/Services Provided Install casing Start & Completion Dates 10/14/2005 3/16/2006 Contract Amount $ 49,024.00 Contact Name/Telephone # ACME Electric Company 745-7720 Johnny Names of Supervisor on Job Site Bryant Sebastian Type of Equipment Used Boring Machine Agency/Owner Big Cat Properties, LLC Contract # none Name & Location of Project North Park Tract "O", Lubbock TX Surety Company none Sub or Prime Contractor Sub Goods/Services Provided Install water & sewer lines Start & Completion Dates 11/15/2005 1/26/2006 Contract Amount $ 35,740.00 Contact Name/Telephone # Big Cat Properties, LLC 316-262-5099 Names of Supervisor on Job Site Bryant Sebastian Type of Equipment Used Backhoe, boring machine Agency/Owner Greenstreet Construction Company Contract # none Name & Location of Project Sunridge Plaza, Lubbock TX Surety Company none Sub or Prime Contractor Sub Goods/Services Provided Start & Completion Dates Install water & sewer mains, water taps Contract Amount 10/25/2005 9/19/2006 $ 72,816.71 Contact Name/Telephone # Greenstreet Construction Company 745-9444 Names of Supervisor on Job Site Bryant Sebastian Type of Equipment Used Backhoe, boring machine, trencher Agency/Owner Contract # Name & Location of Project Surety Company Sub or Prime Contractor Goods/Services Provided Start & Completion Dates Contract Amount Contact Name/Telephone # Names of Supervisor on Job Site Type of Equipment Used 2005 Unknown 717-12-05-ELD Canyon West, Phase I, Milwaukee Ave, Lubbock TX none Sub Trench/bore to install electrical conduit 1/19/2006 8/15/2006 $ 140,690.81 Lubbock Power & Light, Terry Sweat, 777-0326 Terry Sweat unknown email Mark Patterson Backhoe, boring machine, trencher Agency/Owner Texas Tech University Contract # 33088 P25.805 Name & Location of Project Food & Animal Sciences Building, Texas Tech Campus Surety Company none Sub or Prime Contractor Sub Goods/Services Provided Excavation, install site utilities Start & Completion Dates 9/12/2003 7/15/2004 Contract Amount $ 375,882.00 Contact Name/Telephone # Lee Lewis Construction, Inc. 797-8400 Names of Supervisor on Job Site Mark Patterson Type of Equipment Used Backhoe, boring machine, excavator Agency/Owner Texas Tech University Contract # FP&C # 02-10 Name & Location of Project HSC Chiller Tower, Texas Tech Campus Surety Company none Sub or Prime Contractor Sub Goods/Services Provided Excavation, install electrical duct bank Start & Completion Dates 2/18/2004 1/24/005 Contract Amount $ 205,308.00 Contact Name/Telephone # Lee Lewis Construction, Inc. 797-8400 Names of Supervisor on Job Site Mark Patterson Type of Equipment Used Backhoe, excavator Agency/Owner Walgreen's Contract # none Name & Location of Project Walgreen's @ 98th St & Slide Rd Surety Company none Sub or Prime Contractor Sub Goods/Services Provided Install sewer main Start & Completion Dates 3/18/2004 7/2/2004 Contract Amount $ 39,001.83 Contact Name/Telephone # Lee Lewis Construction, Inc. 797-8400 Names of Supervisor on Job Site Mark Patterson Type of Equipment Used Backhoe, boring machine, excavator 2004 Agency/Owner Texas Tech University Contract # 0401 Name & Location of Project TTU New Residence Hall, Texas Tech Campus Surety Company NAS Surety Group Sub or Prime Contractor Sub Goods/Services Provided Install site utilities Start & Completion Dates 5/12/2004 10/13/2004 Contract Amount $ 198,080.26 Contact Name/Telephone # Austin Commercial 512-306-9880 Names of Supervisor on Job Site Type of Equipment Used Backhoe, excavator, boring machine Agency/Owner City of Slaton Contract # 723751 Name & Location of Project City of Slaton TX Water Distribution System Surety Company NAS Surety Group Sub or Prime Contractor Prime Goods/Services Provided Install water lines Start & Completion Dates 8/25/2004 12/15/2004 Contract Amount $ 186,904.09 Contact Name/Telephone # City of Slaton 828-2000 Engineer on Job Brian Stephens - Parkhill, Smith & Cooper 473-2200 Names of Supervisor on Job Site Bryant Sebastian Type of Equipment Used Backhoe, boring machine Agency/Owner City of Crosbyton Contract # 723191 Name & Location of Project City of Crosbyton TX Water Distribution System Surety Company NAS Surety Group Sub or Prime Contractor Prime Goods/Services Provided Install water lines Start & Completion Dates 8/26/2004 12/15/2004 Contract Amount $ 174,137.07 Contact Name/Telephone # City of Crosbyton 675-2301 Engineer Brian Stephens - Parkhill, Smith & Cooper 473-2200 Names of Supervisor on Job Site Mark Patterson/Rene Hernandez Type of Equipment Used Backhoe, boring machine 2004 Agency/Owner Frenship ISD Contract # 2424 Name & Location of Project Frenship School District Surety Company none Sub or Prime Contractor Sub Goods/Services Provided Demo, build pad Start & Completion Dates 11/1/2004 1/26/2005 Contract Amount $ 156,539.00 Contact Name/Telephone # Lee Lewis Construction, Inc. 797-8400 Names of Supervisor on Job Site Bryant Sebastian Type of Equipment Used Backhoe, excavator Agency/Owner DDC Construction Contract # none Name & Location of Project 6th St Apartments, Lubbock TX Surety Company none Sub or Prime Contractor Sub Goods/Services Provided Install telecommunications conduit Start & Completion Dates 10/25/2004 12/14/2005 Contract Amount $ 49,472.56 Contact Name/Telephone # DDC Companies 713-570-0359 Names of Supervisor on Job Site Bryant Sebastian Type of Equipment Used Backhoe, boring machine, trencher Agency/Owner Texas Tech University Contract # none Name & Location of Project Park & Ride Facility Irrigation, Phase I, Texas Tech Campus Surety Company NAS Surety Group Sub or Prime Contractor Prime Goods/Services Provided Install irrigation system Start & Completion Dates 6/26/2004 12/6/2004 Contract Amount $ 139,192.08 Contact Name/Telephone # Texas Tech University 742-3801 Names of Supervisor on Job Site Bryant Sebastian Type of Equipment Used Backhoe, trencher, boring machine 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. Q " A- 4 / Z, Pa V� —,,g, , J Cc,,ill Vt��6M ntractor (Original Signature) Contractor (Print) CONTRACTOR'S BUSINESS NAME: D ie-rojm L k(?-©0'6 (Print or Type) CONTRACTOR'S FIRM ADDRESS: /0 z Q /L)�h0C-4, 1 x -7 NOTE TO CONTRACTOR Econtract requirement specified above is not met, the City has the right to reject this proposal and award the another contractor. If you have any questions concerning these requirements, please contact the `Sf Purchasing & Contract Management for the City of Lubbock at (806) 775-2572. RFP 14-11849-TS — ORIGINAL u 1� TOWN OF LUBBOCK 16" WATER LINE REPLACEMENT 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. /llJNe— 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. lve4� C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. /1 lmlp.. 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. /VQNi In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following three (3) questions and submit them with their proposals: QUESTION ONE Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its 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 sti firm, corporation, partnership or institution, received citations for violations of environmental protection lam; regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforce suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal comply indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. ;- YES NO_� If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, 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, penalty assessed. QUESTION THREE Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense resulted in serious bodily injury or death? YES NO If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with it proposal submission, the following information with respcato each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and assessed. OUESTION FOUR Providemp�any's�Ex erience Modification Rate and supporting information: ����// ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in myJ m 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.. S gnature C�,e Title 2 Texas Mutual 9/11/2013 11:15:34 AM PAGE 2/004 Fax Server WORKERS COMPENSATION EXPERIENCE RATING Risk Name: DEERWOOD CONSTRUCTION INC Risk ID: 420552750 6�1 Rating Effective Date: 12131/2013 Production Date: 09/05/2013 State: TEXAS ;fi t 1070 ,'.;. _: 1D,.. _'13722+,°. .:....:3083 : 0 Dtr... ...._j3595 13,595 TX-B 08 1070 44 0 0 0 ------- -d -- YP - —Qf�lr�tr� �-- 13,703,092 '08 10,67 7 13,596 13595 5�j�� �. ��. � - �`�• fir.: ~� •�^ �r-. � •'II: � t. '� 'T� Np. '� � � !�`:. � -:FiG !.;rr'�„ 1 '+,:";u 1Y�4[i�. c.. Y '�•(• 3 (1) 0'(1-A)+G (A)'(F) (J) Actual 13,595 17,320 0 30,915 :'::-.�: ;_:..::::: r:.3;092•<•,.::.. r -: •.•<:..:•,;:::�.1T32D::::.;:::.q:: _ _ 'i85� �::•::;,.::' ;'�.;: '°21268 :,-,,;,i;:. t(3',.�tr..'t�.,�^�:' :r���''�`n �[, t:r����'r'.�'.:�� �;:- aYR,,i;•-6t�-Cs� -�- --�� Factors 1.45 Carrier: 29939 - 000 Policy: 0001102658 Eff-Date: 12/31/2012 Exp-Date: 12/31/2013 Ccpyrght199320131 All dghtsreseneed. This erpedence modilicad- factor is comprised ofcornpgatbns and information which an, the proprietary and erknire p�rooppert afthe National cm Cotmcd on Cpensatio Insurance, Inc. (NCGQ No lurdrer use, dissemination, sale• transfer, assignmentar dispositron ofthis exp-rience rating modification factorll'rraf�Q Ala maybe used W thout the wrMan consent of NCO. NCCI rakes na re;xe-ntatlan or—rarnly, expressed o• implied, as to aiy matter w hatro r lndudiN but not limited to the accuracy of any information, product or serr ce iumished hereunder and, as to NM, recipient ofthis ecperience rating nrodificattcn factor subscribes to and utilizes the inImmatlan service'as is . Texas Mutual 9/11/2013 11:15:34 AM PAGE 3/004 Fax Server WORKERS COMPENSATION EXPERIENCE RATING NCCI • Risk Names DEERWOOD CONSTRUCTION INC Risk ID: 420552760 Rating Effective Date: 12131/2013 Production Date: 0910512013 State: TEXAS IrA-IGAA10 rlfstl lu.t% rirm name: UttK1/VUUV GUNSIKUWl(JN ING Carrier. 29939 Policy No. 0001102658 Eff Date: 12/31)2009 ExD Date: 12131/2010 .,.».,, .,�. :5�83 101# 23 27ti374 ,... Y 2;985 .� _...»„��•,._ - •r.�. � 99i_ ;5 F 5606 .28 .22 71,400 200 44 NO. 2 6 743 7 _.........._....._. 49 .. .............. _.._........ :498 — v = __.1Q5 59CDG017T4 E; ...._..... 7219 253 .21 3,122 79 17 99t=5795 6 F 3,873 3,873 _......_856 8227 .81 .22 102,879 833 183 8810 .06 .22 42,875 26 6 Policy Total: 653,34 Subject Premium: 10,1511 Total Act Inc Losses: 9,515 42 TEXAS Firm ID.A Firm Name: DEERWOOD CONSTRUCTION INC Carrier: 29939 Polloy No. 0001102668 Eff Date: 12/3117nin Fen ryalar• 1,3111f9ri11 }��•�c � h t �>}�• C7 bt[ �P �y Si:m^c'na^.^'„� s F�,( ti, �_..� j r�E.,:lt,,e f.'�i`E?C','`=IINi. r�,i lzmmww i»'2 "�"�� .,1 ti•R`rv,� r„ MINING li�mmsia�liomm �f01GIFS 1 1 / :. s 'Subject Total Act Inc 1'1 42-TEXAS Firm ID: A Firm Name: DEERWOOD CONSTRUCTION INC Carrier. 29939 Policy No. 00011026M Eff Date: 12/31/2011 ExioDate: 12/8 M12 F s�ii,§ [... :.i� Y. fiver .fn is �i° sP✓ .i.,T� :,h_'tfJ�3':*"�b_J�vk. �i'���Mi%7•.�n;+ te crt t b l �.. .;'?Cis:. �3S Y T.,+ s E tsk'fi., ro 1'tt�a7$Yi6•`�Sfi +, ¢ .F , bra. a �..�' '�,i.'�"37[,.�i COME 1: BERM •EM ita ll IMMMEMERM Policy Total: t' Subject r , epytight 19n2013, All riytris reserved This vpedence modification factor is comprised daom00atior s and information which are the prepdedary and exclusive prace+lydr 9� al ound on Compensation Insurance, I- (NCC1} No furheruse,disseminatton, sale, b—fer_ assignment ordisposiY�wn of1his experience rating modiftatic. factorxany 1 .enr:ai sy be used without the writkncon;e. NCC lICCI "km m representation wwananty expressed w impbed, as to asy matir whatsoever k.Winp but net limited tothe accuracyc ry information, product or sem ce famished hereunder and, as to NCO, recipient of this erperfe ¢ rating m cdirmwion fader subscribes le and utilizes the information serrice'as W. • Tool by Policy Year d all cases $2000 or ksa. D Disease Loss X Er-medaal Cnvrage U USL&HW CCatasbopW.Loss E Empfoycrs Liabdity Loss *Limited Lcse Texas Mutual 9/11/2013 11:15:34 AM PAGE 4/004 Fax Server WORKERS COMPENSATION EXPERIENCE RATING O/VC91 Risk Name: DEERWOOD CONSTRUCTION INC Risk ID: 420552750 Rating Effective Date. 12/31/2013 Production Date: 09/05/2013 State: TEXAS 4L-1 tAAJ mrm iU: d Firtn Name: DLLRWOOD CONSTRUCTION INC PROJ Carrier. 10863 Policy No. WC494454400 Eff Date: 10/20/2011 Exa Date: 10/01M12 y ,cy ,f � Y "tLL^:;•i' tif' `a �r R � . w—.,..• .y,?'� .u, E'-_ 'Ir. � _��"�'� . � 5i90 ..._ 117 .. 21 3763: .. ,,.,,,.,. ..,....... ..... Policy Total: 3,763 Subject Premium: 176 Total Act Inc Losses: 0 opyright 1993-2013, A0 rights rne"d This erpedenee modification factor is comprised of compilations and information which art the proprietary and exclusi.e pgpeTya oon aI uncil Cemoensatosuran n Ince, Inc. (Nccl} No fu theruse, dissemination. lair, transfer. assignmerder disposition of this experience rating �ficaticn factorw any r them ray bs used u,Utwut the v ittmnconser# of NCC. N= rakes no representabon orwarranty, expmssed 0' implied, as to aiy maltaw,fiats r including but not limited to:be accuracy o ny information, product or sense furnished hereunder and, as to NCCL recipient oftNs experience rating modification factor subscribes to and utilizes the infomation service'as is'. ' Tdal by Policy Yea of all caws $2000 a less. D Disease Lass X =x-Medical Caaage U USL&HW 0 Catastrophic Loss E Employers Liability Loss ALimited Loss SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting 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). 19 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 undersiId gned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME:- e&"ZI-E� t� - FEDERAL TAX ID or SOCIAL SECURITY No. 15 — o?, � c�� 7 7e Signature of Company Official: " A J iLt I Printed name of company official signing above: Date Signed: 5 r I 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. Company Name Ir 14/+,O PROPOSED LIST OF SUB -CONTRACTORS Location TO Services Provided Minority Owned Yes No ❑,/� Imo' ❑ Oa ❑ ❑ ❑ ❑ a ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY. (PRINT NAME OF COMPANY) RFP 14-11849 -TS - ORIGINAL TOWN OF LUBBOCK 16" WATER LINE REPLACEMENT 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 Minority Owned Company Name Location Services Provided Yes No D & H Underground Albuquerque, Dry Auger Bore 1. NM ° X° V-Tech Environmental Lubbock, TX SWPPP X° ° 2. WA Paving Lubbock, TX Paving Repair U/K ° ° 3. Barricades Unlimited Lubbock, TX Barricades UX ° ° 4. 5. ° ° 6. ° ° 7. ° ° 8. ° ° 9. ° ° 10. 11. 12. ° ° 13. ° ° 14. ° ° 15. ° ° 16. ° ° SUBMITTED BY: DEERWOOD CONSTRUCTION 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 14-11849-TS - ORIGINAL TOWN OF LUBBOCK 16" WATER LINE REPLACEMENT Page Intentionally Left Blank PAYMENT BOND Paae Intentionally Left Blank Bond No. TXC605472 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that Deerwood Construction, Inc. (hereinafter called the Principal(s), as Principal(s), and Merchants Bonding Company (Mutual) (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of One Million Two Hundred Three Thousand Three Hundred Four Dollars and Twenty Cents ($1,203,304.20) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 26th day of June, 2014, to RFP 14-11849-TS Oriainal Town of Lubbock 16" Water Line Replacement 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 9th day of July. 2014. Merchants Bonding Company (Mutual) Surety *B% (Titl Jennifer Winters, Attorney -In -Fact Deerwood Construction, Inc. (Company Name) By: c)a/y, Ira t1`� l`50 (Printed Name) rl (Wature) (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Jennifer winters an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Merchants Bonding Company (Mutual) Surety (Titley Jennifer Winters, Attornev-In-Fact Approved as to form: City of Lubbock By: • City A ne Note: igned by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 2 MERCHANT7SN__k BONDING COMPANY,*" POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations duly organized under the laws of the State of Iowa (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint, individually, Harold Binggeli, D.N. Broyles, Angela S. Goff, Cara D. Hancock, Carroll Mayfield, Ron Stroman, Jennifer Winters of Lubbock and State of Texas their true and lawful Attorney -in -Fact, with full power and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: THREE MILLION ($3,000,000.00) DOLLARS and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies, and all the acts of said Attorney -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power -of -Attorney is made and executed pursuant to and by authority of the following By -Laws adopted by the Board of Directors of the Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 24, 2011. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary -or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to* ° any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 3rd day of Auqust , 2012 . ?,A 10U-4 'r•, Q-4. 4 STATE OF IOWA COUNTY OF POLK ss. ••�\NG CO,h••• NpoR• °y• -o- : y 1933 cA. • ; •fib• MERCHANTS BONDING COMPANY (MUTUAL) MERCHANTS NATIONAL BONDING, INC. President On this 3rd day of August 1 2012 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument is the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first above written. WOW01,MARANDA GREENWALT r Commission Number770312 My Commission Expires October 28, 2014 Notary Public, Polk County, Iowa STATE OF IOWA COUNTY OF POLK ss. I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 9th day of July , 2014 . :0o�o`RPo9.'hAy. • ti: -o- R' : y 1933 c; POA 0014 (11/11) Secretary I A - Hl D51 Y914A0TTA:qO593WO9 cc:ilkffi) ave )0 wade ed M fi34 skit 71vtbiv 5oqW DftFZ 91u1 "r tj Y.: N oils 1 ,)I- R A 0i WD .:.l 2, MapA a-Av' l .'ri-Cl id Uf nuil f" "Xa I -r ki. W"le i�.vi4 as Ne--ifmi li"Wil- 'T. 4ro,4,ir rAi.-, bP-ti)wa r4 b63J:,4 L46 o"oz;q -,Arrmrs Wij "li t,,;u -Ili V,(HJJjM 1,43, 117, s,4vb to Ooe�gie g0gemAxiii it, ze am ft, 4%hfll 01 bfw- ftlu I 4T, y4*163W b""10 al lwn i 144 br-,4 a--'YmA.!Yi6D 1�:, x;wft fl;,5%%i 01 Crytrttu, -�j �faa ej,-6 op'l gil if *P Alt 10im <K;C- 0 -�,-mtto I'm VJt - zldhn1 lo t-,6 :",-AnCd O"vit ev; .0 b-z- !qvysm W,., tm lq-oft,� tta.,4;'�. t5 din ^ v"VfArgh- nrt, Jr on" } u )rr,,l;c*ju �Dj-,Xj Vis i) h,,�,p;-, �! 1,S , wjlwjA ."7 -llef, )-£ v�,iF b..)r1fe --, !,-,' j!ifp-,qWvl; ;-611 'N"hi" ,-'] -lb9la0lv' !,i jAtir.}FAO SAVAHLWN '40. 1 ls� t - . - . , . - � bn,� ;,Iirtl t'kC� �;i CN vi:, +!.*, am v"i ��'-k4q :Ell -J�Fp; ju!JZ , -'AVA TAW e`.T 1,A." ".jx w� ' ii,-! c v5 I;' 'a-,ii x i7t to I i 10 t_e-- - *!a- ci *I �, st,jf;n brin 16-v b-mi yFh -v4 e- wl awiaM aL4j !Q -V41 is Ym tkxf?-'C- t)sv, �wl "t ,-x4 !"iifw~ PV46 11 MMMA T UAW1433AO. .n X.." ,-, I --lo ,;TtJm -" V I -i:C -�O 11, P-t'Op.,f, y I -!!A WOZI W,70W enir:sqiv: :�"a2 tr--1 A In ycitij r. 7 c.;:i tuns + in IvOl. K,p y w- �,ri' #:A�. Ni4L PERFORMANCE BOND Page Intentionally Left Blank Bond No. TXC605472 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that Deerwood Construction, Inc. (hereinafter called the Principal(s), as Principal(s), and Merchants Bonding Company (Mutual) (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of One Million Two Hundred Three Thousand Three Hundred Four Dollars and Twenty Cents ($1,203,304.20) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 26th day of June, 2014, to RFP 14-11849-TS Original Town of Lubbock 16" Water Line Replacement and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 9th day of July , 2014. Merchants Bonding Company (Mutual) Surety * By:eof (Title) 14knnifer Winters, Attorney -In -Fact Deerwood Construction, Inc (Company Name) By:dal/7 pahh r6'n (Printed Name q&yup-xtull�- Wignature) (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Jennifer winters an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Merchants Bonding Company (Mutual) Surety *By. tiG (Title Jennifer Winters, Attorney -In -Fact Approved as to Form City of Lubbock By: _ =:y * Nan 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. MERCHANT BONDING COMPANY, POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations duly organized under the laws of the State of Iowa (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint, individually, Harold Binggeli, D.N. Broyles, Angela S. Goff, Cara D. Hancock, Carroll Mayfield, Ron Stroman, Jennifer Winters of Lubbock and State of Texas their true and lawful Attorney -in -Fact, with full power and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: THREE MILLION ($3,000,000.00) DOLLARS and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies, and all the acts of said Attorney -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power -of -Attorney is made and executed pursuant to and by authority of the following By -Laws adopted by the Board of Directors of the Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 24, 2011. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary -or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 3rd day of Auqust , 2012 . �O.ORPOq'• 9 . y, 1933 ; c; STATE OF IOWA COUNTY OF POLK ss. MERCHANTS BONDING COMPANY (MUTUAL) MERCHANTS NATIONAL BONDING, INC. By 77ZX�- President On this 3rd day of August , 2012 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument is the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first above written. �. MARANDA GREENWALT,� r Commission Number770312 My Commission Expires °W" October 28, 2014 Notary Public, Polk County, Iowa STATE OF IOWA COUNTY OF POLK ss. I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 9th day of July , 2014 . Secretary POA 0014 (11/11) YEIVII-OTTA MIVVCscl sool) E�6 rownntm.1sAnuc sill ji VON I" AW ndyli -v-. Yn%c U1 WWWI "W; ;& -WJSD WA qpI*WWWN AROWs my' W AW1 fX-M oros.i) 141", ri ps to • !ne yr,6 h) tort risiiF et-np '$i:b -W V b'%3i"p't ".wry i,11"pli it In-0y.-S-61 nee 50 uWa YNS: at yQual, Es'InEgsoo �A hrld 01 bnIt ,,he UL, *.-"--:5.p'sirlsojini).0 r01 !4 in vow oft yd 6r-r. -=Larn "W 1 o a "W"o 0 Moo no va iv NAA WM I MC 'i'S' tbqA (LI ;;!iibmr-; v:U Fjej. 10 a'*bs lk-i PC"' -'.-A-at��) v "MI v W WNW, YZI"i -In '4rijprv* I "'$ .'ne4aai q- Kf I Ugand no ismys q; Du%U n5n=s c4 As wKwaympaRA Adulisal WhoWs tow in Gq 4 VMS," 1*5w, w n04.0—'! -- 1p*r- arp bnr httvk-gus Np"-n W! .':;.Ortqp" `.`Cr !"&Wyo-va snvv unsi 4soil a'.Iiivx I'a ;•Wl b!*�f"7,'1io ¢! 'n--' 4 no ro Oman ""'AGO I 44N Im, 'Ik sx, Ao* W109 zictIm-li'�1 Ic y,: s"t1ini 10 i'i 6I'wT'W 169y b(if, �:it sril I.." VV-) Firl is roU 11;= 1 javvrWy YfomuesT a$ susym evedn lb lit 4. AVAR33M) AGNA.-RAM i �U- �'. T" ur;'ffh'4 ArROD, 12. *1 W4*'xne*z� Ww3k "{Muoz�. :;'k-noll 'Vvi6vt RAX7 44) 2 U M ze AW 10 : tvinal lQbOunmos Mcsdj6Tznvei bllrztL'Fi•�') t"lin I vow was row M.ERCHANISNk BONDING COMPANY, MERCHANTS BONDING COMPANY (MUTUAL) • MERCHANTS NATIONAL BONDING. INC. 2100 FLEUR DRIVE - DES MOINES, IOWA 50321-1158 , (800) 678-8171 - (515) 243-3854 FAX IMPORTANT NOTICE To obtain information or make a complaint: You may contact your insurance agent at the telephone number provided by your insurance agent. You may call Merchants Bonding Company (Mutual) toll -free telephone number for information or to make a complaint at: 1-800-678-8171 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance at: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.texas.gov PREMIUM AND CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. SUP 0032 TX (12/13) Al 10 V. i.;.j A t N1 "Ac, All 1 ? 1 UP AW (lj ? '.j ITY[ 101 �%,pisj or-, ts Jmvon- 4.-.),,3 9L%:SVM IIJU� yd -ledren.:'. !�inof ;Z!rsi lun" A F. 'Alo ldon t)oo&oalj nvpl-it3ilotl 2 n "o"m. . Iflem'l- - -'- Pe —T J 117 'j; tAJI, .Into aj.-;L't CERTIFICATE OF INSURANCE Page Intentionally Left Blank TO: CITY OF LUBBOCK P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 THIS IS TO CERTIFY THAT CERTIFICATE OF INSURANCE DATE: TYPE OF PROJECT: (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY Commercial General Liability General Aggregate $ Claims Made Products-Comp/Op AGG $ Occurrence Personal & Adv. Injury $ Owner's & Contractors Protective Each Occurrence $ ❑ Fire Damage (Any one Fire) $ Med Exp (Any one Person) $ AUTOMOTIVE LIABILITY Any Auto Combined Single Limit $ All Owned Autos Bodily Injury (Per Person) $ Scheduled Autos Bodily Injury (Per Accident) $ Hired Autos Property Damage $ Non -Owned Autos GARAGE LIABILITY Any Auto Auto Only - Each Accident $ Other than Auto Only: Each Accident $ Aggregate $ BUILDER'S RISK 100% of the Total Contract Price $ INSTALLATION FLOATER $ EXCESS LIABILITY Umbrella Form Each Occurrence $ Aggregate $ Other Than Umbrella Form $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY The Proprietor/ Included Statutory Limits Partners/Executive Excluded Each Accident $ Officers are: Disease Policy Limit $ Disease -Each Employee $ OTHER 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 MUST BE SENT TO THE CITY OF LUBBOCK (Name of Insurer) im Title: The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto/General Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS CONTRACTORCHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON CONTRIBUTORY BASIS TO INCLUDE PRODUCT-COMP/OP AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKER'S COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORSEMENT SIIALL INCLUDE PRODUCTS AND C011NIPLETE OPERATIONS. REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (D) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (F) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (G) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. Page Intentionally Left Blank CONTRACT Page Intentionally Left Blank Contract 11849 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 26th day of June, 2014 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and Deerwood Construction, Inc. of the City of Lubbock, County of Lubbock and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: RFP 14-11849-TS Original Town of Lubbock 16" Water Line Replacement and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. Deerwood Construction, Inc.'s proposal dated May 6, 2014 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 fluids 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: PR TED NAME: L 1 i COMPLETE ADDRESS: Compa Address - CITY OF LUB.1PW,ZXAS (OWNER): Mayor ATTEST: Rebecl�a Garza, City Secretary \ APPROVED A�/"iO CONTENT:\� L. d Fr nklin, P.E., City Engineer 6 o Turpin, P.E., C ater Utilities Engineer APPROVED S TO FORM. Corp ate Secretary it Satte ssis t City A orney Pate Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT 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 with Deerwood Construction, Inc. who has agreed to perform the work embraced in this contract, or their legal representative. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative John Turpin, P.E., Chief Water Utilities Engineer, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or Resident Project Representatives as may be authorized by said Owner to act in any particular way under this agreement. Engineers, supervisors or Resident Project Representatives will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 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. 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. The pipeline must be backfilled, tested, final grading and seeding performed for substantial completion. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished ten copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES The Contractor is responsible for construction layout based on the control provided in the construction documents. All lines and grades shall be furnished whenever Owner's Representative (as distinguished from Resident Project Representative(s)) deems said lines and grades are necessary for the commencement of the work contemplated by 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 2 Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATWE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative (as distinguished from Resident Project Representative(s))has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident Project Representative, as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in 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 men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Contractor is responsible for construction quality control testing, cost, and reporting of the type and extent required by the contract documents. The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to 4 perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations in Paragraph 23. It is agreed that the Contractor shall perform all extra work under the observation of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent to the firm actually performing the work, and additional higher -tier markups limited to 5% to cover additional overhead and insurance costs; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work, as estimated by the Engineer and approved by the Owner.. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownerslup Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the proposals are received, and if no such notice is received by the Owner's Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than seven (7) calendar days prior to the opening of proposals. In the absence of a requested clarification for a conflict in the documents prior to proposals being reviewed, it will be assumed that the Contractor proposes the higher cost alternative on conflicts identified after proposals are reviewed. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and Engineer and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The 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. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON CONTRIBUTORY BASIS TO INCLUDE PRODUCT-COMP/OP AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKER'S COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined Single Limit in the aggregate and per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury With the following endorsements: XCU, Heavy Equipment 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, 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) - Not Required F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $1,000,000. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmeMal 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. 10 F. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the proposal specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of 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 11 coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30-point bold type and text in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATIONCOVERAGE "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 (w)ivw 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: 12 (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and Engineer and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner and Engineer, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to offering. 13 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner and Engineer and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the Notice to Proceed and contract documents, respectively, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner 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 $300 PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall fail to meet the time requirements stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. 14 IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the proposal; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative (as distinguished from the Resident Project Representative) may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than within twenty (20) calendar days of written submission by Contractor shall 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 workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are 15 approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project, provided that the over run or under run of estimated quantities note exceed 15% of the estimated quantity. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner and Engineer, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be 16 retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Payment for materials on hand and delivered to the project site will be limited to 100 percent less the 5 percent standard retainage until actually incorporated into the project. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time but not to exceed 30 days after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or relating to such correction or removal. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 17 46. PAYMENT WITMELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of. (a) Defective work not remedied and/or work not performed, (b) Claims filed or reasonable evidence indicating possible filing of claims, (c) Damage to another contractor, (d) Notification to owner of failure to make payments to Subcontractors or Suppliers, (e) Failure to submit up-to-date record documents as required, (f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner, (g) Failure to provide Project photographs required by Specifications. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, 18 equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual 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 19 available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall be submitted on forms supplied by the Owner, and executed by a Surety Company listed on the State Treasury's "Approved" list and authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free fiom 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. 20 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 57. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 58. NON -ARBITRATION 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. 21 Page Intentionally Left Blank DAVIS-BACON WAGE DETERMINATIONS Page Intentionally Left Blank EXHIBIT A General Decision Number: TX140007 01/03/2014 TX7 Superseded General Decision Number: TX20130007 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 Modification Number Publication Date 0 01/03/2014 * SUTX2011-002 08/02/2011 Rates CEMENT MASON/CONCRETE FINISHER (Paving & Structures) ... $ 13.55 ELECTRICIAN ...................... $ 20.96 FORM BUILDER/FORM SETTER Paving & Curb ...............$ 12.36 Structures ..................$ 13.52 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 Fringes 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. 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 union or non -union. Union Identifiers An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM0198-005 07/01/2011. The first four letters , PLUM, indicate the international union and the four -digit number, 0198, that follows 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. The date, 07/01/2011, following these characters is the effective date of the most current negotiated rate/collective bargaining agreement which would be July 1, 2011 in the above example. Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rates. 0000/9999: weighted union wage rates will be published annually each January. Non -Union Identifiers Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non -union data. Example: SULA2004-007 5/13/2010. SU indicates the rates are not union majority rates, LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used in producing the wage determination. A 1993 or later date, 5/13/2010, indicates the classifications and rates under that identifier were issued as a General Wage Determination on that date. Survey wage rates will remain in effect and will not change until a new survey is conducted. 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. Page Intentionally Left Blank SPECIFICATIONS Page Intentionally Left Blank CITY OF LUBBOCK ORIGINAL TOWN OF LUBBOCK 16" WATER LINE REPLACMENT City of bbock TEXAS TECHNICAL SPECIFICATIONS MARCH 2O14 .................... GREG JOHN BALER j �r I 94196 �% Page Intentionally Left Blank TABLE OF CONTENTS CITY OF LUBBOCK ORIGINAL TOWN OF LUBBOCK 16" WATER LINE REPLACEMENT DIVISION 1— GENERAL REQUIREMENTS 01010 Summary of Work ----------------------------------------------------------- 4 01019 Contract Considerations ---------------------- — ------------------ — -------- 1 01028 Change Order Procedures -------------------------------------- —----- ---- 3 01039 Coordination and Meetings ------------------- — -------- —--- _--------- _- 2 01140 Work Restrictions---------------------------------------------------------- 3 01300 Submittal Procedures------------------------------------------------------ 4 01310 Progress Schedules ------------------------------------------ --------------- 2 01356 Storm Water Pollution Prevention Plan -------------- — ----------------- 4 01380 Project Photographs--------------------------------------------------------2 01400 Quality Requirements------------------------------------------------------ 4 01410 Testing Laboratory Services ----------------------------------------------- 3 01555 Barricades, Signs, and Traffic Handling--------------------------------1 01576 Waste Material Disposal ---------------------- ---------------------------- 2 01700 Contract Closeout ------------------------ —--- —------------- ---------------- 2 DIVISION 2 — SITE WORK 02082 Pre -Cast Concrete Vaults--------------------------------------------------- 3 02221 Removing & Replacing Existing Pavements --------------------------- 2 02240 Dewatering-------------------------- —----------- --------------------------- 3 02260 Excavation Support and Protection ------- ------------------------------ 3 02317 Excavation and Backfill for Utilities ---- — - — ---------------------------- 10 02320 Utility Backfill Materials --------------------------------------------------- 4 02445 Boring and Encasing-----------------------------------------------------4 02449 Jack & Bore Under Railroads & Streets ---- --------------------------- 9 02665 Water Piping, Valves, and Fittings---------------------------------------14 02670 Abandonment of Water Lines --------------------------------------- ----- 4 , DIVISION 3 — CONCRETE 03300 Cast -in -Place Concrete 6 Original Lubbock Water Line Replacement Table of Contents March 2014 SECTION 01010 SUMMARY OF WORK PART 1 GENERAL 1.1 SUMMARY A. This section covers the description of the Work to be completed under these Specifications. B. The OWNER is the City of Lubbock. (1) The Owner's Representative is: John Turpin, P.E. Chief Water Utilities Engineer City of Lubbock O: (806) 775-2342 (2) The Project Manager is: Greg Baier, P.E. Civil Engineer Water Utilities Engineering City of Lubbock O: (806) 775-2394 C. Section includes: (1) Definitions (2) Project description (3) Permits and licenses (4) Access to site (5) Contractor's use of the premises (6) Project schedule (7) Security Procedures (8) Coordination requirements (9) Pre -construction meeting (10) Warranty 1.2 DEFINITIONS A. Furnish: To supply products to the project site, including delivering ready for unloading and replacing damaged and rejected products. B. Install: To put products in place in the work ready for the intended use, including unloading, unpacking, handling, storing, assembling, installing, erecting, placing, applying, anchoring, working, finishing, curing, protecting, cleaning, and similar operations. C. Provide: To furnish and install products. D. Indicated: Shown, noted, scheduled, specified, or drawn, somewhere in the contract documents. Original Lubbock Water Line Replacement 01010-1 March 2014 1.3 PROJECT DESCRIPTION A. The purpose of this project is to remove existing 16" cast iron water line east of Interstate 27, from Broadway to 19`h Street, and provide a new 16" potable water line in the same location including: over 300 feet of jack and bore under BNSF Railroad right- of-way, a bore under 191h Street in TXDOT right-of-way, an additional 8" water line loop, and miscellaneous re -connections in the Original Town of Lubbock area. B. Major work items are: (1) Abandon in place and grout fill existing 16" cast iron water line from Broadway to 16' Street and provide new 16" PVC water line along alternate alignment. (2) Provide new 8" PVC water line loop in alley near Broadway Street and Avenue A. (3) Jack and bore under BNSF Railroad right-of-way and provide 16" PVC water line in casing. (4) Remove existing 16" cast iron water line from 16`h to 19`h Street and provide new 16" PVC water line in existing trench. (5) Bore 191h Street intersection along Avenue A in TXDOT right-of-way and provide 16" PVC water line in casing. C. The Contractor shall furnish all labor, equipment, and materials required for the complete construction of the work as shown on the drawings and specified herein. D. All work shall be performed in accordance with the most recent City of Lubbock Design Standards for Water and Sanitary Sewer construction. E. A maximum of 500 feet of trench open at a time. 1.4 Work shall also include restoration or replacement of all removed or damaged pavement, curb, sidewalk, gutter, shrubbery, fence, sod or other disturbed surfaces or structures in a condition equal to that before the work began to the satisfaction of the Engineer. 1.5 PERMITS AND LICENSES A. Contractor shall provide qualifications to the Owner upon request to display evidence of competency and authority to perform required work. B. Contractor shall be responsible for obtaining all required permits. C. Contractor shall submit copies of all permits, licenses, and similar permissions obtained, and receipts for fees paid, to the Owner. 1.6 ACCESS TO SITES A. Contractor shall limit access to the site to authorized personnel only. B. Contractor shall adequately barricaded open excavations and construction material and equipment as to prevent unauthorized personnel from accessing. C. The Owner shall locate and designate all manhole access points open and accessible for the work, and provide rights of access to these points. D. Contractor shall coordinate with the City Solid Waste Services to maintain trash pickup schedules when working with in the alley right of way. Original Lubbock Water Line Replacement 01010-2 March 2014 1.7 CONTRACTOR'S USE OF THE PREMISES A. The space available to the Contractor for the performance of the work, either exclusively or in conjunction with others performing other construction as part of the project, is restricted to the area shown on the site plan of the contract drawings unless the Contractor makes arrangements to use additional space with the Owner. B. The contractor shall ensure that any disturbed area is left in a condition equal to or better condition before finishing construction in the area. 1.8 PROJECT SCHEDULE _ A,=calendar arized above shall be substantially completed withi 365 consecutive A oin the date of the Notice to Proceed. B. There will be a $300.00 per consecutive calendar day iquidated damages for each day that exceeds the 60 day limit. C. Within five (5) business days after the date of the Substantial Completion Certificate, the Engineer shall issue a Final Punch List of items to be corrected prior to Final Completion. D. Punch list items sh P s from the date of the Final Punch List. There shall be $300 per consecutive calendar day iquidated damages assessed for A each day that exceeds the 30 day limit. PART 2 PRODUCTS Not used. PART 3 EXECUTION 3.1 SECURITY PROCEDURES A. Contractor shall limit access to the site to persons involved in the work. B. Contractor shall provide secure storage for materials for which the owner has made payments and which are stored on site. C. Contractor shall secure completed work as required to prevent loss or damage. D. Contractor shall secure sites by means of fencing, security guards, or other means to prevent damage, theft, safety hazards, or other problems on the site. E. The use of security personnel shall be cleared with the Owner. 3.2 COORDINATION REQUIREMENTS A. Contractor shall inform the Owner when coordination of the work is required. B. If necessary, inform each party involved, in writing, of procedures required for coordination; include requirements for giving notice, submitting reports, and attending meetings. C. Coordinate shop drawings prepared by separate entities. D. Show installation sequence when necessary for proper installation. 1 2 '2 DD'C ('l17�TCTDTT!`TTII'AT �,fG'L`TTATli Original Lubbock Water Line Replacement 01010-3 March 2014 "A to e and pfief to any eeastfue4ien takift-gtkiee— E3 WARRANTY A. Contractor shall warrant 100% of the project for one (1) year after the date of substantial acceptance of the work. B. On the eleventh (11) month from the date of final acceptance, an Owner's representative will schedule an inspection with the presence of the Contractor to inspect for defects and assessment of the work performed. C. Any work that is considered defective by the Owner's representative will be repaired. D. The Contractor shall remedy any defects in workmanship, and pay for any and all damages of any nature whatsoever resulting in defects at no cost to the Owner. END OF SECTION IN Original Lubbock Water Line Replacement 010104 March 2014 SECTION 01019 CONTRACT CONSIDERATIONS PART GENERAL 1.1 SUMMARY A. This section covers the method for the Contractor to request payment for completed work. B. Section includes: (1) Schedule of Values (2) Application for Payment (3) Payment Retainage 1.2 SCHEDULE OF VALUES A. Contractor shall submit a Schedule of Values on Engineer approved Contractor's form within five (5) days after receiving the bid tabulation. B. Revise schedule to include approved Change Orders, with each Application for Payment. 1.3 APPLICATIONS FOR PAYMENT A. Submit two (2) copies of each application on Engineer approved Contractor's form. B. Utilize Schedule of Values for listing items in Application for Payment. C. Monthly, submit application for payment on or about the 1 Oth day of each month. D. Include an updated construction progress schedule, materials received, and manifest with each Application for Payment E. Submit the following along with the application for final payment: (1) The documentation for the completed project. (2) Signed affidavit from a Notary Public that all claims on this job have been settled and that all bills owed by the Contractor for the project including materials and labor have been paid. (3) One (1) year Contractor Warranty for work performed, signed and sealed by a Notary Public. 1.4 PAYMENT RETAINAGE A. The Owner will retain five (5) percent of each payment. B. Retainage will be released as final payment, upon completion of the Final Punch List. PART PRODUCTS Not used. PART 3 EXECUTION Not used END OF SECTION Original Lubbock Water Line Replacement 01019-1 March 2014 " SECTION 01028 PART1 GENERAL 1.1 SUMMARY A. This section covers the procedures to be followed for a change in Contract price or time. B. Section Includes: (1) Submittals (2) Documentation Of Change In Contract Sum/Price And Contract Time (3) Change Procedures (4) Construction Change Authorization (5) Stipulated Price Change Order (6) Unit Price Change Order (7) Time And Material Change Order (8) Execution Of Change Orders (9) Correlation Of Contractor Submittals 1.2 SUBMITTALS A. Submit the name of the individual authorized to receive change documents, and be responsible for informing others in Contractor's employ or Subcontractors of changes to the Work. B. Change Order Forms. 1.3 DOCUMENTATION OF CHANGE IN CONTRACT SUM/PRICE AND CONTRACT TIME A. Contractor shall maintain detailed records of work done on a time and Material basis. B. Provide full information required for evaluation of proposed changes and to substantiate costs of changes in the Work. C. Document each quotation for a change in a cost or time with sufficient data to allow evaluation of the quotation. D. On request, provide additional data to support computations, including but not limited to: (1) Quantities of products, labor, and equipment. (2) Taxes, insurance, and bonds. (3) Overhead and profit. (4) Justification for any change in Contract Time. (5) Credit for deletions from Contract, similarly documented. E. Support each claim for additional costs, and for work done on a time and material basis, with additional information: (1) Origin and date of claim. (2) Dates and times work was performed, and by whom. (3) Time records and wage rates paid. (4) Invoices and receipts for products, equipment, and subcontracts, similarly documented. 1.4 CHANGE PROCEDURES Original Lubbock Water Line Replacement 01028-1 March 2014 A. Changes to Contract Sum/Price or Contract Time can only be made by issuance of an official Construction Change Authorization or Contract Change Order. Discussions in the field or by phone or email, without proper documentation, do not authorize Contractor to perform tasks outside the scope of Work. Changes must be authorized as described in this Section. B. The Engineer will advise of minor changes in the Work not involving an adjustment to Contract Sum/Price or Contract Time as authorized by the Contract by issuing supplemental instructions by letter. C. The Engineer may issue a Proposal Request which includes a detailed description of a proposed change with supplementary or revised Drawings and Specifications. The Contractor shall prepare and submit an estimate within seven (7) days, or as specified in the Proposal Request. Estimate shall include the proposed change's full effect on the Work and the effect on the Contract Su n/Price and Contract Time, with full documentation and a statement describing the effect on Work by separate or other contractors. D. The Contractor may request clarification of Drawings, Specifications, or Contract documents or other information by submitting a Request for Information to the Engineer. Engineer may request a Proposal Request in response to a Request for Information. 1.5 CONSTRUCTION CHANGE AUTHORIZATION A. The Engineer may issue a document, signed by the Owner, instructing the Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order, B. The document will describe changes in the Work, and will designate the method of determining any change in Contract Sum/Price or Contract Time. C. The Contractor shall promptly execute the change in the Work. 1.6 STIPULATED PRICE CHANGE ORDER A. Based on accepted Proposal Request. 1.7 UNIT PRICE CHANGE ORDER A. For pre -determined unit prices and quantities, the Change Order will be executed on a fixed unit price basis. B. For unit costs or quantities of units of work which are not pre -determined, execute Work under a Construction Change Authorization. C. Changes in Contract Sum/Price or Contract Time will be computed as specified for Time and Material Change Order. 1.8 TIME AND MATERIAL CHANGE ORDER A. Submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the Contract. B. The Engineer will determine the change allowable in Contract Sum/Price and Contract Time as provided in the Contract Documents. C. Maintain detailed records of work done on Time and Material basis. D. Provide full information required for evaluation of proposed changes, and to substantiate costs for changes in the Work. 1.9 EXECUTION OF CHANGE ORDERS A. The Engineer will issue Change Orders for signatures of parties as provided in the Conditions of the Contract. 1.10 CORRELATION OF CONTRACTOR SUBMITTALS Original Lubbock Water Line Replacement 01028-2 March 2014 A. Promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as a separate line item and adjust the Contract Sum/Price. B. Promptly revise progress schedules to reflect any change in Contract Time, revise sub - schedules to adjust time for other items of work affected by the change, and resubmit. C. Promptly enter changes in Project Record Documents. PART PRODUCTS Not used PART 3 EXECUTION Not used END OF SECTION Original Lubbock Water Line Replacement 01028-3 March 2014 SECTION 01039 COORDINATION AND MEETINGS PARTI GENERAL 1.1 SUMMARY A. Section Includes: (1) Coordination (2) Field Engineering (3) Pre -Construction Meeting (4) Progress Meetings 1.4 COORDINATION A. Coordinate scheduling, submittals, and Work of the various Sections of the Project to assure efficient and orderly sequence of installation of interdependent construction elements, with provisions for accominodating items installed later. B. Coordinate completion and cleanup of Work of separate Sections in preparation for Substantial Completion. C. After Owner occupancy of premises, coordinate access to site for correction of defective Work and Work not in accordance with Contract Documents, to minimize disruption of Owner's activities. 1.5 FIELD ENGINEERING A. Locate and protect survey control and reference points. B. Verify set -backs and easements; confirm drawing dimensions, and elevations. C. Provide field engineering services. D. Establish elevations, lines, and levels, utilizing recognized engineering survey practices. E. Submit a copy of registered site drawing and certificate signed by Land Surveyor that the elevations and locations of the Work are in conformance with the Contract Documents. 1.6 PRE -CONSTRUCTION MEETING A. Schedule meeting within ten (10) days of date of Notice to Proceed. B. Procedures and processing of field decisions, submittals, and substitutions, applications for payments, RFIs, proposal request, Change Orders and Contract closeout procedures. C. Tentative agenda: (1) Use of premises by Owner and Contractor. (2) Distribution of executed Contract Documents. (3) Submission of list of Subcontractors, list of products and progress schedule. (4) Designation of personnel representing the parties in Contract and the Engineer. (5) Owner's requirements. (6) Construction facilities and controls provided by Owner. (7) Survey and layout. (8) Security and housekeeping procedures. (9) Schedules. (10) Procedures for testing. (11) Procedures for maintaining record documents. (12) Inspection and acceptance of products put into service during construction period. Original Lubbock Water Line Replacement 01039-1 March 20I4 D. Record minutes and distribute copies within five (5) days after meeting to Engineer, participants, and those affected by decisions made. 1.7 PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the Work at minimum monthly intervals. B. Make arrangements for meetings, prepare agenda with copies for participants, and preside at meetings. C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Engineer, as appropriate to agenda topics for each meeting. D. Tentative agenda: (1) Review minutes of previous meetings. (2) Review of Work progress. (3) Field observations, problems, and decisions. (4) Identification of problems which impede planned progress. (5) Review of submittals schedule and status of submittals. (6) Review of off -site fabrication and delivery schedules. (7) Maintenance of progress schedule. (8) Corrective measures to regain projected schedules. (9) Planned progress during succeeding work period. (10) Coordination of projected progress. (11) Maintenance of quality and work standards. (12) Effect of proposed changes on progress schedule and coordination. (13) Other business related to Work. E. Record minutes and distribute copies within five (5) days after meeting to Engineer, participants, and those affected by decisions made. PART 2 PRODUCTS Not used PART 3 EXECUTION Note used END OF SECTION Original Lubbock Water Line Replacement 01039-2 March 2014 SECTION 01140 WORK RESTRICTIONS PARTl GENERAL RtlatiTuru"TRU A. Section Includes: (1) Use Of Premises (2) Special Scheduling Requirements (3) Working Period (4) Utility Cutovers And Interruptions (5) Noise Restrictions (6) Advance Notice (7) Water For Construction (8) Work Area Limits 1.2 USE OF PREMISES A. Limit use of premises to work in areas indicated. Do not disturb portions of site beyond areas in which the Work is indicated. B. Confine construction operations to within the limits of Right of Way, Alley Easements and Manhole locations, as shown on plans. C. Keep driveways and entrances serving premises clear and available to tenants, residents and emergency vehicles at all times, except when construction is immediately at that vicinity. Do not use these areas for parking or storage of materials. D. Schedule construction to minimize obstruction of driveways and entrances. 1.3 SPECIAL SCHEDULING REQUIREMENTS A. Have materials, equipment, and personnel required to perform the work at the site prior to the commencement of the Work. B. Permission to interrupt utility service shall be requested in writing a minimum of fourteen (14) calendar days prior to the desired date of interruption. 1.4 WORKING PERIOD A. Regular working hours shall be within an eleven (11) hour period between 7:00 a.m. and 6:00 p.m., Monday through Friday, and an eight (8) hour period between 9:00 a.m. and 5:00 p.m. on Saturday. (1) Saturday work shall be restricted to those activities that do not require observation by the Owner. (2) The Owner reserves the right, at the Owner's discretion, to disallow work when it interferes with holiday times and traffic. B. No work shall be performed on the following holiday periods or days: (1) New Year's Day (2) Good Friday Holiday (3) Memorial Day Holiday (4) Independence Day Holiday Original Lubbock Water Line Replacement 01140-1 March 2014 (5) Labor Day Holiday (6) Thanksgiving Day Holiday plus the day before and the three days following Thanksgiving Day. (7) Christmas Week. If Christmas Day falls on Saturday, this will be defined as the week leading to Christmas Day. If Christmas Day falls on Sunday, this will be defined as the week following Christmas Day plus the Friday and Saturday prior to Christmas Day. C. Work outside regular working hours requires Owner's approval. (1) Make application twenty-one (21) calendar days prior to such work to allow arrangements to be made by the Owner for inspecting the work in progress, giving the specific dates, hours, location, type of work to be performed, contract number and project title. (2) Based on the justification provided, the Owner may approve work outside regular hours. (3) During periods of darkness, the different parts of the Work shall be lighted in a manner approved by the Owner. Lighting shall be such that it does not cause nuisance conditions. D. The Drawings contain specific requirements that affect certain areas of the Work. 1.5 UTILITY CUTOVERS AND INTERRUPTIONS A. Sanitary sewer flow shall not be interrupted upstream of the Work. Bypass pumping of sanitary sewer flow upstream of the Work shall be the responsibility of the Contractor. B. Sanitary sewer service connections shall be re -connected in a timely manner following installation of the new sanitary sewer pipe. 1.6 NOISE RESTRICTIONS A. 75 dB limit at face of nearest structure during normal daylight hours. B. 65 dB limit at face of nearest structure during evening and nighttime hours in or near residential areas and for 24-hour working conditions that have received Owner approval. Evening and nighttime hours shall be defined as 6:00 p.m. to 7:00 a.m. C. The Contractor shall keep on -site a hand portable sound measurement device for both the Owner's and the Contractor's use for measuring noise levels. 1.7 ADVANCE NOTICE A. The Contractor shall provide a minimum of five (5) days advance written notice of construction to businesses and residences along the construction route. B. The advance written notice shall be in the form of a single page flyer to be placed by hand by the Contractor's forces in mailboxes, door handles, or handed to applicable individuals at each route building. C. The text for the advance written notice will be approved by the Owner. D. Reproduction shall be at the Contractor's expense. E. Distribution shall be at the Contractor's expense. F. Single page flyers shall be of a paper or post card color other than white to. direct the recipient's attention to the information. G. The text shall contain the anticipated beginning date of inconvenience to the recipient and the anticipated duration of that inconvenience. H. The dates shall encompass the duration of driveway inconveniences and potential noise to the recipients on a single city block (i.e., the dates and durations shall reflect the time that the city block of interest will be affected by non-trafficability). Original Lubbock Water Line Replacement 01140-2 March 2014 1.8 WATER FOR CONSTRUCTION A. Obtaining water for construction is the Contractor's sole responsibility. B. Water is available from the potable water system of the City of Lubbock for construction purposes. (1) The Contractor is responsible for all charges and arrangements for water consumption from the potable water system. (2) The Contractor shall make such arrangements directly with the City of Lubbock Water Utilities Department. (3) The City will not furnish potable water free of charge for the construction work. (4) The Contractor is responsible for any required metering and hauling. C. Water from park area lakes shall not be used for construction. D. This section does not preclude the Contractor from seeking other water sources for use in construction. Such water resources shall meet the purity requirements for the intended use. Such arrangements for water from other sources are the responsibility of the Contractor. PART 2 PRODUCTS Not used PART 3 EXECUTION 3.1 WORK AREA LIMITS A. Prior to any construction, the Contractor shall mark the areas that need not be disturbed under this contract. B. Isolated areas within the general work area which are to be saved and protected shall also be marked or fenced. C. Monuments and markers shall be protected before construction operations commence. D. Where construction operations are to be conducted during darkness, the markers shall be visible at all tunes. E. The Contractor's personnel shall be knowledgeable of the purpose for marking and/or protecting particular objects. END OF SECTION Original Lubbock Water Line Replacement 01140-3 March 2014 SECTION 01300 SUBMITTAL PROCEDURES PART1 GENERAL 1.1 SUMMARY A. Section includes: (1) Submittal Procedures (2) Re -Submittal Requirements (3) Action Submittals (4) Proposed Products List (5) Shop Drawings (6) Information Submittals (7) Contractor's Review (8) Owner And Engineer Action 1.2 SUBMITTAL PROCEDURES A. Transmit each submittal with Contractor's standard transmittal letter including Contractor's name, address, and phone number. B. Identify Project, Contractor, Subcontractors or Suppliers, pertinent Drawings sheet and detail number(s), and specification Section number, as appropriate. C. Schedule submittals to expedite the Project and coordinate submission of related items. D. The Owner and Engineer reserve the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. E. Submittals may be delivered to the Engineer at the following address: Water Utilities Engineering 1625 13th Street Lubbock, Texas 79457 F. Allow enough time for submittal review, including time for re -submittals, as follows: (1) Time for review shall commence on the Owner or Engineer's receipt of submittal. (2) Allow fifteen (15) days for initial review of each submittal. (3) Allow additional time if processing must be delayed to permit coordination with subsequent submittals. (4) The Owner or Engineer will advise the Contractor when a submittal being processed must be delayed for coordination. (5) If more than five (5) submittals are transmitted for review within any five (5) day period, the time allowed for review will be increased to twenty-one (21) days. (6) Where concurrent review of submittals by the Engineer, Owner, or other parties is required, allow twenty-one (21) days for initial review of each submittal. (7) If intermediate submittal is necessary, process it in same manner as initial submittal. (8) Allow fifteen (15) days for processing each resubmittal. G. No extension of the Contract Time will be authorized because of failure to transmit submittals sufficiently in advance of the Work to permit processing. H. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. Original Lubbock Water Line Replacement 01300-1 March 2014 I. Provide space for Contractor and Engineer review stamps. J. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. K. Use only final submittals with mark indicating action taken by Owner or Engineer in connection with the construction. L. Submittals not requested will not be recognized or processed. 1.3 RE -SUBMITTAL REQUIREMENTS A. Revise initial submittal as required and re -submit to meet requirements as specified. B. Identify all changes made since previous submittal. C. Mark as RESUBMITTAL. D. Re -use original transmittal number and supplement with sequential alphabetical suffix for each re -submittal (ie. 0001-A). PART2 PRODUCTS 2.1 ACTION SUBMITTALS A. Prepare and submit Action Submittals required by individual Specification Sections. B. Submit three (3) copies of each submittal, unless otherwise indicated. (1) The three (3) copies will be retained by the Owner's representative. (2) Any additional copies that the Contractor may need for his operations will be in addition to the three (3) copies required. 2.2 PROPOSED PRODUCTS LIST A. Within fifteen (15) days after date of Notice to Proceed, submit complete list of major products proposed for use, with name of manufacturer, trade name, and model or catalog designation, and reference standards. B. For products specified only by reference standards, give manufacturer, trade name, model or catalog designation, and reference standards. C. Collect information into a single submittal for each element of construction and type of product or equipment. D. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. E. Include recommendations for application and use, compliance with specified standards of trade associations and testing agencies. F. Include notation of special coordination requirements for interfacing with adjacent work. G. After review, distribute in accordance with Article on Procedures above and provide copies for Record Documents described in Section 01700 — Contract Closeout. 2.3 SHOP DRAWINGS A. Prepare Project specific information, drawn accurately to scale. B. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data. C. Include the following information, as applicable: (1) Dimensions Original Lubbock Water Line Replacement 01300-2 March 2014 ` (2) Identification of products (3) Fabrication and installation drawings (4) Schedules (5) Design calculations (6) Compliance with specified standards (7) Notation of coordination requirements (8) Notation of dimensions established by field measurement D. For drawings larger than 11 x 17 inches, submit in the form of one reproducible transparency and one opaque reproduction. E. For drawings 11 x 17 inches and smaller, submit the number of opaque reproductions which Contractor requires, plus three (3) copies which will be retained by Engineer. F. Drawing size shall be minimum of 8 1/z x 11 inches and a maximum of 24 x 36 inches. G. Draw details to a minimum size of 1/2 inch equal to 1 foot. H. After review, produce copies and distribute in accordance with SUBMITTAL PROCEDURES article above and for record document purposed described in Section 01700 — Contract Closeout. 2.4 INFORMATION SUBMITTALS A. Manufacturer's Instructions: (1) When specified in individual specification Sections, submit manufacturers' printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, in quantities specified for Product Data. (2) Identify conflicts between manufacturers' instructions and Contract Documents. (3) Indicate special procedures, conditions requiring special attention and special environmental criteria required for application or installation. B. Manufacturer's Certificates (1) When specified in individual specification Sections, submit manufacturers' certificate to Engineer for review, in quantities specified for Product Data. (2) Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference date, affidavits, and certifications as appropriate. (3) Certificates may be recent or previous test results on material or Product, but must be acceptable to the Engineer. C. Insurance Certificates and Bonds: (1) Prepare written information indicating current status of insurance or bonding coverage. (2) Include name of entity covered by insurance or bond, limits of coverage, amounts of deductibles, if any, and term of the coverage. PART 3 EXECUTION 3.1 CONTRACTOR'S REVIEW A. Review each submittal and check for compliance with the Contract Documents. B. Note corrections and field dimensions. C. Mark with approval stamp before submitting to the Owner or Engineer. (1) Stamp each submittal with a uniform approval stamp. Original Lubbock Water Line Replacement 01300-3 March 2014 (2) Include Project name and location, submittal number, Specification Section title and number, name of reviewer, date of Contractor's approval, and statement certifying that the submittal has been reviewed, checked, and approved for compliance with the Contract Documents. 3.2 OWNER AND ENGINEER'S ACTION A. The Owner or Engineer will not review submittals that do not bear the Contractor's approval stamp and will return them without action. B. The Owner or Engineer will review each submittal, make marks to indicate corrections or modifications required, and return it. C. The Owner or Engineer will stamp each submittal with an action stamp and will mark stamp appropriately to indicate action taken, as follows: (1) No exception taken (2) Make correction noted (3) Revise and resubmit (4) Rejected D. The submittal stamp by the Owner or Engineer will also contain the following: (1) Checking is only for general conformance with the design concept of the project and general compliance with the information given in the Contract Documents. (2) Any action shown is subject to the requirements of the plans and specifications. (3) The Contractor is responsible for confirming and correlating all quantities and dimensions; selecting fabrication processes and techniques of construction; and performing the Work in a satisfactory manner. E. The Owner or Engineer will review each submittal and will not return it, or will reject and return it, if it does not comply with the requirements. END OF SECTION Original Lubbock Water Line Replacement 01300-4 March 2014 SECTION 01310 PROGRESS SCHEDULES PART1 GENERAL 1.1 SUMMARY A. Section Includes: (1) Format (2) Content (3) Revisions To Schedules (4) Submittals (5) Distribution 1.2 FORMAT A. Sequence of Listings: The chronological order of the start of each item of Work. B. Scale and Spacing: To provide space for notations and revisions. C. Sheet Size: Minimum 8 1/2 x 11 inches D. Submit only if requested by the Engineer or Owner at preconstruction or coordination meeting. E. Maintain monthly updates to schedule. 1.3 CONTENT A. Show complete sequence of construction by activity, with dates for beginning and completion of each element of construction. B. Identify each item by specification Section number. C. Provide sub -schedules to define critical portions of the entire Schedule. D. Show accumulated percentage of completion of each item, and total percentage of Work completed, as of the first day of each month. E. Provide separate schedule of submittal dates for shop drawings, product data, samples, and dates reviewed submittals will be required from the Engineer. Indicate decision date for selection of finishes. 1.4 REVISIONS TO SCHEDULES A. Indicate progress of each activity to date of submittal, and projected completion date of each activity. B. Identify activities modified since previous submittal, major changes in scope, and other identifiable changes. C. Provide narrative report to define problem areas, anticipated delays, and impact on Schedule. Report corrective action taken, or proposed, and its effect. 1.5 SUBMITTALS A. Submit initial Schedules within ten (10) days after date established in Notice to Proceed. After review, resubmit required revised data within ten (10) days. B. Submit revised Progress Schedules with each Application for Payment. C. Submit the number of opaque reproductions which the Contractor requires, plus two (2) copies which will be retained by the Engineer. Original Lubbock Water Line Replacement 01310-1 March 2014 1.6 DISTRIBUTION A. Distribute copies of reviewed Schedules to project site file, Subcontractors, suppliers, and other concerned parties. B. Instruct recipients to promptly report, in writing, problems anticipated by projections indicated in Schedules. PART 2 PRODUCTS Not used PART 1 EXECUTION Not used END OF SECTION Original Lubbock Water Line Replacement 01310-2 March 2014 SECTION 01356 STORM WATER POLLUTION PREVENTION MEASURES PART 1 GENERAL 1.1 SUMMARY A. Section Includes: (1) Contractor Responsibilities (2) Erosion and Sediment Controls (3) Components for Silt Fences (4) Components for Straw Bales (5) Storm Water Pollution Prevention Plan 1.2 CONTRACTOR RESPONSIBILITIES A. The Contractor shall implement, maintain, and update the Storm Water Pollution Prevention measures specified in the Storm Water Pollution Prevention Plan (SWP3) in a manner, which will meet the requirements of the Texas Pollution Discharge Elimination System (TPDES) General Permit No.TXR150000. B. The Contractor shall be responsible for any fines or penalties assessed by the appropriate regulatory agency for failure to make required inspections, failure to properly document those inspections, failure to adequately implement and adjust the storm water pollution prevention measures specified in the SWP3 to adequately control pollutants, and/or any other fines or penalties assess by TCEQ or the EPA for failure to comply with any part of the pen -nit requirements. C. The Contractor shall submit a Notice of Intent and a Notice of Termination independently of the Owner. D. Fines leveled against the Owner by the TCEQ or the EPA for the Contractor's failure to comply with and maintain the SWP3 shall be paid by the Contractor. 1.3 EROSION AND SEDIMENT CONTROLS A. General (1) Structural measures shall be implemented to divert flows from exposed soils, temporarily store flows, or otherwise limit run-off and the discharge of pollutants from exposed areas of the site. (2) Structural practices shall be implemented as specified in the SWP3 and in a timely manner during the construction process to minimize erosion and sediment run-off. B. Stabilized Ingress/Egress (1) Stabilized access to and from the construction site will be installed by the Contractor as soon as practical and in accordance with the SWP3. (2) In all cases, the Contractor shall ensure that any soil tracked off -site is cleaned from existing roads, alleys, and any adjacent properties as soon as possible. (3) The Contractor or other responsible party shall check for any pollutants (mud, silt, sand, cement, construction materials, etc.) tracked or washed off -site and perform necessary clean-up measures at the end of each work day. C. Silt Fences/Diversion Berms Original Lubbock Water Line Replacement 01356-1 March 2014 (1) The Contractor shall provide silt fences and/or diversion berms as a temporary structural practice to minimize erosion and sediment runoff. (2) Silt fences and/or diversion berms shall be properly installed to effectively retain sediment immediately after completing each phase of work where erosion would occur in the form of sheet and rill erosion (e.g., clearing and grubbing, excavation, embankment, and grading.) (3) Silt Fences/Diversion Berms shall be kept in good and functional condition for as long as they are required and until they are removed from the site. D. Sand/Gravel Bags (1) The Contractor may provide sand/gravel bags as a temporary structural practice to minimize erosion and sediment runoff. (2) Bags shall be properly placed to effectively retain sediment immediately after completing each phase of work (e.g., after clearing and grubbing in an area between a ridge and drain, bags shall be placed as work progresses, bags shall be removed/replaced/relocated as needed for work to progress in the drainage area). (3) Sand/gravel bags must remain in good condition, or they shall be replaced. E. Site Stabilization (1) The Contractor shall disturb the least amount of site area as possible. (2) Stabilization measures to be implemented by the Contractor may include any of the following measures: (a) Temporary or permanent seeding or sodding (b) Mulching (c) Geotextiles (d) Vegetative buffer strips (e) Paving (f) Stabilization measures shall be implemented in accordance with the SWP3. PART PRODUCTS 2.1 COMPONENTS FOR SILT FENCES A. Filter Fabric (1) The geotextile shall comply with the requirements of ASTM D 4439, and shall consist of polymeric filaments, which are formed into a stable network such that filaments retain their relative positions. (2) The filament shall consist of a long -chain synthetic polymer composed of at least eight - five (85) percent by weight of ester, propylene, or amide, and shall contain stabilizers and/or inhibitors added to the base plastic to make the filaments resistant to deterioration due to ultraviolet and heat exposure. (3) Synthetic filter fabric shall contain ultraviolet ray inhibitors and stabilizers to provide a minimum of six (6) months of expected usable construction life at a temperature range of 0 to 120 degrees Fahrenheit. Original Lubbock Water Line Replacement 01356-2 March 2014 SECTION 01380 PROJECT PHOTOGRAPHS PART1 GENERAL 1.1 WORK INCLUDED A. This section covers the description of the Work to be completed under these Specifications. B. All project photography shall follow the specifications listed herein. 1.2 DEFINITIONS A. CD — compact disk; electronic media for storing digital information such as photos; B. jpeg — a specific photographic file format utilizing file compression with minimal loss of image quality; C. Megapixels — defined as one million pixels; used for image density rating; D. Picture — synonymous with photograph; E. Pixel — the smallest indivisible color element of a raster image; F. USB — the Universal Serial Bus is a standard for cable connections and 1.3 QUALITY ASSURANCE A. The Contractor shall verify image quality through camera's on -screen display after taking photos. B. Photos shall not utilize digital zooms. 1.4 SUBMITTALS A. The following elements of construction shall have a minimum of 10 photos each from multiple angles: (1) Pre -construction conditions (2) Excavation & shoring (3) Concrete formwork & reinforcement placement (4) Precast vault installation (5) Meter setting (6) Backfilling & compaction (showing method of compaction at each change in material) B. Submittals are due in conjunction with each pay app cycle; photos may be used to corroborate materials or progress verification. C. Photos shall be submitted in digital format on any of the following hard media: (1) Photo CD (2) USB Drive D. Emailed photo submittals will not be accepted. E. External hard drives for file transfer will not be accepted. Original Lubbock Water Line Replacement 01380-1 March 2014 PART 2 PRODUCTS 2.1 PHOTOGRAPHS A. All photography shall be digital. B. File format for all pictures shall be jpeg. C. All photos shall be of a size of 2.0 megapixels or greater. D. Naming Convention (1) All digital photo files will be re -named according to the following standard: [ContractNumber]-[Description] Example: 011035-Precast Concrete Vault Installation of 3rd Section (a) Station numbering shall appear in the description when applicable. (b) Camera's date settings must be correct and automatic date information shall not be tampered with or altered after photos are taken. PART 3 EXECUTION 3.1 RESTRICTIONS A. In secure areas, permission will be required prior to access. B. Pictures taken from outside secure areas (through or over fence) will not be allowed. 3.2 PROCEDURES A. Photos shall be taken during on -going work, unless requested by Engineer. B. Number of photos per construction element may change based on complexity of construction or due to unforeseen circumstances. 3.3 OTHER REQUIREMENTS A. The Engineer reserves the right to request additional pictures. B. The City's Senior Inspector may also request additional photos in special circumstances. END OF SECTION Original Lubbock Water Line Replacement 01380-2 March 2014 (4) The filter fabric shall meet the following requirements: FILTER FABRIC FOR SILT FENCE PHYSICAL PROPERTY TEST PROCEDURE REQUIREMENT Grab Tensile ASTM D 4632 100 lbs. min. Elongation ASTM D 4632 30 % max. Trapezoid Tear ASTM D 4533 551bs. min. Permittivity ASTM D 4491 0.2 sec-1 AOS (U.S. Std. Sieve) ASTM D 4751 20 —100 B. Silt Fence Stakes and Posts (1) The Contractor may use either wooden stakes or steel posts for fence construction. (2) Wooden stakes utilized for silt fence construction shall have a minimum cross section of two (2) inches by two (2) inches when hardwood is used and two (2) inches by four (4) inches when pine is used, and shall have a minimum length of four (4) feet. (3) Steel posts (standard "U" or "T" section) utilized for silt fence construction shall have a minimum weight of 1.33 pounds per linear foot and a minimum length of four (4) feet. C. Identification, Storage, and Handling\ (1) Filter fabric shall be identified, stored, and handled in accordance with ASTM D 4873. 2.2 COMPONENTS FOR STRAW BALES A. Straw Bales (1) The straw in the bales shall be stalks from oats, wheat, rye, barley, rice, or from grasses such as Byhalia, Bermuda, etc., furnished in air-dry condition. (2) The bales shall have a standard cross section of fourteen (14) inches by eighteen (18) inches. All bales shall be either wire -bound or string -tied. (3) The Contractor may use either wooden stakes or #3 rebars to secure the straw bales to the ground. (4) Wooden stakes utilized for this purpose shall have minimum dimensions of two (2) inches by two (2) inches in cross section and shall have a minimum length of three (3) feet. (5) Rebar utilized for securing straw bales shall have a minimum diameter of 3/8 of an inch and a minimum length of three (3) feet. PART 3 EXECUTION 3.1 STORM WATER POLLUTION PREVENTION PLAN A. Storm Water Pollution Prevention Plan will be provided by the Contractor. B. The Contractor must keep a copy of the SWP3 on site at all times. C. A completed Notice of Intent (NOI) form must be submitted a minimum of forty-eight (48) hours prior to start of construction. D. No work will be permitted until NOI is filed. E. The SWP3 shall be continually updated as necessary to reflect current and changing conditions on site. F. Additional measures not specifically shown in the SWP3 maybe used to control erosion from leaving the site. Original Lubbock Water Line Replacement 01356-3 March 2014 G. A completed Notice of Termination (NOT) form must be submitted prior to finalization of this contract. H. The Contractor shall furnish the Owner with a copy of the NOI and NOT. END OF SECTION Original Lubbock Water Line Replacement 01356-4 March 2014 SECTION 01400 QUALITY REQUIREMENTS PART 1 GENERAL 1.1 SUMMARY A. Section Includes: (1) Definitions (2) Testing Requirements (3) Submittals (4) Quality Control (5) Repair and Protection 1.2 DEFINITIONS A. Quality Assurance Services: Activities, actions, and procedures performed before and during execution of the Work to guard against defects and deficiencies and ensure that proposed construction complies with requirements. B. Quality Control Services: Tests, inspections, procedures, and related actions during and after execution of the Work to evaluate that completed construction complies with requirements. 1.3 TESTING REQUIREMENTS A. Testing and inspecting services are required to verify compliance with requirements specified or indicated. These services do not relieve the Contractor of responsibility for compliance with the Contract Document requirements. B. Specific quality control requirements for individual construction activities are specified in the sections that specify those activities. Requirements in those Sections may also cover production of standard products. C. Specified tests, inspections, and related actions do no limit the Contractor's quality control procedures that facilitate compliance with the Contract Document requirements. 1.4 SUBMITTALS A. Qualification Data: (1) For individuals employed by the Contractor who will perform testing as required by the various specification Sections, submit at least fourteen (14) days prior to being used on the project the capabilities and experience of such individuals and the types of tests that the individual will perform. (2) For outside testing agency employed by the Contractor, submit at least fourteen (14) days prior to being used on the project the name, address, and manager of such testing agency and the types of tests that the agency will perform. (a) Such testing agency shall be acceptable to the Owner prior to being used on the project. B. Reports: (1) Prepare and submit written reports within fourteen (14) days following the date of the test that include the following: (a) Date of issue (b) Project title and number. Original Lubbock Water Line Replacement 01400-1 March 2014 (c) Name, address, and telephone number of testing agency. If the individual is employed by the Contractor, use Contractor's name, address, and telephone number. (d) Dates and locations of samples and test (e) Names of individuals making tests (f) Description of the work and test method (g) Identification of material, product, and specification Section. (h) Complete test or inspection data (i) Test results and interpretation of test results 0) Ambient conditions at time of sample taking and testing. (k) Comments and opinion on whether tested Work complied with the Contract Document requirements and the applicable specification Section. (1) Name and signature of individual performing the test if employee of the Contractor, or name and signature of testing agency responsible person. (m) For failing tests, recommendations on retesting unless specification Sections provide procedure for retesting. C. Professional Engineer Qualifications: (1) Where a Professional Engineer is required in the specification Sections, this means a Professional Engineer who is legally qualified to practice in the jurisdiction where the project is located and who is experienced in providing engineering services of the kind indicated. D. Test Agency Qualifications: (1) An agency with the experience and capability to conduct testing indicated, as documented by ASTM E 548, and that has the capability and experience in the types of tests to be performed. E. Preconstruction Testing: (1) Testing agency shall perform preconstruction testing with specified requirements for performance and test methods. (2) The Contractor shall not perform preconstruction testing except through a third party testing agency. F. Testing Agency Responsibilities: (1) Submit certified written report of each test and similar Quality Assurance service to the Contractor. (2) Interpret tests and state in each report whether tested work complies with or deviates from the Contract Document requirements. 1.5 QUALITY CONTROL A. Owner Responsibilities: (1) Where quality control services are indicated as Owner or Engineer's responsibility, such services may be performed by the Owner's forces or by a qualified testing agency to perform these services. (2) The Owner or Engineer will furnish the Contractor with names, addresses, and telephone numbers of testing agencies engaged by the Owner. B. Contractor Responsibilities: (1) Provide quality control services required in the various specification Sections. Original Lubbock Water Line Replacement 01400-2 March 2014 (2) Where third parry testing is engaged by the Contractor, notify testing agency sufficiently in advance of the time and date when work that requires testing will be performed. (3) The Contractor shall not engage the same testing agencies as the Owner, unless Owner agrees in writing to such engagement. (4) Where testing is indicated as the Contractor's responsibility, submit certified written reports in duplicate of each testing service, whether performed by the Contractor's personnel or Contractor engaged testing agency. (5) Such reports shall include failing tests and retests. (6) Testing requested by the Contractor and not required by the Contract Documents are the Contractor's responsibility. (7) Where the Contractor's personnel are performing tests, provide individuals with appropriate equipment to perform the tests in accordance with the test method requirements. (8) Provide alternate equipment where the specified test method cannot be applied, and where alternative test methods and equipment must be employed to provide the necessary quality control. C. Retesting: (1) Regardless of whether original tests were the Contractor's responsibility, provide quality control services, including retesting, for construction that revised or replaced work that failed to comply with requirements established by the Contract Documents. D. Testing Agency Responsibilities: (1) Cooperate with the Engineer and Contractor in performance of duties. (2) Provide qualified personnel and necessary equipment to perform required tests and inspections. (3) Notify the Engineer or Contractor promptly of irregularities or deficiencies observed in the work during performance of its services. (4) Interpret tests and inspections and state in each report whether tested and inspected work complies with or deviates from the requirements. (5) Submit a certified written report, in triplicate, of each test, inspection, and similar quality control service through the Contactor. (6) Do not release, revoke, alter, or increase requirements of the Contract Documents or approve or accept any portion of the Work. (7) Do not perform any duties of the Contractor. E. Associated Services: (1) Cooperate with agencies performing required tests, inspections, and similar quality control services, and provide reasonable auxiliary services as requested. (2) Notify agency sufficiently in advance of operations to permit assignment of personnel. (3) Provide the following: (a) Access to the Work. (b) Incidental labor and facilities necessary to facilitate tests and inspections. (c) Adequate quantities of representative samples of materials that require testing and inspecting. (d) Assist agency in obtaining samples. (e) Facilities for storage and field curing of test samples. Original Lubbock Water Line Replacement 01400-3 March 2014 (f) Additional associated services required of the Contractor for testing access are listed in the specification Sections. (g) Delivery of samples to testing agencies. (h) Preliminary design inix proposed for use for material mixes that require control by testing agency. (i) Security and protection for samples and for testing and inspecting equipment at Project site. F. Coordination: (1) Coordinate sequence of activities to accommodate required quality assurance and quality control services with a minimum of delay and to avoid necessity of removing and replacing construction to accommodate testing and inspecting. (2) Schedule times for tests, inspections, obtaining samples, and similar activities. PART 2 PRODUCTS Not used PART 1 EXECUTION 1.1 REPAIR AND PROTECTION A. On completion of testing, inspecting, sample taking, and similar services, repair damaged construction, and restore substrates and finishes. B. Provide materials and comply with installation requirements specified in other Sections of these Specifications. C. Restore patched areas and extend restoration into adjoining areas in a manner that eliminates evidence of patching. D. Protect construction exposed by or for quality control service activities. E. Repair and protection are the Contractor's responsibility, regardless of the assignment of responsibility for quality control services. - END OF SECTION Original Lubbock Water Line Replacement 01400-4 March 2014 "` SECTION 01410 TESTING LABORATORY SERVICES PART1 GENERAL 1.1 SUMMARY A. Section Includes: (1) Selection and Payment (2) Quality Assurance (3) Laboratory Responsibilities (4) Laboratory Reports (5) Limits on Testing Laboratory Authority (6) Contractor Responsibilities (7) Schedule of Inspections and Tests B. References: (1) ANSFASTM D3740 — Practice for Evaluation of Agencies Engaged in Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction. (2) ANSFASTM E329 — Recommended Practice for Inspection and Testing Agencies for Concrete, Steel, and Bituminous Materials as Used in Construction. 1.2 SELECTION AND PAYMENT A. An independent firm, provided at the Contractor's expense, will perform inspection, tests, and other services specified in individual specification Sections and as required by the . Engineer. B. Reports will be submitted by the independent firm to the Engineer, in triplicate, indicating observations and results of tests and indicating compliance or non-compliance with Contract Documents. C. Cooperate with independent firm; furnish samples of materials, design mix, equipment, tools, storage, safe access, and assistance by incidental labor as requested. D. Notify the Engineer and independent firm forty-eight (48) hours prior to expected time for operations requiring services. E. Make arrangements with independent firm and pay for additional samples and tests required for Contractor's use. F. Testing or inspecting does not relieve Contractor from performing Work to contract requirements. G. The cost associated with compliance testing shall be paid by the Contractor. H. Re -testing required because of non-conformance to specified requirements shall be performed by the same independent firm on instructions by the Engineer. I. Payment for re -testing will be paid by the Contractor. 1.3 QUALITY ASSURANCE A. Comply with requirements of ANSFASTM D3740R and ANSFASTM E329. B. Testing laboratory shall maintain a full time registered Engineer on staff to review services. Original Lubbock Water Line Replacement 01410-1 March 2014 C. Testing equipment shall be calibrated at reasonable intervals with devices of an accuracy traceable to either National Bureau of Standards (NBS) standards or accepted values of natural physical constants. 1.4 LABORATORY RESPONSIBILITIES A. Test samples of mixes submitted by Contractor. B. Provide qualified personnel at site. C. Cooperate with the Engineer and Contractor in performance of services. D. Perform specified inspection, sampling, and testing of Products in accordance with specified standards. E. Ascertain compliance of materials and mixes with requirements of Contract Documents. F. Promptly notify Engineer and Contractor of observed irregularities or non-conformance of Work or Products. G. Perform additional inspections and tests required by the Engineer. 1.5 LABORATORY REPORTS A. After each inspection and test, promptly submit three (3) copies of laboratory report to the Engineer and to the Contractor. B. Laboratory test reports shall include: (1) Date issued (2) Project title and number (3) Name of inspector (4) Date and tune of sampling or inspection (5) Identification of product and Specification Section (6) Location in the Project (7) Type of inspection or test (8) Date of test (9) Results of tests (10) Conformance with Contract Documents C. When requested by the Engineer, provide interpretation of test results. 1.6 LIMITS ON TESTING LABORATORY AUTHORITY A. Laboratory may not release, revoke, alter, or enlarge on requirements of Contract Documents. B. Laboratory may not approve or accept any portion of the Work. C. Laboratory may not assume any duties of the Contractor. D. Laboratory has no authority to stop the Work. 1.7 CONTRACTOR RESPONSIBILITIES A. Deliver to laboratory at designated location, adequate samples of materials proposed to be used which require testing, along with proposed mix designs. B. Cooperate with laboratory personnel, and provide access to the Work. C. Provide incidental labor and facilities to provide access to Work to be tested, to obtain and handle samples at the site or at source of products to be tested, to facilitate tests and inspections, storage and curing of test samples. Original Lubbock Water Line Replacement 01410-2 March 2014 D. Notify the Engineer and laboratory 24 hours prior to expected time for operations requiring inspection and testing services. 1.8 SCHEDULE OF INSPECTIONS AND TESTS A. As indicated in individual Specification Sections. PART 2 PRODUCTS Not used PART 3 EXECUTION Not used END OF SECTION Original Lubbock Water Line Replacement 01410-3 March 2014 SECTION 01555 BARRICADES, SIGNS, AND TRAFFIC HANDLING PART1 GENERAL 1.1 SUMMARY A. This item shall govern for providing, installing, moving, replacing, maintaining, cleaning, and removing upon completion of work, all barricades, portable barriers, signs, portable changeable message signs, cones, lights, and other such type devices and of handling traffic as indicated on the plans or as directed by the Engineer or Owner. B. Section Includes: (1) Description (2) Construction Methods (3) Traffic Control Plan (4) Maintenance PART PRODUCTS 2.1 CONSTRUCTION METHODS A. All barricades, signs, and other types of devices shall conform to details shown on the plans or those indicated in the latest version of the Texas Manual on Uniform Traffic Control Devices (TMUTCD). B. All traffic control devices shall be crashworthy according to the guidelines set forth in the National Cooperative Highway Research Program (NCHRP) Report 350. PART 3 EXECUTION 3.1 TRAFFIC CONTROL PLAN A. The Contractor shall propose his own Traffic Control Plan (TCP) as necessary for phased construction. B. This plan must be approved in writing by the Engineer or Owner in order to be used. C. Prior to beginning work, the Contractor shall designate, in writing, a competent person who will be responsible and available on this project site or in the immediate area to insure compliance with the TCP. fdlf►.iuy F� l2 ITII NZ���� A. All retro-reflective traffic control devices such as barricades, vertical panels, signs, etc., shall be maintained by cleaning, replacing, or a combination thereof such that during darkness and rain the retro-reflective characteristics shall equal or exceed the retro-reflective characteristics of traffic industry standard reflective panels. END OF SECTION Original Lubbock Water Line Replacement 01555-1 March 2014 SECTION 01576 WASTE MATERIAL DISPOSAL PART1 GENERAL 1.1 SUMMARY A. Section Includes: (1) Submittals (2) Salvageable Material (3) Excess Material 1.2 SUBMITTALS A. Obtain and submit disposal permits for proposed disposal sites if required by local ordinances. B. Submit a copy of written permission from property owner, along with a description of property, prior to disposal of excess material adjacent to the Project. C. Submit a written and signed release from property owner upon completion of disposal work. D. Both written permission and signed release shall include hold -harmless clauses naming the City of Lubbock, Texas as the entities to be held harmless in any subsequent legal proceeding. E. Both property permissions and signed releases shall be attested to by a notary public. PART PRODUCTS Not used s PART 3 EXECUTION 1.1 SALVAGEABLE MATERIAL A. Asphalt Pavement and Asphalt Stabilized Base shall conform to requirements of Section 02221 — Removing Existing Pavements. 1.2 EXCESS MATERIAL A. Vegetation, rubble, broken concrete, debris, asphaltic concrete pavement, excess soil, and other materials not designated for salvage, shall become the property of the Contractor and shall be removed from the job site and legally disposed of at a proper facility such as the West Texas Region Disposal Facility (WTRDF). B. Excess material may be disposed at the WTRDF at no additional cost to the Owner. (1) There will be a ripping fee per ton for construction debris and for excess uncontaminated soil. (2) There will also be a fee per load for every truck that is not covered properly when coming to the landfill. (3) For a complete list of fees associated with the WTRDF, please go to the City's website at http://solidwaste.ci.lubbock.tx.us/disposal/fees.aspx. Original Lubbock Water Line Replacement 01576-1 March 2014 (4) All tipping fees shall be considered to be included in the Contractor's bid prices. C. Excess soil may be deposited on private property adjacent to the Project if approved by the Owner and when written permission is obtained from the property owner. D. Waste materials shall be removed from the site on a daily basis, such that the site is maintained in a neat and orderly condition. END OF SECTION Original Lubbock Water Line Replacement 01576-2 March 2014 SECTION 01700 CONTRACT CLOSEOUT PART1 GENERAL 1.1 SUMMARY A. Section Includes: (1) Closeout Procedures (2) Final Cleaning (3) Adjusting (4) Project Record Documents (5) Warranties (6) Spare Parts and Maintenance Materials. 1.2 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Engineer's inspection. B. Should the Engineer consider the work incomplete or defective: (1) The Engineer will promptly notify the Contractor in writing, listing the incomplete or defective work. (2) The Contractor shall take immediate steps to remedy the stated deficiencies and submit a second written certification that the work is complete. (3) The Engineer will re -inspect the Work. C. Provide submittals to the Engineer that are required by governing or other authorities. D. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. 1.3 FINAL CLEANING A. Execute final cleaning prior to final inspection. B. Clean site, sweep paved areas, rake clean landscaped surfaces. C. Remove waste and surplus materials, rubbish, and construction facilities from the site. D. Repair, patch, and touch-up marred surfaces to match adjacent finishes. 1.4 ADJUSTING A. Adjust operating Products and equipment to ensure smooth and unhindered operation. 1.5 PROJECT RECORD DOCUMENTS A. Maintain on site, one set of the following record documents; record actual revisions to the Work: (1) Contract Drawings (2) Specifications (3) Addenda (4) Change Orders and other Modifications to the Contract (5) Reviewed shop drawings, product data, and samples. Original Lubbock Water Line Replacement 1700-1 March 2014 B. Store Record Documents separate from documents used for construction. C. Record information concurrent with construction progress. D. Specifications: (1) Legibly mark and record at each Product section description of actual Products installed, including the following: (a) Manufacturer's name and product model and number. (b) Product substitutions or alternates utilized. (c) Changes made by Addenda and Modifications. E. Record Documents and Shop Drawings: (1) Legibly mark each item to record actual construction including: (a) Measured horizontal and vertical locations of underground utilities and appurtenances referenced to permanent surface improvements. (b) Field changes of dimension and detail. (c) Details not on original Contract Drawings. (d) Changes made by Addenda and Modifications. 1.6 WARRANTIES A. Provide duplicate notarized copies. B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers. C. Provide Table of Contents and assemble with metal prong binder in durable plastic presentation cover. D. Submit prior to final Application for Payment. E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal within ten (10) days after acceptance, listing date of acceptance as start of warranty period. 1.7 SPARE PARTS AND MAINTENANCE MATERIALS A. Provide products, spare parts, maintenance and extra materials in quantities specified in individual specification Sections. B. Deliver to project site and place in location as directed; obtain receipt prior to final payment. PART PRODUCTS Not used PART 3 EXECUTION Not used END OF SECTION Original Lubbock Water Line Replacement 1700-2 March 2014 SECTION 02082 PRE -CAST CONCRETE VAULTS PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1— General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This section of the specifications pertains to pre -cast concrete vaults and related items. 1.3 RELATED SECTIONS A. Section 02317 — Excavation and Backfill for Vaults and Utilities. B. Section 02084 — Frames, Grates, Rings, and Covers. 1.4 REFERENCES A. ASTM C 270 — Standard Specification for Mortar for Unit Masonry. B. ASTM C 478 - Standard Specification for Precast Reinforced Concrete Manhole Sections. C. ASTM C 857 — Minimum Structural Design Loading for Underground Precast Concrete Utility Structures. D. ASTM C 858 — Underground Precast Concrete Utility Structure. E. ASTM C 990 — Standard Specification for Joints for Concrete Pipe, Manholes, and Precast Box Sections Using Preformed Flexible Joint Sealants. F. ASTM C 1107 - Packaged Dry, Hydraulic -Cement Grout (Nonshrink). G. ASTM C 1244 — Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure (Vacuum) Test. H. ASTM D 698 - Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft3) 1.5 SUBMITTALS A. Conform to requirements of Section 01330 - Submittal Procedures. B. Submit manufacturer's data and details of following items for approval: (1) Shop drawings of precast concrete vault, including reinforcement, jointing, methods, materials, and dimensions. (2) Summary of criteria used in the vault design including, as a minimum, material properties, loadings, load combinations, and dimensions assumed. Include certification from manufacturer that precast manhole design is in full accordance with ASTM C 857 and ASTM C 858 latest revisions, except as modified herein and on the drawings for internal pressure requirements. (3) Materials to be used for pipe connections at manhole/vault walls. (4) Materials to be used for stubs and stub plugs, if required. (5) Material to be used for sealing of riser joints. 1.6 DELIVERY, STORAGE AND HANDLING A. Deliver number of units needed in a timely manner to the project site to ensure installation continuity. Each section or part of vault shall be labeled with the vault designation from the drawings to which that section or part belongs. Each section or part shall be labeled prior to Original Lubbock Water Line Replacement 02082 —1 March 2014 being shipped from the manufacturer's plant. Any vault section arriving from the manufacturer without a manhole designation applied to it shall not be unloaded. B. Store and handle the units at the project site to prevent cracking, distortion, staining, or other physical damage, and so that markings are visible. Lift and support units at designated lift points. C. Deliver anchorage items that are to be embedded in other construction before starting such work. Provide setting diagrams, templates, instructions, and directions, as required, for installation. PART 2 PRODUCTS 2.1 PRE -CAST CONCRETE VAULTS A. Provide precast concrete vaults as indicated on plans, conforming to ASTM C 857 and ASTM C 858 latest revision. Vault should be of Type VCP 80100, or as shown on plans, as manufactured by Vaughn Concrete Products, Hanson Pre -Cast, or approved equal. Openings shall be precast as shown on plans. B. The minimum clear distance between any two wall penetrations shall be 12 inches, half the diameter of the smaller penetration, or as specified by the manufacturer, whichever is most stringent. C. For sealants used between concrete riser sections, refer to Section 02082, 2.7 A. D. Lifting holes in manhole sections and bases are not permissible unless such openings can be made watertight under 15 psi internal pressure, with only minor weeping over 15 psi internal pressure. Such watertightness shall be proven by a hydrostatic test of four hours duration. 2.2 TRAFFIC -RATED VAULTS A. Traffic -rated vaults shall meet or exceed AASHTO HS-20-44 (H-20 S-16) load rating. B. For water line alignments in the roadway, all vaults are to be traffic -rated. 2.3 CAST -IN -PLACE CONCRETE A. The vault base slab shall be Cast -in -Place Concrete, placed to the dimension and grades shown on the plans. Slab penetrations should be provided at specified locations. B. Conform to requirements of Section 03300 — Cast -in -Place Concrete. 2.4 REINFORCING STEEL A. Reinforcing steel shall conform to requirements of Section 03300 — Cast -in -Place Concrete. 2.5 MORTAR A. Conform to requirements of ASTM C 270, Type S using Portland Cement. 2.6 MISCELLANEOUS METALS A. Provide gray -iron frames, rings, and covers conforming to requirements of Section 02084 — Frames, Grates, Rings and Covers. 2.7 PIPE TO VAULT CONNECTIONS FOR STORM SEWERS A. Grout space between the pipe and vault -wall conforming to ASTM C 1107 for all pipe materials. 2.8 SEALANT MATERIALS A. Seal joints between sections with ConSeal CS-202 Butyl Sealant or approved equal conforming to ASTM C 990. 2.9 BACKFILL MATERIALS Original Lubbock Water Line Replacement 02082 — 2 March 2014 A. Backfill materials shall conform to the requirements of Section 02317 - Excavation and Backfill for Utilities. 2.10 NON -SHRINK GROUT A. Provide prepackaged, inorganic, flowable, non -gas -liberating, non-metallic, cement -based grout requiring only the addition of water. B. Grout shall meet the requirements of ASTM C 1107 and shall have a minimum 28-day compressive strength of 7000 psi. PART 3 EXECUTION 3.1 EXAMINATION A. Verify that lines and grades are correct. B. Determine if the subgrade, when scarified and recompacted, can be compacted to 95 percent of maximum Standard Proctor Density according to ASTM D 698 prior to placement of foundation material and base section. If it cannot be compacted to that density, the subgrade shall be moisture conditioned until that density can be reached or shall be treated as an unstable subgrade. 3.2 VAULT BASE SECTIONS AND FOUNDATIONS A. Scarify and compact base material to 95% ASTM D698 standard proctor density. If the subgrade cannot be compacted to the required density or if it contains organic materials, then excavate to stable subgrade, then backfill with lean concrete backfill to required elevation. 3.3 PRE -CAST VAULT SECTIONS A. Install sections, joints, and gasket material in accordance with manufacturer's printed recommendations. B. Seal any lifting holes with non -shrink grout where lifting holes have been allowed by the Engineer. Pressure and leakage requirements in paragraph 2.1 apply. 3.4 BACKFILL A. A. Place and compact backfill materials in the area of excavation surrounding vaults in accordance with requirements of Section 02317 - Excavation and Backfill for Utilities. 3.5 PROTECTION A. Protect vaults from damage until work has been finally accepted. Repair damage to vaults at no additional cost to Owner. END OF SECTION Original Lubbock Water Line Replacement 02082 — 3 March 2014 SECTION 02221 REMOVING & REPLACING EXISTING PAVEMENTS PART1 GENERAL 1.1 SUMMARY A. This section of the specifications covers the removal of existing pavements, including, but not limited to, concrete paving, brick paving, asphaltic paving, concrete curb and/or gutter, and concrete sidewalks. B. Section Includes: (1) Regulatory Requirements (2) Preparation (3) Protection (4) Removals (5) Backfill (6) Disposal 1.2 REGULATCRY REQUIREMENTS A. Conform to applicable codes for disposal of debris. Refer to Section 01576 — Waste Material Disposal. B. Coordinate removal work with utility companies. PART 2 PRODUCTS 2.1 HOT MIX ASPHALT CONCRETE REPLACEMENT PAVEMENT A. The quality of replacement pavement shall be new and be in accordance with the most recent City of Lubbock Public Works Engineering Design Standards & Specifications. B. All replacement pavement shall be of the same type as the pavement being removed. The following pavement Types shall be used at these locations: STREET TYPE Avenue A C Avenue B D* 16"' Street D 18"' Street D *(except intersection with Ave A PART 3 EXECUTION 3.1 PREPARATION A. Obtain advance approval from the Engineer for dimensions and limits of removal work. B. Identify known utilities below grade. C. Paint, stake and flag locations. 3.2 PROTECTION Original Lubbock Water Line Replacement 02221-1 March 2014 A. Protect the following from damage or displacement: (1) Adjacent public and private property. (2) Trees, plants, and other landscape features designated to remain. (3) Utilities not designated to be removed. (4) Pavement and utility structures not designated to be removed. (5) Benchmarks, monuments, and existing structures not designated to be removed. 3.3 REMOVALS A. Remove pavements and structures by methods that will not damage underground utilities. B. Do not use a drop hammer near existing underground utilities. C. Minimize amount of earth loaded during removal operations. D. Where existing pavement is to remain, make straight saw cuts in existing pavement to provide clean breaks prior to removal. E. Do not break concrete pavement or base with drop hammer. F. Where street and driveway saw cut locations coincide or fall within three (3) feet of existing construction or expansion joints, break out to existing joint. G. Remove sidewalks and curbs to nearest existing dumnny, expansion, or construction joint. H. Any existing concrete, which is damaged or destroyed beyond the neat lines so established, shall be replaced at the Contractor's expense. I. Remaining concrete shall be mortared to protect the reinforcing steel and provide a neat, clean appearance. 3.4 BACKFILL A. Backfill of removal zones shall be in accordance with requirements of Section 02317 — Excavation and Backfill for Utilities as applicable to the specific portion of the Work. 3.5 DISPOSAL A. Remove from the site debris resulting from work under this section in accordance with requirements of Section 01576 — Waste Material Disposal. 3.6 REPLACEMENT A. All pavement replacement shall be in accordance with the most recent City of Lubbock Public Works Engineering Design Standards & Specifications. B. Replacement pavement shall match existing grade and slope. END OF SECTION Original Lubbock Water Line Replacement 02221-2 March 2014 SECTION 02240 DEWATERING PARTl GENERAL 1.1 SUMMARY A. This Section includes construction dewatering procedures and requirements. (1) A geotechnical survey has not been performed at the site. (2) This Section shall be applicable only if ground water begins to enter the trench. (3) Any required dewatering for this project shall be considered subsidiary to pipeline and manhole installation and no separate compensations will be paid. B. Section Includes: (1) Submittals (2) Performance Requirements (3) Quality Assurance (4) Project Conditions (5) Preparation (6) Installation (7) Observation Wells 1.2 SUBMITTALS A. Shop Drawings for Information: (1) For dewatering system, show arrangements, locations, and details of wells and well points; locations of headers and discharge lines; and means of discharge and disposal of water. (2) Include layouts of piezometers and flow -measuring devices for monitoring performance of dewatering system. (3) Include written report outlining control procedures to be adopted if dewatering problems arise. (4) Photographs or videotape, sufficiently detailed, of existing conditions of adjoining construction and site improvements that might be misconstrued as damage caused by dewatering operations. (5) Record drawings at Project closeout identifying and locating capped utilities and other subsurface structural, electrical, or mechanical conditions performed during dewatering. (6) Note locations and capping depth of wells and well points. B. Field Test Reports: (1) Before starting excavation, submit test results and computations demonstrating that dewatering system is capable of meeting performance requirements. 1.3 PERFORMANCE REQUIREMENTS A. Design, furnish, install, test, operate, monitor, and maintain dewatering system of sufficient scope, size, and capacity to control ground water flow into excavations and permit construction to proceed on dry, stable ground. B. Maintain dewatering operations to ensure erosion control, stability of excavations and constructed slopes, that excavation does not flood, and that damage to subgrades and permanent structures is prevented. Original Lubbock Water Line Replacement 02240-1 March 2014 C. Prevent surface water from entering excavations by grading, dikes, and other means approved by the Engineer. D. Remove dewater system if no longer needed. 1.4 QUALITY ASSURANCE A. Comply with water disposal requirements of authorities having jurisdiction. 1.5 PROJECT CONDITIONS A. Existing Utilities: (1) Do not interrupt utilities serving facilities occupied by Owner or others unless permitted in writing by the Engineer and then only after arranging to provide temporary utility services according to requirements indicated. B. Project Site Information: (1) A geotechnical report has not been prepared for the Project area. (2) The Contractor, at own expense, may make test borings and conduct other exploratory operations necessary for dewatering. (3) Survey adjacent structures and improvements, employing a qualified professional engineer or land surveyor, establishing exact elevations at fixed points to act as benchmarks. (4) Clearly identify benchmarks and record existing elevations. (5) During dewatering, regularly resurvey benchmarks, maintaining an accurate log of surveyed elevations for comparison with original elevations. (6) Promptly notify the Engineer if changes in elevations occur or if cracks, sags, or other damage is evident in adjacent construction. PART 2 PRODUCTS Not used PART 3 EXECUTION 3.1 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by dewatering operations. B. Prevent surface water and subsurface or ground water from entering excavations, ponding on prepared subgrades, and from flooding site and surrounding area. C. Protect subgrades and foundation soils from softening and damage by rain or water accumulation. D. Install dewatering system to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities. E. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. (1) Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. 3.2 INSTALLATION Original Lubbock Water Line Replacement 02240-2 March 2014 A. Install dewatering system utilizing wells, well points, or similar methods complete with pump equipment, standby power and pumps, filter material gradation, valves, appurtenances, water disposal, and surface -water controls. B. Before excavating below ground water level, place system into operation to lower water to specified levels. C. Operate system continuously until drains, sewers, and structures have been constructed and fill materials have been placed, or until dewatering is no longer required. D. Provide an adequate system to lower and control ground water to permit excavation, construction of structures, and placement of fill materials on dry subgrades. E. Install sufficient dewatering equipment to drain water -bearing strata above and below bottom of foundations, drains, sewers, and other excavations. F. Do not permit open -sump pumping that leads to loss of fines, soil piping, subgrade softening, and slope stability. G. Reduce hydrostatic head in water -bearing strata below subgrade elevations of foundations, drains, sewers, and other excavations. H. Maintain piezometric water level a minimum of sixty (60) inches below surface of excavation. I. Dispose of water removed by dewatering in a manner that avoids endangering public health, property, and portions of work under construction or completed. J. Dispose of water in a manner that avoids inconvenience to others. K. Provide sumps, sedimentation tanks, and other flow -control devices as required by authorities having jurisdiction. L. Provide standby equipment on -site, installed and available for immediate operation, to maintain dewatering on continuous basis if any part of system becomes inadequate or fails. M. If dewatering requirements are not satisfied due to inadequacy or failure of dewatering system, restore damaged structures and foundation soils at no additional expense to Owner. N. Remove dewatering system from Project Site on completion of dewatering. O. Plug or fill well holes with sand or cut off and cap wells a minimum of thirty-six (36) inches below overlying construction. P. Promptly repair damages to adjacent facilities caused by dewatering operations. 3.3 OBSERVATION WELLS A. Provide, take measurements, and maintain at least the minimum number of observation wells or piezometers indicated and additional observation wells as may be required by authorities having jurisdiction. B. Observe and record daily elevation of ground water and piezometec water levels in observation wells. C. Repair or replace, within twenty-four (24) hours, observation wells that become inactive, damaged, or destroyed. D. Suspend construction activities in areas where observation wells are not functioning properly until reliable observations can be made. E. Add or remove water from observation well risers to demonstrate that observation wells are functioning properly. F. Fill observation wells, remove piezometers, and fill holes when dewatering is completed. END OF SECTION Original Lubbock Water Line Replacement 02240-3 March 2014 SECTION 02260 EXCAVATION SUPPORT AND PROTECTION PART1 GENERAL 1.1 SUMMARY A. This Section includes temporary excavation support and protection systems. B. Section Includes: (1) Submittals (2) Performance Requirements (3) Project Conditions (4) Materials (5) Preparation (6) Sheet Piling (7) Trench Boxes (8) Trenching Procedures 1.2 SUBMITTALS A. Shop Drawings for Information: (1) Prepared by or under the supervision of a qualified Professional Engineer for excavation support and protection systems. (2) Include Shop Drawings signed and sealed by a Texas Licensed Professional Engineer responsible for their preparation. B. Qualification data for installer and Professional Engineer. C. Photographs or videotape, sufficiently detailed, of existing conditions of adjoining construction and site improvements that might be misconstrued as damage caused by the absence of, the installation of, or the performance of excavation support and protection systems. 1.3 PERFORMANCE REQUIREMENTS A. Design, furnish, install, monitor, and maintain excavation support and protection system capable of supporting excavation sidewalls and of resisting soil and hydrostatic pressure and superimposed and construction loads. B. Provide professional engineering services needed to assume engineering responsibility, including preparation of Shop Drawings and a comprehensive engineering analysis by a qualified Professional Engineer. C. Prevent surface water from entering excavations by grading, dikes, or other means approved by the Engineer. D. Install excavation support and protection systems without damaging existing buildings, pavements, and other improvements adjacent to excavation. 1.4 PROJECT CONDITIONS A. Existing Utilities: (1) Do not interrupt utilities serving facilities occupied by Owner or others unless permitted in writing by the Engineer and then only after arranging to provide temporary utility services according to requirements indicated. Original Lubbock Water Line Replacement 02260-1 March 2014 B. Project Site Information: (1) Survey adjacent structures and improvements, employing a qualified professional engineer or land surveyor, establishing exact elevations at fixed points to act as benchmarks. (2) Clearly identify benchmarks and record existing elevations. (3) During installation of excavation support and protection systems, regularly resurvey benchmarks, maintaining an accurate log of surveyed elevations and positions for comparison with original elevations and positions. (4) Promptly notify the Engineer if changes in elevations or positions occur, or if cracks, sags, or other damage is evident in adjacent construction. PART 2 PRODUCTS 2.1 MATERIALS A. Provide materials that are either new or in serviceable condition. B. Structural Steel: ASTM A36/A 36M, ASTM A690/A 690 M, ASTM A 992/ A 992M. C. Steel Sheet Piling: ASTM A 328/A 328M, ASTM A 572/ A 572M, or ASTM A690/ A 690M; with continuous interlocks. PART 3 EXECUTION 3.1 PREPARATION A. Project structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards that could develop during excavation support and protection systems operations. B. Shore, support, and protect utilities encountered. C. Install excavation support and protection systems to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities. D. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. (1) Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. E. Locate excavation support and protection systems clear of permanent construction so that forming and finishing of concrete surfaces is not impeded. F. Monitor excavation support and protection systems daily during excavation progress and for as long as excavation remains open. G. Promptly correct bulges, breakage, or other evidence of movement to ensure that excavation support and protection systems remain stable. H. Promptly repair damages to adjacent facilities caused by installing excavation support and protection systems. 3.2 SHEET PILING A. Before starting excavation, install one-piece sheet piling lengths and tightly interlock to form a continuous barrier. B. Limit vertical offset of adjacent sheet piling to sixty (60) inches. C. Accurately align exposed faces of sheet piling to vary not more than two (2) inches from a horizontal line and not more than 1:120 out of vertical alignment. Original Lubbock Water Line Replacement 02260-2 March 2014 D. Cut tops of sheet piling to uniform elevation at top of excavation. 3.3 TRENCH BOXES A. Provide Engineer approved trench boxes sufficient for depth and width of open -cut trench. B. All exposed trench shall be protected. 3.4 TRENCHING PROCEDURES A. Provide shoring systems in accordance with the Contractor's submitted design to adequately resist earth pressures. B. Proceed with work in an orderly fashion. C. Install trench bracing systems as soon as possible after opening trenches. D. Do not allow workers in trench prior to installing trench bracing systems. E. Backfill trenches as soon as possible after completion of work. F. Stockpile excavated materials at three (3) feet away from edge of trench. G. Maintain barricades and signage as required by State and Local codes to protect open excavations. H. Do not allow surface water to enter excavations. I. Properly grade areas adjacent to trench excavations to control surface drainage away from excavations. J. If cut back method is allowed by Owner and is employed, maintain a clear distance of three (3) feet from edge of cut to avoid allowing loose material to enter trench. K. Cut back method may not be used where there is insufficient work area to employ it. L. Do not operate heavy equipment except for trench digging or pipe laying equipment within twenty (20) feet of edge of excavation. M. Haul trucks, if needed, may operate closer than twenty (20) feet to trench edge provided the Contractor deems it safe to do so. 3.5 REMOVAL AND REPAIRS A. Remove excavation support and protection systems when construction has progressed sufficiently to support excavation and bear soil and hydrostatic pressures. B. Remove in stages to avoid disturbing underlying soils or damaging structures, pavements, facilities, and utilities. END OF SECTION Original Lubbock Water Line Replacement 02260-3 March 2014 SECTION 02317 EXCAVATION AND BACKFILL FOR UTILITIES PART1 GENERAL 1.1 SUMMARY A. This section of the specifications includes information on excavation, trenching, foundation, embedment, and backfill for installation of utilities, including manholes and pipeline structures. B. Section Includes: (1) Definitions (2) References (3) Scheduling (4) Submittals (5) Tests (6) Equipment (7) Material Classifications (8) Accessories (9) Installation (10) Preparation (11) Protection (12) Excavation (13) Handling Excavation Materials (14) Trench Foundation (15) Ground Water Control (16) Pipe Embedment, Placement and Compaction (17) Trench Zone Backfill, Placement and Compaction (18) Field Quality Control (19) Disposal of Excess Material 1.2 DEFINITIONS A. Pipe Foundation — Suitable and stable native soils that are exposed at the trench subgrade after excavation to depth of bottom of the bedding as shown on the Drawings, or foundation backfill material placed and compacted in over -excavations. B. Pipe Bedding — The portion of trench backfill that extends vertically from top of foundation up to a level line at bottom of pipe, and horizontally under one-third of the pipe O.D. C. Haunching — The material placed on either side of the pipe from the foundation to the springline of the pipe for rigid wall pipe, and horizontally from one trench sidewall to opposite sidewall, excluding the bedding section as shown on the plans. D. Initial Backfill — The portion of trench backfill that extends vertically from the top of haunching or cement stabilized backfill up to a level line immediately below pavement subgrade, and horizontally from on trench sidewall to opposite sidewall. E. Pipe Embedment — The portion of trench backfill that consists of bedding, haunching, and initial backfill. Original Lubbock Water Line Replacement 02317-1 March 2013 F. Trench Zone — The portion of trench backfill that extends vertically from top of pipe embedment up to a line immediately below pavement subgrade or up to final grade when not beneath paving. G. Backfill — Suitable material meeting specified quality requirements, placed and compacted under controlled conditions. H. Ground Water Control Systems — Installations external to trench, such as well points, eductors, or deep wells. Ground water control includes dewatering to lower ground water, intercepting seepage which would otherwise emerge from side or bottom of trench excavation, and depressurization to prevent failure or heaving of excavation bottom. Refer to Section 02240 — Dewatering. I. Surface Water Control — Diversion and drainage of surface water runoff and rain water away from trench excavation. Rain water and surface water accidentally entering trench shall be controlled and removed as a part of excavation drainage. J. Excavation Drainage — Removal of surface and seepage water in trench by sump pumping or other approved means. K. Trench Conditions are defined with regard to the stability of trench bottom and trench walls of pipe embedment zone. Maintain trench conditions that provide for effective placement and compaction of embedment material directly on or against undisturbed soils or foundation backfill, except where structural trench support is necessary. L. Dry Stable Trench — Stable and substantially dry trench conditions exist in pipe embedment zone as a result of typically dry soils or achieved by ground water control (dewatering or depressurization) for trenches extending below ground water level. M. Stable Trench with Seepage — Stable trench in which ground water seepage is controlled by excavation drainage. N. Stable Trench with Seepage in Clayey Soils — Excavation drainage is provided in lieu of or to supplement ground water control systems to control seepage and provide stable trench subgrade in predominately clayey soils prior to bedding placement. O. Stable Wet Trench in Sandy Soils — Excavation drainage is provided in the embedment zone in combination with ground water control in predominately sandy or silty soils. P. Unstable Trench — Unstable trench conditions exist in the pipe embedment zone if ground water inflow or high water content causes soil disturbances, such as sloughing, sliding, boiling, heaving, or loss of density. Q. Subtrench — Subtrench is a special case of benched excavation. Subtrench excavation below trench shields or shoring installations may be used to allow placement and compaction of foundation or embedment materials directly against undisturbed soils. Depth of a subtrench depends upon trench stability and safety as determined by the Contractor. R. Over -Excavation and Backfill — Excavation of subgrade soils with unsatisfactory bearing capacity or composed of otherwise unsuitable materials below top of foundation as shown on Drawings, and backfilled with foundation backfill material. S. Foundation Backfill Materials — Natural soil or manufactured aggregate of controlled gradation, to control drainage and material separation. Foundation backfill material is placed and compacted as backfill to provide stable support for bedding. T. Trench Safety Systems include both protective systems and shoring systems as defined in Section 02260 — Excavation Support and Protection U. Trench Shield (Trench Box) — A portable worker safety structure moved along the trench as work proceeds, used as a protective system and designed to withstand forces imposed on it by Original Lubbock Water Line Replacement 02317-2 March 2013 cave-in, thereby protecting persons within the trench. Trench shields may be stacked if so designed or placed in a series depending on depth and length of excavation to be protected. V. Shoring System — A structure that supports sides of an excavation to maintain stable soil conditions and prevent cave-ins, or to prevent movement of the ground affecting adjacent installations or improvements. 1.3 REFENCES A. ASTM D 558 — Test Methods for Moisture -Density Relations of Soil Cement Mixtures. B. ASTM D 698 — Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures Using 5.5-lb. Rammer and 12 inch Drop. C. ASTM D 1556 — Test Method for Density in Place by the Sand -Cone Method. D. ASTM D 2487 — Classification and Soils for Engineering Purposes. E. ASTM D 2922 — Test Method for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth). F. ASTM D 3017 — Test Method for Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth). G. ASTM D 4318 — Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. H. TxDOT Tex- 101-E — Preparation of Soil and Flexible Base Materials for Testing. I. TxDOT Tex- 110-E — Determination of Particle Size Analysis of Soils. J. Federal Regulations, 29 CFR Part 1926, Standards -Excavation, Occupational Safety and Health Administration (OSHA). 1.4 SCHEDULING A. Schedule work so that pipe embedment can be completed on the same day that acceptable foundation has been achieved for each section of pipe installation, manhole, or other structures. 1.5 SUBMITTALS A. Conform to Section 01300 — Submittal Procedures . B. Submit a written description for information only of the planned typical method of excavation, backfill placement, and compaction, including: (1) Sequence of work and coordination of activities. (2) Selected trench widths and dimensions of excavations. (3) Procedures for foundation and embedment placement, and compaction. (4) Procedure for use of trench boxes and other pre -manufactured systems while assuring specified compaction against undisturbed soils. C. Submit backfill material sources and product quality information in accordance with requirements of Section 02320 — Utility Backfill Materials. D. Submit record of location of pipe as installed, referenced to the TxDOT coordinate system. (1) Include locations of utilities encountered that are not shown on drawings or rerouted for the convenience of the Contractor. (2) Give stations, coordinates, elevations, inverts, and gradients of installed pipe, casing, etc. E. Submit field density tests of trench backfill. F. Submit laboratory density compaction curves for each material. 1.6 TESTS Original Lubbock Water Line Replacement 02317-3 March 2013 A. The Contractor is to perform backfill material source qualification testing in accordance with requirements of Section 02320 — Utility Backfill Materials. B. The Contractor shall have a competent, separate agency perform field density tests of trench backfill representative of each 200 linear feet of trench and each compacted layer. PART PRODUCTS 2.1 EQUIPMENT A. Perform excavation with hydraulic excavator or other equipment suitable for achieving the requirements of this Section. B. Use only hand -operated tamping equipment until a minimum cover of twelve (12) inches is obtained over pipes, conduits, and ducts. C. Do not use heavy compacting equipment until adequate cover is attained to prevent damage to pipes, conduits, or ducts. D. Do not use vibratory equipment until five (5) feet of cover over pipes, conduits, or ducts is obtained. E. Do not use vibratory equipment if adjacent structures could be affected. F. Use trench shields or other protective systems or shoring systems which are designed and operated to achieve placement and compaction of backfill directly against undisturbed native soil. 2.2 MATERIAL CLASSIFICATIONS A. Embedment and Trench Zone Backfill Materials: Conform to classifications and product descriptions of Section 02320 — Utility Backfill Materials. 2.3 ACCESSORIES A. Warning Tape: Install twelve (12) inches below finished grade acid and alkali resistant polyethylene film warning tape manufactured for marking and identifying underground utilities, six (6) inches wide and four (4) mils thick, continuously inscribed with a description of the utility; colored as follows: (1) Red —Electric (2) Yellow — Gas, oil, steam, and dangerous materials. (3) Orange — Telephone and other communications. (4) Blue — Water systems. (5) Green —Sewer systems. B. Locator Wire: Install continuously coated ten (10) gauge locating wire as indicated on Plans. PART 3 EXECUTION 3.1 INSTALLATION A. Install flexible pipe to conform to the trench details shown in the drawings. B. Install rigid pipe to conform to the trench details shown in the drawings. 3.2 PREPARATION Original Lubbock Water Line Replacement 02317-4 March 2013 A. Establish traffic control to conforin to requirements of Section 01555 — Barricades, Signs, and Traffic Handling and the drawings. B. Perform work to conform to applicable safety standards and regulations. C. Employ a trench safety system as specified in Section 02260 — Excavation Support and Protection. D. Immediately notify the agency or company owning any existing utility line which is damaged, broken, or disturbed. E. Obtain approval from the Engineer and agency for any repairs or relocations, either temporary or permanent. F. Remove existing pavements and structures, including sidewalks and driveways, to conform to requirements of Section 02220 — Demolition, Removal, and Salvaging of Existing Material. G. Maintain permanent benchmarks, monumentation and other reference points, and unless otherwise directed in writing, replace those which are damaged or destroyed. 3.3 PROTECTION A. Protect trees, shrubs, lawns, existing structures, and other permanent objects outside of the construction limits. B. Protect and support above grade and below grade utilities, which are to remain. C. Restore damaged permanent facilities to pre -construction conditions unless replacement or abandonment of facilities are indicated on the Drawings. D. Take measures to minimize erosion of trenches and excavations. E. Do not allow water to pond in trenches or excavations. F. Where slides, washouts, settlements, or areas with loss of density or pavement failures or potholes occur, repair, recompact, and pave those areas at no additional cost to the Owner. G. The Contractor shall locate all existing underground lines, whether or not they are shown on the Drawings, sufficiently in advance of trenching operations to prevent any damage thereto. H. Verification of location, size, and burial depth of existing utilities shall be the complete responsibility of the Contractor. I. The Contractor is responsible for notifying pipeline and cable utility owners of the intention to cross said utility no less than seven (7) days prior to crossing the utility. J. Coordinate vertical separation requirements with utility owners and any other special construction considerations. K. Notify the Engineer if required changes in the vertical profile shown on the Drawings prior to constructing these changes. L. Trench digging machinery may be used to make the trench excavations except in places where operation of same would cause damages to pipelines, fences, or other existing structures either above or below ground; in such instances hand methods shall be employed. 3.4 EXCAVATION A. Perform excavation work so that pipe, conduit, or ducts can be installed to depths and alignments shown on the Drawings. B. Avoid disturbing surrounding ground and existing facilities and improvements. C. Determine trench excavation widths based on the requirements shown on the plans. D. Use sufficient trench width or benches above the embedment zone for installation of well point headers or manifolds and pumps where depth of trenches makes it uneconomical or impractical to pump from the surface elevation. Original Lubbock Water Line Replacement 02317-5 March 2013 E. Provide sufficient space between shoring cross braces to permit equipment operations and handling of forms, pipe, embedment and backfill, and other materials. F. Upon discovery of unknown utilities, badly deteriorated utilities not designated for removal, or concealed conditions, discontinue work at that location. Notify the Engineer and obtain instructions before proceeding. G. Shoring of Trench Walls: (1) Install special shoring in advance of trench excavation or simultaneously with the trench excavation, so that the soils within the full height of the trench excavation walls will remain laterally supported at all times. (2) For all types of shoring, support trench walls in the pipe embedment zone throughout the installation. (3) Provide trench wall supports sufficiently, tight to prevent washing the trench wall soil out behind the trench wall support. (4) Unless otherwise directed by the Engineer, leave sheeting driven into or below the pipe embedment zone in place to preclude loss of support of foundation and embedment materials. (5) Leave rangers, walers, and braces in place as long as required to support the sheeting, which has been cut off, and the trench wall in the vicinity of the pipe zone. (6) Employ special methods for maintaining the integrity of embedment or foundation material. (7) Before moving supports, place and compact embedment to sufficient depths to provide protection of pipe and stability of trench walls. (8) As supports are moved, finish placing and compacting embedment. (9) If sheeting or other shoring is used below top of the pipe embedment zone, do not disturb pipe foundation and embedment materials by subsequent removal. (10) Maximum thickness of removable sheering extending into the embedment zone shall be the equivalent of a one (1) inch thick steel plate. (11) Fill voids left on removal of supports with compacted backfill material. H. Wherever necessary to prevent caving, the trench shall be adequately supported as required by the Drawings and Specifications. 1. The Contractor is entirely responsible for assuring that trenches are adequately supported to protect both the workers and the public. J. Use of Trench Shields/Trench Boxes: (1) Make trench excavations of sufficient width to allow shield to be lifted or pulled feely, without damage to the trench sidewalls. (2) Move trench shields so that pipe, and backfill materials, after placement and compaction, are not damaged or disturbed, or the degree of compaction reduced. (3) When required, place, spread, and compact pipe foundation and bedding materials beneath the shield. (4) For backfill above bedding, lift the shield as each layer of backfill is placed and spread. (5) Place and compact backfill materials against undisturbed walls and foundation. (6) Maintain trench shield in position to allow sampling and testing to be performed in a safe manner. (7) Contractor shall provide trench shield for Owner's tests within the trench as required in paragraph 3.1 LB Original Lubbock Water Line Replacement 02317-6 March 2013 3.5 HANDLING EXCAVATION MATERIALS A. Use only excavated materials which are suitable as defined in this Section and conforming to Section 02320 — Utility Backfill Materials. B. Place material suitable for backfilling in stockpiles at a distance from the trench to prevent slides or cave-ins. C. Do not place stockpiles of excess excavated materials on streets and adjacent properties. D. Protect excess stockpiles for use on site. E. Maintain site conditions in accordance with Section 01500 —Temporary Facilities and Controls. 3.6 TRENCH FOUNDATION A. The trench shall be excavated to an even grade so that the bottom of the pipe will rest on the bottom of the trench over the entire length of the pipe. B. Any part of the trench excavated below grade shall be corrected by filling with approved material and compacting thoroughly. C. If ledge rock, rock fragments, or other unyielding material is encountered in the bottom of the trench, it shall be removed to a depth of six (6) inches below grade, refilled with selected material, and thoroughly compacted. D. Bell holes of ample dimensions shall be dug at each joint to permit the jointing of pipe to be made properly, and of sufficient depth to prevent the bell of the pipe from resting on undisturbed materials. 3.7 GROUND WATER CONTROL A. Should ground water become an issue, refer to Section 02240 — Dewatering. B. Provide a stable trench to allow installation in accordance with the Specifications. 3.8 PIPE EMBEDMENT, PLACEMENT AND COMPACTION A. Immediately prior to placement of embedment materials, the bottoms and sidewalls of trenches shall be free of loose, sloughing, caving, or otherwise unsuitable soil. B. Place embedment including bedding, haunching, and initial backfill as shown on the Drawings. C. For pipe installation, manually spread embedment materials around the pipe to provide uniform bearing and side support when compacted. D. Do not allow materials to free -fall from heights greater than twenty-four (24) inches above top of pipe. E. Perform placement and compaction directly against the undisturbed soils in the trench sidewalls, or against sheeting which is to remain in place. F. Do not place trench shields or shoring within height of the embedment zone unless means to maintain the density of compacted embedment material are used. G. If moveable supports are used in embedment zone, lift: the supports incrementally to allow placement and compaction of the material against undisturbed soil. H. Do not damage coatings or wrappings of pipes during backfilling and compacting operations. I. When embedding coated or wrapped pipes, do not use crushed stone or other sharp, angular aggregates. J. Place haunching material manually around the pipe and compact it to provide uniform bearing and side support. Original Lubbock Water Line Replacement 02317-7 March 2013 K. If necessary, hold small -diameter or lightweight pipe in place with sand bags or other suitable means during compaction of haunch areas and placement beside the pipe. L. Shovel in -place and compact embedment material using pneumatic tampers in restricted areas, and vibratory -plate compactors or engine -powered jumping jacks in unrestricted areas. M. Compact each lift before proceeding with placement of the next lift. N. Water tamping and water jetting are not allowed. O. For flowable fill, such as cement stabilized backfill, vibrate flowable backfill with concrete vibrator to consolidate material under haunches. P. Install specified location tape and wire as shown on the drawings and per paragraphs 2.3.A and 2.3.B. 3.9 TRENCH ZONE BACKFILL, PLACEMENT AND COMPACTION A. Place backfill for pipe or conduits and restore as soon as practicable. B. Leave only the minimum length of trench open as necessary for construction. C. Maximum allowed open trench is limited to 200 feet unless otherwise approved by the Owner. D. Where damage to completed pipe installation work is likely to result from withdrawal of sheeting, leave the sheeting in place. (1) Cut off sheeting two (2) feet or move above the crown of the pipe. (2) Remove trench supports within five (5) feet from the ground surface. E. Place trench zone backfill in lifts and compact by methods selected by the Contractor. F. Fully compact each lift before placement of the next lift. G. Cement Stabilized Backfill/Lean Concrete Backfill: (1) Place in depths as shown on plans. (2) Use vibratory equipment to ensure placement under the haunches of the pipe. (3) Backfilling of the remaining trench depth after cement stabilized backfill has been placed shall not commence until the in -place cement stabilized backfill has attained a penetration resistance reading of at least thirty (30) when measured with a soil penetrometer according to ASTM D 1558 and using a one -tenth square inch needle. (4) This equates to a penetration resistance of approximately 300 pounds per square inch. (5) This is not a strength requirement of the cement -stabilized backfill, but a measure of the degree of curing of the cement stabilized backfill. (6) After a penetrometer reading of 30 is obtained on the cement stabilized backfill, then compacted backfill operations may commence. (7) The Contractor shall furnish and have on site a calibrated ASTM D 1558 soil penetrometer with one -tenth square inch needle. (8) The Contractor shall take no less than four (4) penetrometer readings, equally spaced on both sides of the pipe (8 readings total) in accordance with ASTM D 1558, for each day's trench length that is planned for controlled density backfill operations. (9) Such readings shall be taken prior to commencing backfill operations. H. Bedding Material: (1) Sand bedding shall be loosely placed in trench as shown on the Drawings. I. Gravel Embedment: (1) Place in depths as shown on plans Original Lubbock Water Line Replacement 02317-8 March 2013 (2) Use vibratory equipment or shovel slicing to ensure placement under the haunches of the pipe. J. Native Material/Borrow Material (Pipe Installation): (1) Maximum lift thickness determined by Contractor to achieve uniform placement and required compaction, but not exceeding eight (8) inches. (2) Compaction by trench sheep's foot or by vibratory equipment to provide backfill densities at least equivalent to the surrounding undisturbed material or ninety-five (95) percent of the maximum dry density determined according to ASTM D 698. (3) Use of vibratory equipment limited as specified in paragraph 2.1. (4) Moisture content within two (2) percent of optimum determined according to ASTM D 698. K. Topsoil: (1) Maximum lift thickness determined by Contractor to achieve uniform placement and required compaction, but not exceeding eight (8) inches. (2) Compaction by trench sheep's foot or by vibratory equipment to provide backfill densities at least equivalent to the surrounding undisturbed material or ninety-five (95) percent of the maximum dry density detennined according to ASTM D 698. (3) Use of vibratory equipment limited as specified in paragraph 2.1. (4) Moisture content within two (2) percent of optimum determined according to ASTM D 698. 3.10 MANHOLES, JUNCTION BOXES, AND OTHER PIPELINE STRUCTURES A. Meet the requirements of adjoining utility installations for backfill of pipeline structures, as shown on the Drawings. 3.11 FIELD QUALITY CONTROL A. Test for material source qualifications as defined in Section 02320 — Utility Backfill Materials. B. Provide excavation and trench safety systems at locations and to depths required for testing and retesting during construction at no additional cost to the Owner. C. Tests will be performed by the Contractor on a ininimum of three (3) different samples of each material type for plasticity characteristics, in accordance with ASTM D 4318, and for gradation characteristics, in accordance with Tex- 101-E and Tex- 110-E. Additional classification tests will be performed whenever there is a noticeable change in material gradation or plasticity. D. At least three (3) tests for moisture -density relationships will be performed initially for backfill materials in accordance with ASTM D 698. Additional moisture -density relationship tests will be performed whenever there is a noticeable change in material gradation or plasticity. E. The Contractor shall perform in -place density tests of compacted pipe foundation, embedment, and trench zone backfill soil materials will be performed according to ASTM D 1556, or ASTM D 2922 and ASTM D 3017, and at the following frequencies and conditions. F. A minimum of one test for every 200 linear feet of compacted trench zone backfill material for each compacted layer. G. Density tests will be distributed around the placement areas. Placement areas are foundation, bedding, haunching, initial backfill, and trench zone. Original Lubbock Water Line Replacement 02317-9 March 2013 H. The number of tests will be increased if compacting effort is variable and not considered sufficient to attain uniform density, as specified. I. Density tests may be performed at various depths below the fill surface by pit excavation. Material in previously placed lifts may therefore be subject to acceptance/rejection. J. Two (2) verification tests will be performed adjacent to in -place tests showing density less than the acceptance criteria. Placement will be rejected unless both verification tests show acceptable results. K. Recoinpacted placement will be retested at the same frequency as the first test series, including verification tests. L. Recondition, recompact, and retest at Contractor's expense if tests indicate Work does not meet specified compaction requirements. For hardened cement stabilized backfill with nonconforming density, core and test for compressive strength at Contractor's expense. M. Acceptability of crushed rock compaction will be determined by inspection. 3.12 DISPOSAL OF EXCESS MATERIAL A. Dispose of excess materials in accordance with requirements of Section 01576 —Waste Material Disposal. END OF SECTION Original Lubbock Water Line Replacement 02317-10 March 2013 SECTION 02320 UTILITY BACKFILL MATERIALS PART1 GENERAL IN a ju ki 1 A. This Section of the specification covers materials related to the backfill of utilities. B. Section Includes: (1) "Concrete" sand (for use as pipe bedding). (2) Native soil materials. (3) Topsoil. (4) Crushed stone. (5) Cement stabilized backfill. C. Related Sections: (1) Drawings and General Provisions of the Contract, including General and Supplementary Conditions and other Division 1 specification sections apply to this section. (2) Section 01300 — Submittal Procedures (3) Section 01400 — Quality Requirements (4) Section 02317 — Excavation and Backfill for Utilities. 1.2 DEFINITIONS A. Refer to Section 02317 — Excavation and Backfill for Utilities. 1.3 REFENCES A. ASTM C 33 — Specification for Concrete Aggregate. B. ASTM C 40 — Test Method for Organic Impurities in Fine Aggregates for Concrete. C. ASTM C 123 — Test Method for Lightweight Pieces in Aggregate. D. ASTM C 131 — Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. E. ASTM C 136 — Test Method for Sieve Analysis of Fine and Coarse Aggregates. F. ASTM C 142 — Test Method for Clay Lumps and Friable Particles in Aggregates. G. ASTM D 698 — Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft). H. ASTM D 1140 — Test Method for Amount of Materials in Soils Finer Than Number 200 Sieve. I. ASTM D 2487 — Classification of Soils for Engineering Purposes (Unified Soil Classification System). J. ASTM D 2488 — Standard Practice for Description and Identification of Soils (Visual -Manual Procedure). K. ASTM D 4318 — Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. L. ASTM D 4643 — Method for Determination of Water (Moisture) Content of Soil by the Microwave Oven Method. M. TxDOT Tex- 101-E — Preparation of Soil and Flexible Base Materials for Testing. N. TxDOT Tex- 104-E — Test Method for Determination of Liquid Limit of Soils (Part 1). O. TxDOT Tex- 106-E —Test Method —Methods of Calculating Plasticity Index of Soils. Original Lubbock Water Line Replacement 02320-1 March 2014 P. TxDOT Tex- 110-E — Determination of Particle Size Analysis of Soils. 1.4 SUBMITTALS A. Conform to Section 01300 — Submittal Procedures. B. Submit a description of source, material classification and product description, production method, and application of backfill materials. C. Submit test results for samples of off -site backfill materials. D. For each deliver of material, provide a delivery ticket which includes source location. 1.5 TESTS A. Perform tests of sources for off -site backfill material. B. Verification tests of backfill materials may be performed by the Owner, at the Owner's expense; however, failing tests will be charged to the Contractor. PART 2 PRODUCTS 2.1 MATERIAL DESCIRPTIONS A. "Concrete" Sand (1) Coarse -grained, well -graded, sand (natural, manufactured, or a combination of both) conforming to requirements of ASTM C 33. (2) Gradation shall conform to ASTM C 136 and the following limits. Sieve Percent Passing 3/8" 100 No. 4 95 to 100 No. 8 80 to 100 No. 16 50 to 85 No. 30 25 to 60 No. 50 10 to 30 No. 100 2 to 10 B. Native Soil Material for Backfill (1) Provide backfill material that is free of stones greater than six (6) inches, free of roots, waste, debris, trash, organic material, unstable material, non -soil matter, hydrocarbons, or other contamination. C. Topsoil (1) Provide topsoil material that is free of stones greater than three (3) inches, free of roots, waste, debris, trash, organic matter, unstable material, non -soil matter, hydrocarbons, or other contamination. (2) Surface should be made clear of rock and other debris before planting. (3) Use top two (2) feet of excavated material for topsoil backfill. This material shall be set aside to prevent mixing with other excavated material. Topsoil is only required in non - paved areas. D. Gravel Embedment (1) Gravel embedment shall be free of waste, trash, debris, organic material, unstable material, and other non -gravel matter. (2) Provide gravel embedment that meets the following gradation requirements: Original Lubbock Water Line Replacement 02320-2 March 2014 Sieve Percent Retained 3/8" 0 No. 4 5 to 15 No. 10 50 to 90 No. 40 90 to 100 (3) A minimum of four inches of gravel embedment will be placed under the pipe. This material will be used for backfill to the top of the pipe. This material MUST be shovel sliced to the haunch of the pipe and mechanically tamped to midpoint of the pipe. E. Cement Stabilized Backfill (1) Cement Content — 2 sack mix per cubic yard. (2) Water/Cement Ratio — 0.60. (3) Maximum aggregate size shall not exceed one and one half (1.5) inch diameter for backfilling pipe sizes forty-eight (48) inches and greater in diameter. (4) Maximum aggregate size shall not exceed one (1) inch diameter for backfilling sizes less than forty-eight (48) inches in diameter. 2.2 MATERIAL TESTING A. Ensure that material selected, produced, and delivered to the project meets applicable specifications and is of sufficiently uniform properties to allow practical construction and quality control. B. Source or Supplier Qualification: Perform testing, or obtain representative tests by suppliers, for selection of material sources and products. Provide test results for a minimum of three (3) samples for each source and material type. Tests samples of processed materials from current production representing material to be delivered. Tests shall verify that the materials meet specification requirements. Repeat qualification test procedures each time the source characteristic changes or there is a planned change in source location or supplier. Qualification tests shall include, as applicable: (1) Gradation: Complete sieve analyses shall be reported regardless of the specified control sieves. The range of sieves shall be from the largest particle through the No. 200 sieve. (2) Plasticity of material passing the No. 40 sieve. (3) Clay lumps. (4) Lightweight pieces. (5) Organic impurities. C. Production Testing: Provide reports to the Engineer from an independent testing laboratory that backfill materials to be placed in the Work meet applicable specification requirements. D. Native material requires testing only when questionable material is encountered. PART 3 EXECUTION 3.1 SOURCES A. Use of material encountered in the trench excavations is acceptable, provided applicable specification requirements are satisfied. If excavation material is not acceptable, provide from other approved source. Top two (2) feet of excavated material shall be used as topsoil. B. Identify off -site sources for backfill material at least fourteen (14) days ahead of intended use so that the Engineer may obtain samples from verification testing. Original Lubbock Water Line Replacement 02320-3 March 2014 C. Obtain approval for each material source by the Engineer before delivery is started. If sources previously approved do not produce uniform and satisfactory products, furnish materials from other approved sources. Materials may be subjected to inspection or additional verification testing after delivery. Materials which do not meet the requirements of the specifications will be rejected. Do not use material which, after approval, has become unsuitable for use due to segregation, mixing with other materials, or by contamination. Once a material is approved by the Engineer, expense for sampling and testing required to change to a different material will be at the Contractor's expense with no additional cost to the Owner. 3.2 MATERIAL HANDLING A. Establish temporary stockpile locations as practical for material handling and control. B. Cement stabilized backfill shall be consolidated upon placement by using concrete vibrators to ensure filling of voids, filling around and under haunches of pipe and filling of spaces between corrugations. Vibration shall not be applied to the utility pipe itself. 3.3 FIELD QUALITY CONTROL A. Quality Control (1) The Engineer may sample and test backfill at: i. Sources including borrow pits, production plants, and Contractor's designated off -site stockpiles. ii. On -site stockpiles. iii. Materials placed in the Work. (2) The Engineer may resample material at any stage of work or location if changes in' characteristics are apparent. B. Production Verification Testing: The Owner's testing laboratory will provide verification testing on backfill materials, as directed by the Engineer. Samples may be taken at the source or at the production plant, as applicable. Contractor shall cooperate with the Owner and Engineer in allowing access to materials. END OF SECTION Original Lubbock Water Line Replacement 02320-4 March 2014 SECTION 02445 BORES AND ENCASEMENTS PART1 GENERAL 1.1 WORK COVERED BY CONTRACT DOCUMENTS A. The section covers utility bores and placing steel encasement in open cut trenches. B. The encasement will be installed at the locations indicated on the attached plans. C. The contractor will be responsible for providing all labor, materials, equipment and incidentals necessary to accomplish the following: (1) Construction of the bore and bore pits or trench cut. (2) Installing the appropriate steel casing. (3) Installing the water supply pipe in the steel casing using the pipe manufactures recommended practices. (4) Backfill all excavations. (5) All traffic barricading and control. (5) All trench safety requirements. (7) Implementing a best management plan for the control of storm water runoff 1.2 CONTRACTOR USE OF SITE A. Limit use of site to allow: (1) Owner occupancy. (2) Contractor. B. Coordinate use of site under direction of Owner's Representative and TxDOT. C. Execute Work in a coordinated manner to avoid conflicts with Owner's operations or other Contractors. D. Move any stored products under Contractor's control, which interfere with operations of (1) Owner. (2) TxDOT right-of-way. E. Assume full responsibility for the protection and safekeeping of products furnished under this contract, stored on or off the site. 1.3 WORK SEQUENCE A. Construct Work to accommodate Owner's occupancy requirements during the construction period. B. Sequence and schedule shall balance Owner's occupancy and the requirements of adjacent utility work and construction schedules of other government agencies, however, Contractor's coordination for construction schedule and operations shall be with the Engineer or the Owner's Representative only. 1.4 SUBMITTALS A. Provide written plan with methods and materials to be used in bore and casing process. Original Lubbock Water Line Replacement 02445 — 1 March 2012 B. Provide shop drawings or manufacturer literature for casing spacers; include drawings of proposed locations within pipe casing. 1.5 STANDARDS A. All work shall be accomplished in accordance with the following standards: (1) AWWA C-206 "Field Welding of Steel Water Pipe" (2) AWWA C-210 "Liquid Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines" (3) AASHTO M-190 "Bituminous Coated Corrugated Metal Culvert Pipe and Pipe Arches" (4) AASHTO Standard Specifications for Highway Bridges, 1993. (5) ASTM A-36 "Carbon Structural Steel" (6) ASTM A-123 "Zinc (Hot Dipped Galvanized) Coatings on Iron and Steel Products" (7) ASTM A-135 "Electric — Resistance — Welded Steel Pipe" (8) ASTM A-139 "Electric — Fusion (Arc) — Welded Steel Pipe" (NPS4 and over) (9) ASTM A-153 "Zinc (Hot Dipped Galvanized) on Iron and Steel Hardware" (10) ASTM A-307 "Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength" (11) ASTM A-449 "Quenched and Tempered Steel Bolts and Studs" (12) ASTM A-568/M "Steel, Carbon, and High Strength, Low Alloy, Hot -Rolled and Cold - Rolled for Commercial Quality" (13) ASTM C-76 "Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe" (14) ASTM D-4254 "Test Methods for minimum Index Density of Soils and Calculations of Relative Density" B. Additional standards contained in the City of Lubbock Public Works Engineering Design Standards and Specifications handbook also apply. 1.6 QUALITY ASSURANCE A. Installer's Qualifications (1) Installers shall be competent and experienced in boring work of equal scope. (2) Installers shall provide proof of successful, related work experience with references. B. Job Conditions (1) Where work is in the right-of-way of any government or corporate jurisdiction, the Owner will secure the appropriate permits or easements. The Contractor shall observe regulations, instructions and limitations of each right-of-way owner. Coordination shall be through Owner's representative. (2) Excavated material shall be kept off of roads and railroad tracks at all times. (3) No blasting is allowed at any time. (4) The Contractor shall protect existing pipelines and utilities. The Contractor shall verify location and elevation of all pipelines, power lines and communication cable in the construction area prior to execution. Verification of existing pipe and cable utilities shall be the sole responsibility of the Contractor. 1.7 OWNER OCCUPANCY A. Cooperate with Owner to minimize conflict, and to facilitate Owner's and other Contractor's operation. Marsha Sharp & Milw Wtr Line Re -Route 02445 — 2 November 2012 B. Schedule the Work to accommodate this requirement. PART 2 PRODUCTS 2.1 STEEL CASING A. Steel casing pipe shall have a minimum yield strength of 36 ksi. Casting shall meet ASTM A-36, ASTM A-568, ASTM A-135, ASTM A-139 or approved equal. B. The steel casing shall be new, free of any structural defects such as cracks, dents, bends or heavy rust. Used Casing may be used with the Owners Representative approval and inspection. Casing joints shall be fillet welded according to ASTM C-206. 2.2 CASING SPACERS A. Casings spacers shall be sized for 8" water line in a 16" steel casing to clear the bell and not center the line vertically within the casing. B. Approved casing spacers include: (1) Advance Products (2) BMW (3) Cascade (4) CCI Pipeline (5) Culpico (6) PSI C. Other casing spacers may be used with approval from the Owner Representative or the Engineer. 2.3 JOINT RETRAINT A. Uncased pipe bores are permitted with Engineer's approval. B. Approved joint restraint devices which prevent over -insertion: (1) EBAA Mega -Stop (for push direction only) (2) CertainTeed Certa-Lok (3) Other over -insertion protection devices must be submitted prior to approval. C. Contractor shall provide joint restraint materials and methods which do not conflict with pipe spacers. _ D. All uncased bore methods require Contractor to submit joint restraint manufacturer's literature for Engineer's approval. PART 3 EXECUTION 3.1 BORES A. Boring shall proceed from the low or downstream end of crossing unless otherwise specified or instructed. B. Water used for lubrication of cuttings in conjunction with boring operations shall be permitted. Jetting shall be prohibited. C. All bores under existing paving will be subject to the following precautions: (1) Auger Boring — Auger boring shall use a pilot hole to set precise, clear auger path. Original Lubbock Water Line Replacement 02445 — 3 March 2012 (2) Wet (Slick) Boring — Under highway and arterial street pavement, the use of wet boring techniques shall be subject to the approval of the Engineer on a case -by -case basis. (3) Impact Moling — Impact moling shall be used only for bore sizes 3" in diam. and smaller. Impact moling may be used for drilling pilot holes. (4) Pipe Jacking or Ramming— Continue jacking process to completion once it has begun to prevent the pipe from becoming firmly set in the embankment. •(5) Microtunneling — Remote tunneling trenchers are allowed within the constraints and operational limitations set by manufacturer. D. The following precautions shall be observed in special circumstances: (1) Boring under Milwaukee Avenue: (a) Presence of existing sewer main requires that the Milwaukee Avenue bore be cased. (b) Boring pit shall be placed on the west side of Milwaukee Avenue and proceed to the east under the road. (c) No boring method shall be chosen which will potentially disrupt or endanger existing adjacent underground utilities. (d) Contractor is responsible for damage to existing pipe, cable and other utilities affected during construction. (e) Boring operations shall provide safe setbacks from the roadway to ensure continuous service during construction. (2) Boring under Parks roadways: (a) Method of boring and casing for Parks area is at the discretion of the Contractor. (b) Uncased bores are permitted in this portion of the construction. (c) Contractor must accommodate Parks activity as coordinated with Owner Representative. Operational methods and staging may be limited by Parks activity. E. Contractor shall be fully responsible to insure the boring methods used are safe and adequate for workers, installed pipe, property, the public, adjacent utilities and other site conditions. F. The bore must be at or near level. A tolerance of 1/2 % grade either positive or negative will be allowed. G. Contractor is responsible for removing all excavated material. H. Contractor shall be responsible for trench safety and all traffic control requirements. I. After installing the water pipe in the encasement the ends of the encasement must be sealed to prevent soil creep into the pipe. 3.2 PIPE INSTALLATION A. Contractor shall use approved joint restraint devices for pipe within casing. B. Contractor shall use approved spacers as specified to install pipe in casing. 3.3 OPEN TRENCH ENCASEMENT A. The water distribution pipe shall be installed in the same manner as the encased bores. The cost of installing the carrier pipe will include any appurtenances needed to protect the pipe as per manufacture recommendation. B. The ends of the encasement shall be sealed after the carrier pipe is installed. END OF SECTION Marsha Sharp & Milw Wtr Line Re -Route 02445 — 4 November 2012 SECTION 02449 JACK & BORE UNDER RAILROADS & STREETS PART1 GENERAL 1.1 WORK COVERED BY CONTRACT DOCUMENTS A. The section covers utility bores and placing steel encasement in open cut trenches. B. The encasement will be installed at the locations indicated on the attached plans. C. The contractor will be responsible for providing all labor, materials, equipment and incidentals necessary to accomplish the following: (1) Training and insurance required by Railroad or local jurisdiction. (2) Verifying existing utilities (3) Construction of the bore and bore pits or trench cut. (4) Installing the appropriate steel casing. (5) Installing the water supply pipe in the steel casing using the pipe manufacturer's recommended practices. (6) Backfill all excavations. (7) All traffic barricading and control. (8) All trench safety requirements. 9 Implementing a best management plan for the control of stonn water runoff (10) Personnel, flagmen, inspectors present on site as required by the Railroad 1� 1.2 CONTRACTOR USE OF SITE A. Limit use of site to allow: (1) Owner operational capacity. (2) Railroad, local jurisdiction, or other occupants use to remain unhindered. B. Coordinate use of site under direction of Owner's Representative, Railroad, Texas Department of Transportation (TxDOT), and/or other occupants. C. Execute Work in a coordinated manner to avoid conflicts with Owner's operations or other Contractors. D. Move any stored products under Contractor's control, which interfere with operations of (1) Owner. (2) Railroad. (3) TxDOT right-of-way. E. Assume full responsibility for the protection and safekeeping of products furnished under this contract, stored on or off the site. 1.3 WORK SEQUENCE A. Construct Work to accommodate Owner's occupancy requirements during the construction period. B. Sequence and schedule shall balance Owner's and Occupant's operational requirements of adjacent utility work and construction schedules of other government agencies, however, Fo« ter on eves 1 and odd pages Original Lubbock Water Line Replacement 02449 — 1 revised inaECLI March 2014 Contractor's coordination for construction schedule and operations shall be with the Engineer or the Owner's Representative only. 1.4 SUBMITTALS A. Provide written plan with methods and materials to be used in bore and casing process, including depths for pits and shoring plans. This will be reviewed by Engineer and Owner's Rep. to determine the need B. Provide shop drawings or manufacturer literature for casing spacers; include drawings of proposed locations within pipe casing. 1.5 STANDARDS A. All work shall be accomplished in accordance with the following standards: (1) AWWA C-206 "Field Welding of Steel Water Pipe" (2) AWWA C-210 "Liquid Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines" (3) AASHTO M-190 "Bituminous Coated Corrugated Metal Culvert Pipe and Pipe Arches" (4) AASHTO Standard Specifications for Highway Bridges, 1993. (5) ASTM A-36 "Carbon Structural Steel" (6) ASTM A-123 "Zinc (Hot Dipped Galvanized) Coatings on Iron and Steel Products" (7) ASTM A-135 "Electric — Resistance — Welded Steel Pipe" (8) ASTM A-139 "Electric — Fusion (Arc) — Welded Steel Pipe" (NPS4 and over) (9) ASTM A-153 "Zinc (Hot Dipped Galvanized) on Iron and Steel Hardware" (10) ASTM A-307 "Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength" (11) ASTM A-449 "Quenched and Tempered Steel Bolts and Studs" (12) ASTM A-568/M "Steel, Carbon, and High Strength, Low Alloy, Hot -Rolled and Cold - Rolled for Commercial Quality" (13) ASTM C-76 "Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe" (14) ASTM D-4254 "Test Methods for minimum Index Density of Soils and Calculations of Relative Density" (15) OSHA PL 91-596 (16) OSHA Pub 2226, SHR Part 1926, Subpart P "Excavation, Trenching & Shoring" (17) 49 CFR Part 195 "Transportation of Liquids by Pipelines and Amendments." B. Additional standards contained in the City of Lubbock Public Works Engineering Design Standards and Specifications handbook also apply. C. Additional standards may be required by railroads within project site. (1) This project will require adherence to Burlington Northern Santa Fe (BNSF) "Utility Accommodation Policy" (2) In addition, all requirements outlined in BNSF permit number _ shall be adhered to. D. Where standards overlap or conflict the more stringent standard shall prevail unless approved by the Engineer. 1.6 QUALITY ASSURANCE Original Lubbock Water Line Replacement 02449 — 2 March 2014 A. Installer's Qualifications (1) Installers shall be competent and experienced in boring work of equal scope. (2) Installers shall provide proof of successful, related work experience with references. This will also apply to sub -contractors. (3) Installers shall have the necessary qualifications required for working on or near active railroads. These qualifications shall be specific to the Railroad company present on project site. B. Job Conditions (1) Where work is in the right-of-way of any government or corporate jurisdiction, the Owner will secure the appropriate permits or easements. The Contractor shall observe regulations, instructions and limitations of each right-of-way owner. Coordination shall be through Owner's representative. (1) Comply with the requirements of the permit and/or easement, a copy of which is included in the Appendix. The work within the Texas Department of Transportation (TXDOT) shall comply with TXDOT specifications. The work within the Lubbock County shall comply with Lubbock County Standards. The work within the railroad shall comply with the railroad 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 rightof-way Owner as is required. (2) Excavated material shall be kept off of roads and railroad tracks (or right of way) at all times. (3) No blasting is allowed at any time. (4) The Contractor shall protect existing pipelines, utilities and railways. The Contractor shall verify location and elevation of all pipelines, power lines and coininunication cable in the construction area prior to execution. Verification of existing pipe and cable utilities shall be the sole responsibility of the Contractor. (5) The Contractor shall restrict work to the jack and bore operations as described in the plans and technical specifications for the project. (1) Verification of location of existing utilities shall be the complete responsibility of the Contractor. 1.2 OWNER & OCCUPANT A. Cooperate with Owner to minimize conflict, and to facilitate Owner's and other Contractor's operation. B. Schedule the Work to accommodate this requirement. PART PRODUCTS 2.1 STEEL CASING A. Steel casing pipe shall have a minimum yield strength of 36 ksi. Casting shall meet ASTM A-36, ASTM A-568, ASTM A-135, ASTM A-139 or approved equal. B. The minimum size and wall thickness of jacked steel pipe casings shall be as follows, unless otherwise required by the agency having jurisdiction over the road, utilities, or improvements. Original Lubbock Water Line Replacement 02449 — 3 March 2014 Carrier Min. Casing Min. Steel Casing Pipe Size Size (O.D.) Wall Thickness 4" 12" 3/8" 6" 14" 3/8" 8" 16" 1/2" 10" 18" 1/2" 12" /0" 1/2" 16" 30" 1/2" 20" 36" 1/2" 24" 42" 1/2" C. The steel casing shall be new, free of any structural defects such as cracks, dents, bends or heavy rust. Used Casing may be used with the Owners Representative approval and inspection. Casing joints shall be fillet welded according to ASTM C-206. D. For casing pipe crossings under roadways/railroads (1) , the Contractor shall comply with the regulations of said authority in regard to design, specifications, and construction. (2) State highway casing installations shall be as specified in the FDOT, "Utility Accommodation Manual," and (3) for railroads, the American Railway Engineering Association manual for Railway Engineering, Chapters 1, Part 5, Section 5.2, "Specifications for Pipelines Conveying Nonflammable Substances," shall be applicable. (4) In no case shall the minimum casing pipe diameter and wall thickness, for a specific carrier pipe size, be less than that specified under Paragraph 2.1 A. E. The boring and jacking operations shall be done simultaneously, with continuous installation, until the casing pipe is in final position. (1) Correct line and grade shall be carefully maintained. (2) Add on sections of casing pipe shall be full -ring welded to the preceding length, developing watertight total pipe strength joints. (3) The casing installation shall produce no upheaval, settlement, cracking, movement, or distortion of the existing roadbed or other facilities. Following placement of the carrier pipe within the steel casing, brick and mortar shall be used to seal each open end. (4) Unless approved otherwise by the Utilities Engineer, a two-inch vent pipe shall be installed on the casing. F. Casing pipe holes shall be mechanically bored through the soil by a cutting head on a continuous auger mounted inside the pipe. G. The auger shall extend a minimum distance beyond the end of the casing pipe to preclude formation of voids outside of the pipe shell. Original Lubbock Water Line Replacement 02449 — 4 March 2014 H. The casing pipe shall be adequately protected to prevent crushing or other damage under jacking pressures. Backstops shall be provided for adequately distributing the jack thrust without causing deformation of the soil or other damage. Should the casing pipe be damaged, such damaged portion, if not in the hole, shall be replaced; however, if inserted, the encasement pipe shall be abandoned in place, grouted full, and suitably plugged, and an alternate installation made. I. Required boring and jacking pits or shafts shall be excavated and maintained to the minimum dimension necessary to perform the operation. Said excavations shall be adequately barricaded, sheeted, braced and dewatered, as required, in accordance with the applicable portions of Section 02200, "Utility Excavation, Trenching, and Backfilling," and OSHA requirements. Boring and jacking pits will normally be no closer than five feet from the edge of pavement, with the permitting agency having final determination of the required setback distance. 2.2 CASING SPACERS A. Casings spacers shall be sized to allow the bell of carrier pipe to clear the casing, not necessarily to center the line vertically within the casing. B. Casing spacers are required shall be determined by manufacturer, with one spacer located within 24" of the ends of each pipe C. Approved casing spacers include: (1) Advance Products (2) BMW (3) Cascade (4) CCI Pipeline (5) Culpico (6) PSI D. Other casing spacers may be used with approval from the Owner Representative or the Engineer. 2.3 JOINT RETRAINT A. For line lengths in excess of 100 feet, approved joint restraint devices which prevent over - insertion shall be required: (1) EBAA Mega -Stop (for push direction only) (2) CertainTeed Certa-Lok (3) Other over -insertion protection devices must be submitted prior to approval. B. Contractor shall provide joint restraint materials and methods which do not conflict with pipe spacers. 2.4 MORTAR MIXES A. CEMENT MORTAR: Consisting of one (1) part cement to two (2) parts clean sand with sufficient water to make a thick workable mix. B. CELLULAR GROUT MIX: The cellular grout shall be a low -density, non -shrink grout composed of Type II Portland cement, water, and a preformed foam. (1) The cellular grout shall have the following characteristics: (a) Minimum 28-day Compressive Strength = 150 psi Original Lubbock Water Line Replacement 02449 — 5 March 2014 (b) Slurry (Wet) Density = 50 to 60 pcf (c) Cement = Type II, per ASTM C150 (d) Water = Potable (e) Foam = Per ASTM C869 (f) Water/Cement Ratio = 0.56 to 0.60 (2) Grout shall meet the following requirements, as verified by independent laboratory tests: (3) No shrinkage from the time of placement, or expansion after set, under ASTM C-827 and CRD-C621-83. When non -shrink grouts are tested under CRD-C621-83, the grout shall be tested in a fluid state. A fluid state shall be defined as flowing through a flow cone at a rate of 20 seconds, plus or minus 5 seconds. C. 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, one cubic foot of commercial grade bentonite may be added to each 12 to 15 cubic feet of the slurry. PART 3 EXECUTION 3.1 GENERAL A. Boring shall proceed from the low or downstream end of crossing unless otherwise specified or instructed. B. Water used for lubrication of cuttings in conjunction with boring operations shall be permitted. Jetting shall be prohibited. C. Contractor shall be fully responsible to insure the boring methods used are safe and adequate for workers, installed pipe, property, the public, adjacent utilities and other site conditions. D. The bore must be at or near level. A tolerance of 1/2 % grade either positive or negative will be allowed. E. Contractor is responsible for removing all excavated material. F. Contractor shall be responsible for trench safety and all traffic control requirements. 3.2 RAILROAD REQUIREMENTS A. A safety orientation course will be completed by all workers prior to entering Railroad property- B. It is the Contractor's responsibility to conduct the safety training and implementation of a safety program for its employees. C. Training materials are available on the web site: www. contraororientation.com. D. The Contractor must comply with all federal, state and local safety regulations. E. For Railroad cable locates call (for BNSF 1-800-533-2891) prior to beginning jack and bore work. BNSF form "Underground Cable Location & Acknowledge" will be completed by a BNSF representative and copy provided to the Contractor. The Contractor must have this completed form in possession at the job site at all times. F. Rail elevations over the work must be monitored at intervals prescribed by Railroad to detect any track movement. Movements of over one -quarter (1 /4) inch vertically shall be immediately reported to the Railroad Roadmaster. Due to the danger to rail traffic that is caused by only small amounts of track movement, Railroad forces may have to be called to surface the track several times. Original Lubbock Water Line Replacement 02449 — 6 March 2014 G. The following shall be limits to jack and bore construction methods: 1) The use of water under pressure jetting or puddling will not be permitted to facilitate boring, pushing or jacking operations. Some boring may require water to lubricate cutter and pipe, and under such conditions, is considered dry boring. 2) Where unstable soil conditions exist, boring or tunneling operations shall be conducted in such a manner as not to be detrimental to the railroad being crossed. 3) If excessive voids or too large a bored hole is produced during casing or pipeline installations, or if it is necessary to abandon a bored or tunneled hole, prompt remedial action should be taken by the Contractor. 4) All voids or abandoned holes caused by boring or jacking are to be filled by pressure grouting. The grout material should be sand cement slurry with a minimum of two (2) sacks of cement per cubic yard and a minimum of water to assure satisfactory placement. 5) The hole diameter resulting from bored or tunneled installations shall not exceed the outside diameter of the utility pipe, cable or casing (including coating) by more than one and one-half (1-1/2) inches for pipes with an inside diameter of twelve (12) inches or less, or two (2) inches on pipes with an inside diameter greater than twelve (12) inches. 6) Pits for boring, tunneling or jacking will not be permitted within thirty (30) feet of the centerline of track; or closer to the track than the toe of fill slopes in fill sections, or toe of shoulder slopes in ditch sections when pipes are allowed on the railroad property. 1.1 JACKING A. Casing pipe holes shall be mechanically bored through the soil by a cutting head on a continuous auger mounted inside the pipe. B. The boring and jacking operations shall be done simultaneously, with continuous installation, until the casing pipe is in final position. C. Correct line and grade shall be carefully maintained. D. Casing Protection (1) The casing pipe shall be adequately protected to prevent crushing or other damage underjacking pressures. (2) Should the casing pipe be damaged, such damaged portion, if not in the hole, shall be replaced; however, if inserted, the encasement pipe shall be abandoned in place, grouted full, and suitably plugged, and an alternate installation made. E. The auger shall extend a minimum distance beyond the end of the casing pipe to preclude formation of voids outside of the pipe shell. F. Add on sections of casing pipe shall be full -ring welded to the preceding length, developing watertight total pipe strength joints. G. The casing installation shall produce no upheaval, settlement, cracking, movement, or distortion of the existing roadbed or other facilities. H. Following placement of the carrier pipe within the pipe casing. Only approved casing seal methods shall be used. Original Lubbock Water Line Replacement 02449 — 7 March 2014 I. Backstops shall be provided for adequately distributing the jack thrust without causing deformation of the soil or other damage. J. Unless approved otherwise by the Utilities Engineer a two-inch vent pipe shall be installed onto the casing. 1.2 JACK & BORE PITS A. Required boring and jacking pits or shafts shall be excavated and maintained to the minimum dimension necessary to perform the operation. B. Placement of equipment in the approach trench of the jacking pit shall be firmly bedded on the required line and grade using heavy timbers, structural steel, or concrete cradles of sufficient length to provide accurate control of jacking alignment. Provide space to insert the casing lengths to be jacked. Anchor the timbers and structural steel sections to ensure action of the jacks in line with the Jacked Pipe Casing axis of the casing. Place a timber or structural steel bearing block between the jacks and the end of the casing to provide uniform bearing upon the casing end evenly distribute the jacking pressure. C. Shoring & Bracing (1) Said excavations shall be adequately barricaded, sheeted, braced and dewatered, as required, in accordance with the applicable portions of Section 02200, "Utility Excavation, Trenching, and Backfilling," and OSHA requirements. (2) The approach trench for jacking or boring operations shall be adequately shored to safeguard existing substructures and surface improvements and to ensure against ground movement in the vicinity of the casing portal. (3) Bracing and shoring in and around existing utilities shall be the responsibility of the Contractor. The Engineer or Owner's Representative may determine that the conditions warrant shoring or bracing plans sealed by a Texas Professional Engineer at the Contractor's expense. D. Boring and jacking pits will normally be no closer than five (5) feet from the edge of pavement, with the Owner or Occupant having final determination of the required setback distance. E. After jacking equipment and debris from the tunnel have been removed from the approach trench of jacking pit, prepare the bottom of the jacking pit to support pipe according to standard trench details. Remove all loose and disturbed materials below pipe grade to undisturbed earth and re -compact the material in accordance with Sections 02317 and 02320. 1.3 PIPE INSTALLATION A. Contractor shall use approved joint restraint devices for pipe within casing for lengths over 100 feet. B. Contractor shall use approved spacers as specified to install pipe in casing. C. The ends of the encasement shall be sealed after the carrier pipe is installed to prevent soil creep into the pipe. 1.4 SITE RESTORATION A. Areas of railroad property, disturbed by the installation, maintenance, removal and relocation of utilities shall be kept to a minimum. Original Lubbock Water Line Replacement 02449 — S March 2014 B. Disturbed areas shall be returned to normal grade and elevation, with compaction of backiill material, and all excess or undesirable material removed by the Contractor. C. The Contractor shall replace destroyed vegetation by sodding, or seeding, fertilizing and mulching, or a combination thereof. D. Unused material or debris shall be removed from the work site area. At the end of every construction day, construction equipment and materials shall be removed as far from the operating railroad tracks as possible (ininimum 25 feet from centerline). All machines will be disabled when not in use to prevent unauthorized operation. END OF SECTION Original Lubbock WaterLine Replacement 02449 — 9 March 2014 SECTION 02665 WATER PIPING, VALVES, AND FITTINGS PART1 GENERAL 1.1 SUMMARY A. This section of the specifications covers all water piping, valves, and fittings required for the project. B. Section Includes: (1) Material Schedule (2) Submittals (3) References (4) Materials (5) Polyvinyl Chloride (PVC) Pipe (6) Ductile Iron Pipe (7) Concrete Cylinder Pipe (8) Pipe Fittings (9) Flexible Couplings and Flanged Coupling Adapters (10) Pipe Joints (11) Steel Casing (12) Valves (13) Fire Hydrants (14) Polyethylene Wrap (15) Joint Restraints (16) Concrete (17) General (18) Inspection (19) Responsibility for Materials (20) Handling Pipe and Accessories (21) Alignment and Grade (22) Manner of Handling Pipe and Accessories in Trench (23) Cleaning and Inspecting (24) Laying and Jointing PVC Pipe (25) Plugging Dead Ends (26) Fittings (27) Setting Valves, Valve Boxes, Fire Hydrants and Fittings (28) Thrust Restraint (29) Excavation, Trenching and Backfilling (30) Line Testing (31) Disinfection of Pipelines (32) Installation of Steel Pipe Casing and Pipe in Casing Original Lubbock Water Line Replacement 02665-1 March 2014 (33) Pipe Identifiers (34) Cleanup 1.2 MATERIAL SCHEDULE A. 6", 8", 10" and 12" lines shall be AWWA C 900, DR 18 PVC pipe. B. Ductile Iron Fittings (AWWA C 153) C. Tapping Sleeve (ductile iron or stainless steel) D. Gate Valves E. Valve Boxes F. Fire Hydrants (AWWA C 502) G. Mechanical Joint Restraints 1.3 SUBMITTALS A. Submit all manufacturers' data for all pipe and fittings including all pipe thickness class calculations, steel casing, and casing spacers. B. Submit affidavits of compliance with appropriate standards. C. Submit product warranties. D. Submit manufacturer's installation instructions. E. Submit manufacturer's loading, unloading, and storage requirements. F. Submit product information for pipe identification tape. G. Submit concrete mix design for concrete thrust blocking. 1.4 REFERENCES A. AWWA C 104 — Cement Mortar Lining for Ductile Iron Pipe and Fittings for Water. B. AWWA C 110 — Ductile Iron and Gray Iron Fittings, 3 inch through 48 inch, for Water. C. AWWA C 111 — Rubber Gasket Joints for Ductile Iron Pressure Pipe and Fittings. D. AWWA C 104 — Rubber Seated Butterfly Valves. E. AWWA 509 — Resilient Seated Gate Valves for Water Supply. F. AWWA C 900 — Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 inch through 12 inch, for water distribution. G. AWWA C 905 — Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 14 inch through 48 inch, for water transmission and distribution. H. AWWA C 301 — Prestressed Concrete Pressure Pipe, Steel Cylinder Type, for Water and other Liquids. I. AWWA C 303 — Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type J. ANSI/AWWA C-200 Standard for Steel Water Pipe 6 Inches and Larger K. ANSI/AWWA C-205 Standard for Cement -Mortar Protective Lining and Coating for Steel Water Pipe - 4 in. and Larger -Shop Applied L. ANSI/AWWA C-206 Standard for Field Welding of Steel Water Pipe M. ANSI/AWWA C-207 Standard for Steel Pipe Flanges for Water Works Service, 4" - 144" N. ANSI/AWWA C-208 Standard for Dimensions for Fabricated Steel Water Pipe Fittings O. ANSI/AWWA C-209 Standard for Cold -Applied Tape Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines Original Lubbock Water Line Replacement 02665-2 March 2014 P. ANSI/AWWA C-210 Standard for Liquid -Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines Q. ANSI/AWWA C-214 Standard for Tape Coating Systems for the Exterior of Steel Water Pipelines R. ANSI/AWWA C-216 Standard for Heat -Shrinkable Cross -Linked Polyolefm Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines S. ANSI/AWWA C-218 Standard for Coating the Exterior of Aboveground Steel Water Pipelines and Fittings T. ANSI/AWWA C-219 Standard for Bolted Sleeve -Type Couplings for Plain -End Pipe U. ANSI/AWWA C-222 Standard for Polyurethane Coatings for the Interior and Exterior of Steel Water Pipelines and Fittings V. AWWA M-11 Steel Pipe - A guide for Design and Installation W. ASTM A 106 Standard Specification for Seamless Carbon Steel Pipe for High -Temperature Service. X. ASTM A 53 Standard Specification for Pipe, Steel, Black and Hot -Dipped, Zinc Coated Welded and Seamless Y. ASTM E 165 Method for Liquid Penetrant Examination Z. ASTM E 709 Guide for Magnetic Particle Examination AA. ASME Section V Nondestructive Testing Examination BB.ASME Section IX Welding and Brazing Qualification. CC. AWS B2.1 Standard for Welding Procedure and Welding Qualifications. PART2 PRODUCTS 2.1 MATERIALS A. All pipe, fittings, and valves shall be new and of the best quality in material and workmanship. B. All pipe, fittings, and valves shall conform to American National Standards Institute/National Sanitation Foundation (ANSI/NSF) Standard 61. C. In areas where natural gas lines exist, and are cathodically protected by means of impressed current, only electrically non-conductive pipe shall be allowed. 2.2 POLYVINYL CHLORIDE (PVC) PIPE A. PVC pipe 12 inches and smaller shall be AWWA C-900, DR-18. B. PVC pipe 14 inches and larger shall be AWWA C-905, DR-21. The outside diameter of the PVC pipe shall be cast iron equivalent. C. PVC pipe shall be formed with an integral bell and shall be joined using a gasketed bell and spigot joint. Spigot ends shall be beveled and reference marked to facilitate joining and insure proper seating depth. Gaskets shall conform to ASTM F 477. The nominal joint length shall be twenty (20) feet. D. AWWA C-900 and C-905 pipe shall be marked as prescribed by AWWA standards including nominal size, dimension, ratio, AWWA pressure class, manufacturer's name and code, and seal of testing agency that verified the suitability of the pipe material for potable water. Original Lubbock Water Line Replacement 02665-3 March 2014 E. Pipe shall meet all additional test requirements as described in AWWA C-900 or C-905, as applicable. F. All PVC pipe shall be approved by the National Sanitation Foundation (NSF) for use in the transportation of potable water and shall bear the NSF seal of approval. 2.3 DUCTILE IRON PIPE A. Ductile Iron pipe 12" shall be Class 200. B. Ductile iron pipe to be furnished shall conform to the following standard specifications or latest revisions: (1) ANSFAWWA C150/A21.50-81 (2) ANSI/AWWA C104/A21.4-80 (3) ANSI/AWWA C151/A21.4-80 C. All ductile iron pipe shall be cement lined in accordance with AWWA C104-80 (ANSI A21.4) specifications. The external surface shall be coated with an asphalt base paint. D. All joint for ductile iron pipe shall be of the rubber gasket bell and spigot type, except where connecting flanged fittings, and shall otherwise conform to the base specifications to which the pipe is manufactured. E. The joint shall be latest approved type of rubber gasket joint for ductile iron pipe. F. All joints of ductile iron pipe and fittings shall be sealed with a continuous ring rubber gasket meeting standards specified by AWWA C11-72 (ANSI A21.11) or its latest revision. 2.4 CONCRETE CYLINDER PIPE A. Prestressed Concrete Embedded Cylinder pipe shall be manufactured in accordance with the latest revision of AWWA C-301. B. Pretensioned Concrete Cylinder Pipe (PCCP) shall be manufactured in accordance with the latest revision of AWWAS C303-78 C. Concrete Cylinder Pipe shall withstand a minimum pressure of 150 p.s.i. longitudinally and helically. D. The joints of the pretensioned concrete cylinder pipe and fittings shall be sealed with a continuous ring rubber gasket meeting standards specified in AWWA C303-78. E. A Portland cement mortar shall be used to fill the annular space both inside and outside of joints in the pretensioned concrete cylinder pipe. (1) Portland cement used in the mortar shall conform to "Standard Specifications and Test for Portland Cement" A.S.T.M. serial designations C150 and C77. (2) Sand for the mortar shall conform to A.S.T.M. designation C-33-52T for fine aggregate. (3) The exterior joints on pretensioned concrete cylinder pipe shall be poured with a heavy duty diaper. (a) The width of the diaper shall be nine inches. (b) The band shall be provided with 3/8 inch x 0.20 steel straps on each side. 2.5 PIPE FITTINGS A. General: Pipe fittings shall be of a type and design especially suitable for use with the type of piping with which they are installed. Pressure rating of fittings shall not be less than that of the pipe. B. All ductile iron fittings shall have an external bituminous coating and shall be cement lined in accordance with AWWA C 104. Original Lubbock Water Line Replacement 026654 March 2014 C. Fittings shall be ductile iron and shall be mechanical joint or push -on joint unless otherwise specified or shown on the Drawings. D. Ductile Iron Fittings — Ductile iron fittings shall conform to AWWA C153 110. Fittings shall be mechanical joint or push -on joint unless otherwise specified or shown on the Drawings. E. All fittings shall have a pressure rating equal to that of the pipe with which they are used but in no case less than 150 psi. F. Unless otherwise indicated, all ductile iron fittings shall have an external bituminous coating and shall be cement -lined in accordance with the specifications for coating and lining the pipe. G. All ductile iron fittings shall be cast from the same quality of metal used in casting ductile iron pipe and shall be subjected to the same test requirements. Marking and weighing shall be as required for ductile iron pipe. H. Where flanged fittings are used, the flanges shall be of the same material as the fitting. Where bell or mechanical joint fittings are used, the bells shall be cast integrally with the fitting. Screwed -on bells will not be acceptable. 2.6 FLEXIBLE COUPLINGS AND FLANGED COUPLING ADAPTERS A. Flanged coupling adapters and flexible couplings shall be provided at the locations shown on the Drawings and at other locations required for installation of the piping system. B. Flanged coupling adapters will be provided with anchoring studs to provide thrust restraint. Epoxy coated sheet construction shall be used for all couplings. All bolts, nuts, and washers shall be stainless steel. 2.7 PIPE JOINTS A. Push -on Joints — Push -on joints shall be as specified in AWWA Standard Cl 11. B. Mechanical Joints —Mechanical joints shall be as specified in AWWA Standard C111. 2.8 STEEL CASING A. Steel casing shall be new welded steel pipe with minimum yield strength of 35,000 psi meeting ASTM A36. The exterior of the casing pipe shall have a bituminous coating. B. Casing wall thickness for installation shall be in accordance with the City of Lubbock Design Standards and Specifications. C. Casing spacers shall be used to install carrier pipe inside the encasement pipe and to provide support around the periphery of the pipe should the pipe twist as it is pushed through the casing. D. The spacers shall be of a projection type that has a minimum number of projections around the circumference totaling the number of diameter inches. For example, eight (8) inch pipe shall have a minimum of eight (8) projections and eighteen (18) inch pipe shall have a minimum of eighteen (18) projections. E. Casing spacers shall use double backed tape, provided with the spacers, to fasten rightly onto the carrier pipe so that the spacers do not move during installation. Installation instructions shall be provided with each shipment. F. Casing spacers shall have a span of ten (10) feet to six (6) feet dependent on the total load anticipated with the pipe full of liquid. The maximum load shall not exceed the load limits per spacer listed in the brochure. G. These values in the brochure include conservative safety factors for class spacer used. Spacers shall have minimum height that clears the pipe bell or as otherwise indicated on plans. Original Lubbock Water Line Replacement 02665-5 March 2014 H. Casing spacers shall be projection type totally non-metallic spacers constructed of preformed sections of high -density polyethylene. Spacers shall be ISO 9002 certified for strength and quality. I. Manufacturer: Projection type spacers shall be Raci type spacers, or equal approved by the Engineer, along with wrap around end seal made of 1/8" think rubber with stainless steel bands. 2.9 VALVES A. Valves that are twelve (12) inches and smaller shall be gate valves unless otherwise noted on the plans or specified herein. All valves shall be designed for a working pressure of at least 150 psi unless otherwise noted. B. Gate Valves: (1) All gate valves shall be resilient seat or double disk parallel seat, iron body; bronze mounted throughout and shall meet all requirements of AW WA C 509. (2) The valves shall be of the type of j oint used in the piping. (3) All valves shall open by turning to the left, and unless otherwise specified, shall have non -rising stem when buried and outside screw and yoke when exposed, and be furnished with a two (2) inch operating nut when valves are buried and shall be furnished with hand wheels when exposed. (4) Gate valves shall be furnished with O-ring stem packing. (5) All gate valves shall be designed to withstand a working pressure of 200 psi unless otherwise noted. (6) Gate valves shall be meet the City of Lubbock Design Standards and Specifications. (7) All ductile iron shall conform to A536 Grade 6545-12. Castings shall be clean and sound without defects that will impair their service. No plugging or welding of such defects will be allowed. (8) Bolts shall be electro-zinc plated steel with hex heads and hex nuts in accordance with ASTM 307 and A563, respectively. (9) All parts for valves furnished must be standard and completely interchangeable with valves of the same brand. Successful bidder to furnish to the Owner, upon request, a letter stating the type of valves to be installed and a letter from the manufacturer stating that the parts are standard and interchangeable.- C. Butterfly Valves (1) Butterfly valves shall meet or exceed the City of Lubbock Public Works Engineering Design Standards and Specifications. (2) All ductile iron shall conform to A536 Grade 6545-12. Castings shall be clean and sound without defects that will impair their service. No plugging or welding of such defects will be allowed. (3) All butterfly valves shall comply with AWWA C504 standards. (4) Butterfly valves shall be from one of the following manufacturers or an equal product approved by the City of Lubbock: (a) DeZurik (b) Mueller (c) M & H D. Combination Air Valves (CAVs) Original Lubbock Water Line Replacement 02665-6 March 2014 (1) Combination air valves shall meet or exceed the City of Lubbock Public Works Engineering Design Standards and Specifications. (2) All CAVs shall comply with AWWA C504 standards. (3) CAVs shall be from one of the following manufacturers or an equal product approved by the City of Lubbock: (a) APCO (b) Crispin (c) Val-Matic E. Valve Boxes and Extension Stems: (1) Extension stems shall be furnished on buried valves where the top of the operating nut is more than ninety (60) inches below finished grade. Top of the extension stem shall not be more than thirty-six (36) inches below the top of the valve box. (2) Buried valves shall be provided with cast iron valve boxes. (3) The boxes shall be designed to fit over a section of six (6) inch C 900 PVC riser pipe, which will be used, as an extension from the top of the valve to within six (6) inches of the ground surface. (4) The box shall have a heavy cast iron cover marked "Water". (5) The box shall have a flange type base, with the base being approximately four (4) inches larger in diameter than the outside diameter of the barrel of the box. (6) The necessary length of the six (6) inch C 900 PVC riser pipe required for the extension shall be considered as a part of the box. (7) Valve boxes shall be East Jordan Iron Works No. 8453, or approved equal. F. Fire Hydrants (1) Hydrants shall meet the City of Lubbock Design Standards and Specifications (2) Hydrants shall meet AWWA C-502 (3) Hydrants shall have an iron body, bronze mounted throughout and be designed for working pressure of 150 psi. (4) Hydrants shall be traffic model type with a 5-1/4-inch valve opening, two (2) 2-1/2-inch hose nozzles, and one (1) 4-inch steamer nozzle. (5) The hydrant shall be for a 6-inch main. 2.10 POLYETHYLENE WRAP A. All buried valves and fittings shall be thoroughly wrapped prior to installation with a polyethylene material meeting the requirements of ASTM D 1248. B. The polyethylene material shall have a minimum thickness of eight (8) mils. C. The wrap shall be secured by two (2) inch duct tape. 2.11 JOINT RESTRAINTS A. Uniflange series 1500 joint restraint for PVC pipelines or approved equal. B. Must meet all pressure testing requirements of ASTM F-1674. C. Materials must meet requirements of ASTM A-536. D. Install per manufacturer's recommendations. 2.12 CONCRETE Original Lubbock Water Line Replacement 02665-7 March 2014 A. Concrete may be used for blocking the pipe and fittings and shall conform to the concrete specifications, as set forth in the Section 03300 Cast -in -Place Concrete, except a minimum compressive strength of 2,800 psi will be acceptable. PART 3 EXECUTION 3.1 GENERAL A. All pipe and accessories shall be unloaded, handled, laid, jointed, tested for defects and for leakage, and disinfected in the manner herein specified. 3.2 INSPECTION A. The pipe, fittings, and accessories shall be inspected upon delivery and during the progress of the Work and any material found to be defective will be rejected by the Engineer, and the Contractor shall remove such defective material from the site of the Work. 3.3 RESPONSIBILITY FOR MATERIALS A. The Contractor shall be responsible for all material furnished and shall replace, at the Contractor's expense, all such material that is found to be defective in manufacture or has become damaged in handling after delivery. 3.4 HANDLING PIPE AND ACCESSORIES A. All pipe, fittings, and other accessories shall, unless otherwise directed, be unloaded at the point of delivery, hauled to and distributed at the site of the Work by the Contractor. B. In loading and unloading, they shall be lifted by hoists or slid, or rolled on skidways in such a manner as to avoid shock or damage to the materials. Under no circumstances shall they be dropped. Pipe handled on skyways must not be skidded or rolled against pipe already on the ground. C. The pipe, fittings, and accessories shall be placed along the site in such a manner as to be kept as free as possible from dirt, sand, mud, and other foreign matter. 3.5 ALIGNMENT AND GRADE A. All pipe shall be laid and maintained to the lines and grades shown on the plans or as established on the ground by the Engineer. B. The Contractor shall verify horizontal and vertical locations of items critical to the alignment and grade of the proposed water line. C. Confirm compliance with the Drawings and Specifications. D. Wherever it is necessary to deflect pipe from a straight line either in a vertical or horizontal plane to avoid obstructions, to plumb valves, or where vertical or horizontal curves are shown or permitted, the degree of deflection at each joint shall not exceed the maximum deflection noted on the Drawings. 3.6 MANNER OF HANDLING PIPE AND ACCESSORIES IN TRENCH A. After the trench grade has been completed, all bell holes dug and the grade inspected, the pipes and accessories may be placed in the trench. B. All pipe and fittings shall be carefully lowered into the trench piece by piece by means of derricks, ropes, or other suitable tools or equipment, in such a manner so as to prevent damage to the material in any way. Under no circumstances shall pipe or accessories be dropped or dumped into the trench. Original Lubbock Water Line Replacement 02665-8 March 2014 3.7 CLEANING AND INSPECTING A. Before lowering into the trench, the pipe shall be again inspected for defects and the pipe, while suspended, shall be lightly hammered to detect cracks. Any defective, damaged, or ZP unsound pipe and materials shall be rejected. B. All foreign matter or dirt shall be removed from the inside of the pipe and from all bells, spigots, or parts of the pipe used in forming the joint, before the pipe is lowered into the trench, and it shall be kept clean by approved means during and after laying. C. At a time when pipe laying is not in progress, the open ends of the pipe shall be closed by approved means, and no trench water shall be allowed to enter the pipe. 3.8 LAYING AND JOINTING PVC PIPE A. General: Unless otherwise directed, pipe shall be laid with bells facing in direction of laying; and for lines on appreciable slopes, bells shall, at the discretion of the Engineer, face up grade. B. Cutting of pipe for inserting fittings or closure pieces shall be done in a neat and workmanlike manner without damage to the pipe or the cement lining. C. The jointing shall be completed for all pipe laid each day, in order not to leave open j oints in the trench overnight. At times when pipe laying is not in progress, the open ends of the pipe shall be closed by approved means, and not trench water shall be permitted to enter the pipe. D. No pipe shall be laid in water, or when the trench conditions or weather are unsuitable for such work, except by permission of the Engineer. E. Before laying the pipes, all lumps, blisters, and excess coating shall be removed from the bell and spigot ends of each pipe; the outside of the spigot and the inside of the bell shall be wire brushed and wiped clean and dry. Pipe ends shall be kept clean until joints are made. F. Defective joints shall be repaired as directed by the Engineer. G. Mechanical Joint Piping: (1) The last eight (8) inches outside of the spigot and inside of the bell of mechanical joint pipe shall be thoroughly cleaned to remove oil, grit, excess coating, and other foreign matter from the joint, and then painted with lubricant recommended by the pipe manufacturer. (2) The cast iron gland shall then be slipped on the spigot end of the pipe with the lip extension of the gland toward the socket or bell end. (3) The rubber gasket shall be painted with lubricant recommended by the pipe manufacturer and placed on the spigot end with the thick edge toward the gland. (4) The entire section of the pipe shall be pushed forward to seat the spigot end in the bell. (5) The gasket shall then be pressed into place within the bell; care shall be taken to locate the gasket evenly around the entire joint. (6) The gland shall be moved along the pipe into position for bolting, all of the bolts inserted, and the nuts screwed up tightly with the fingers. (7) All nuts shall be tightened with a suitable torque limiting wrench. (8) Nuts spaced 180 degrees apart shall be tightened alternately in order to produce an equal pressure on all parts of the gland. H. If water gets in the trench before the joint is completed, or if the pipe is disturbed from line and grade after being laid, the pipe shall be taken up, the joints cleaned and the pipe re-laid. I. Immediately after completion of the j ointing, sufficient bedding and backfill material shall be placed around and over the pipe to hold the pipe to line and grade. Original Lubbock Water Line Replacement 02665-9 March 2014 J. Pre -molded joints shall be made in accordance with the recommendations of the manufacturer of the pipe. K. The surfaces of the jointing material on both the bell and spigot at each joint shall be wiped with the solvent recommended by the pipe manufacturer. L. The spigot shall then be firmly forced into the bell using a bar or other similar lever and a block of wood to prevent damage to the pipe. 3.9 PLUGGING DEAD ENDS A. Standard plugs shall be inserted into the bells of all dead ends and pipes, tees, or crosses and spigot ends shall be capped. B. Plugs or caps shall be jointed to the pipe or fittings in the same manner used in jointing the pipe. C. All plugs and caps shall have horizontal thrust blocks. 3.10 FITTINGS A. Fittings shall be set at the locations shown on the plans or at locations as established by the Engineer, and shall be set and jointed to the pipe in the manner heretofore specified for pipe installations. Concrete blocking shall be provided for all buried fittings. 3.11 SETTING VALVES, VALVE BOXES, FIRE HYDRANTS AND FITTINGS A. Valves and fittings shall be set at the locations shown on the Drawings and shall be set and jointed to the pipe in the manner heretofore specified for pipe installations. B. All valves shall be hub end as required and all valves buried in the ground shall have a cast iron or precast concrete valve box set over the valve. C. All valves shall be set vertical, unless otherwise specified, and shall be thoroughly checked for operation prior to installation. D. After pressure has been applied to the line, stuffing boxes shall be checked for operation prior to installation. E. After pressure has been applied to the line, stuffing boxes shall be checked and tightened if necessary. F. Valve Boxes: (1) Valve boxes shall be firmly supported and maintained centered and plumb over the wrench nut of the valve, with the box cover flush with the surface of the ground or at such a level as directed by the Engineer. (2) All valve boxes under pavement shall be adjusted to finished pavement grades. G. Fire Hydrants: (1) Fire hydrants shall be located at the points shown on the Drawings. (2) All fire hydrants shall be set plumb, to the grade established on the Drawing, and with the steamer nozzle at right angles to the street. (3) Hydrants shall be supported in such a manner as not to cause a strain on the fire hydrant lead or branch. (4) The bowl of the hydrant shall be well braced against unexcavated earth at the end of the trench with concrete blocking. (5) The concrete blocking shall be placed so as not to interfere with the hydrant drains and so that the joints of the flanges are accessible. (6) Blocking of gate valves on fire hydrants leads shall be with concrete as shown on the Drawings. Original Lubbock Water Line Replacement 02665-10 March 2014 (7) The hydrants shall be thoroughly cleaned of dirt or foreign matter and checked for operation prior to installation. Drain holes shall not be blocked or sealed. (8) Fire hydrants shall be installed and maintained so that the center of the lowest water outlet shall be eighteen (18) inches from the ground. (9) Fire hydrants shall be installed with the four (4) inch nozzle facing the required access way. 3.12 THRUST RESTRAINT A. All fittings, valves and fire hydrants, unless otherwise specified, shall be provided with suitably restrained joints per the manufacturer's recommendation. B. Restrained push -on or mechanical joints, mechanical joint anchoring fittings, and mechanical joints utilizing setscrew ductile iron retainer glands shall be used in lieu of concrete thrust blocking. Thrust blocking will be allowed only under special circumstances as approved by the Engineer. 3.13 EXCAVATION, TRENCHING AND BACKFILLING. A. Backfill and compaction shall be performed in accordance of COL Ordinance 2007-00122. B. Backfill around pipe with specified granular bedding material that is free of large rocks, topsoil, debris or other unacceptable material. C. The backfill around the pipe shall be shovel sliced around the haunch of the pipe and mechanically compacted or hand tamped to a point 12 inches above the top of the pipe. D. Backfill from 12 inches above the pipe to the finished grade will be as follows: (1) For unpaved areas: (a) Use excavated material that is free of large rocks, debris or other material determined unsuitable by the Owner's Representative. Backfill shall be placed in maximum six (6) inch lifts and compacted to 95% Standard Proctor Density at +/- 2% optimum moisture content. (b) Each lift shall be tested at a maximum of 500 feet intervals according to ASTM designation D-698. (c) These tests shall be performed by a reputable contractor specializing in geotechnical work and will be at the successful bidder's expense. (d) Copies of these tests shall be provided to the Owners Representative. (2) For paved areas: (a) Place Cement Stabilized Backfill (CSB) meeting City of Lubbock Standards under the bottom of the pavement in a minimum thickness of 12". (b) The backfill from 12-inches above the top of pipe to the CSB shall be in placed in maximum 6 inch lifts and compacted to 95% Standard Proctor Density. (c) Each lift shall be tested at a maximum of 500 feet intervals according to ASTM designation D-698. (d) These tests shall be performed by a reputable contractor specializing in geotechnical work and will be at the successful bidder's expense. (e) Copies of these tests shall be provided to the Owners Representative. (3) The City of Lubbock will perform random spot testing at no expense to the contractor. 3.14 LINE TESTING Original Lubbock Water Line Replacement 02665-11 March 2014 A. After the pipe is laid and the joints completed, each section or run of piping, shall be tested as specified herein. The Contractor shall bear all costs of providing all equipment, materials, labor, and other incidentals required to test pipe lines as specified herein. B. The Contractor shall provide suitable means for filling the lines and developing the required pressure in the lines. C. Testing procedure shall be as follows: (1) Duration — The duration of the hydrostatic test shall be a minimum of four (4) hours. (2) Pressure — The pipeline shall be tested so that the pressure at the lowest point in the test section is at least 100 percent, but not greater than 120 percent of the pressure class of the pipe, and the minimum pressure at the highest point in the test section is not less than 85 percent of the pressure class of the pipe. D. Allowable Leakage — The maximum allowable leakage for push -on joints is the number of gallons per hour as determined by the following formula(s): E. PVC: Ductile Iron: (1) L = ND(P) 'h L = SD(P) (2) 7,400 133,200 (3) where: (a) L = allowable leakage in gallons per hour (b) N = number of joints in length of pipe tested (c) S = length of pipe (d) D = nominal diameter of the pipe in inches (e) P = average of the maximum and minimum pressures within the test section in psi F. Any leakage which becomes evident prior to final acceptance of the project shall be found and repaired to the satisfaction of the Engineer even though the particular line has been previously accepted and tested. 3.15 DISINFECTION OF PIPE LINES A. The Contractor shall furnish all labor, equipment, and materials necessary for the disinfection of all pipe lines, which shall be disinfected before being placed in service. B. The lines shall be disinfected by the application of a chlorinating agent in accordance with the requirements of AWWA C 651, include the placement of hypochlorite granules in the pipe during construction. C. The Contractor shall notify the Engineer 48 hours in advance of disinfection so that the Engineer or Owner's Representative may witness the disinfection activities. D. Quality Assurance: (1) Bacteriological sampling and test will be performed in accordance with the latest requirements of Standard Methods for the Examination of Water and Wastewater. (2) The City of Lubbock laboratory will be used for bacteriological testing. E. Chemicals: (1) Acceptable disinfectants are liquid and solid forms ofhypochlorites. Chlorine gas is not acceptable. (2) Acceptable chemicals for neutralizing chlorinated water are liquid and solid forms of sodium bisulfate, sodium sulfite, and sodium thiosulfate. (3) The water being used to fill the line shall be controlled to flow into the section to be sterilized very slowly, and the rate of application of the chlorinating agent shall be proportioned at least fifty (50) parts per million in the water entering the pipe. Original Lubbock Water Line Replacement 02665-12 March 2014 F. Temporary Facilities: (1) Provide temporary taps or blowoffs as required. As a minimum, use a two (2) inch diameter steel pipe and fittings with isolation valves and sampling taps. (2) Water used for the initial flushing as well as the final chlorination shall be introduced into the pipeline through a corporation stop or other approved connection inserted in the horizontal axis of the newly laid pipe. (3) No connection to the existing distribution system is allowed until the pipeline has passed all bacteriological testing. G. Final Flushing: (1) Flush the water system of the highly chlorinated water within twenty-four (24) hours of initial chlorination. (2) Flush water in a location and manner approved by the Engineer. (3) Neutralize the highly chlorinated water to a maximum free chlorine residual of 1.0 mg/L. H. Sampling and Analysis: (1) Collect bacteriological samples at intervals no more than 1000 feet and one (1) sample from each end of the pipeline in the presence of the Engineer or Owner's representative. (2) The Owner's representative or the Engineer shall deliver the samples to the City of Lubbock Health Department or the City of Lubbock Water Treatment Laboratory for analysis. (3) Collect samples after the initial disinfection and after the facilities have been filled with chlorinated water and a free chlorine residual of at least 0.5 mg/L has been detected. I. Acceptance: (1) Facilities will be considered properly disinfected when two (2) consecutive sets of acceptable bacteriological samples, taken at least twenty-four (24) hours apart, have indicated the absence of coliform organisms. J. After acceptance by the Engineer, remove all temporary facilities and properly plug test taps. The pipeline may then be connected to the City of Lubbock water distribution system. 3.16 INSTALLATION OF STEEL PIPE CASING AND PIPE IN CASING A. Installation of the casing pipe sleeves shall be accomplished by boring as specified herein. B. Equipment used shall be such size and capacity as to allow the placement of the casing to proceed in a safe and expeditious manner. Installation of the casing and the excavation and removal of the materials within the casing shall proceed simultaneously. C. The boring shall proceed from a pit provided for the boring equipment and workers. D. Excavation and location of the pit shall be approved by the Engineer and County as appropriate. E. Boring without the concurrent installation of the casing pipe will not be permitted. F. The use of water or other fluids in connection with the boring operation will be permitted only to the extent of lubricating cuttings. G. Jetting will not be pemttted. H. Overcutting in excess of one (1) inch shall be remedied by concrete pressure grouting the entire length of the installation. I. All casing pipe joints shall be welded. J. Care shall be taken to keep the pipe sleeve on the proper line and grade. Original Lubbock Water Line Replacement 02665-13 March 2014 K. After the casing pipe has been jacked and bored and is accepted by the Engineer, the pipe shall be shoved through the casing. L. The pipe shall be pushed or pulled through the casing by exerting pressure on the barrel of the pipe and not on the bell, and shall be done in such a manner that the joint is always in compression during the shoving operation. 3.17 PIPE IDENTIFIERS A. Marking Tape: (1) All pipes installed in an open trench will be identified with the appropriate color and description of three (3) inch wide pipe identification tape. (2) Install the tape parallel to the pipe it identifies at a distance above the pipe of twelve (12) to eighteen (18) inches. (3) Above non-metallic (PVC) pipe material, install a tape detectable with a metal detector from the top of finished grade. (4) Install detectable tape as deep as it can be detected but no closer to the non-metallic pipe than twelve (12) inches. B. Locator Wire: (1) On non-metallic (PVC) pipe material, install twelve (12) gauge minimum solid copper with 30 mil HDPE thermoplastic insulation directly above piping. 3.18 CLEANUP A. The backfill shall be rounded up over the trench sufficiently to allow for future settlement and any excess dirt shall be removed from the site. B. The Contractor shall maintain the trench surfaces in a satisfactory manner until final completion and acceptance of the Work. C. The maintenance shall include blading from time to time as necessary, tilling depressions caused by settlement, and other work required to keep areas in a presentable condition. END OF SECTION Original Lubbock Water Line Replacement 02665-14 March 2014 SECTION 02670 ABANDONMENT OF WATER LINES PARTl GENERAL 1.1 SCOPE A. Abandonment in place, by cutting and capping, of existing water mains, hydrants, service lines, and valves. B. Abandonment in place of water mains using flowable fill. Flowable fill will be utilized when abandoning water mains underneath roadways and paved areas, and at the direction of the AW Project Manager as field conditions dictate, or as specified on the Drawings. 1.2 SUBMITTALS A. Conform to requirements of Section 01300 -Submittals. B. Submit product data for proposed plugs and clamps for approval. C. Technical information for equipment and operational procedures including projected slurry injection rate, grout pressure, method of controlling grout pressure, bulkhead and vent design, and number of stages of grout application. D. At least 15 days prior to commencing flowable fill abandonment activities, submit plan for abandonment, describing proposed grouting sequence and other information pertinent to completion of Work. PART PRODUCTS 2.1 GENERAL MATERIALS A. Concrete for reaction blocks: Minimum 3,000 psi concrete conforming to requirements of Section 03300 - Cast -In -Place Concrete. B. Plugs and clamps: Applicable for type of pipe to be plugged. 2.2 2.01 FLOWABLE FILL REQUIREMENTS A. Unconfined compressive strength: minimum 75 psi and maximum 150 psi at 56 days as determined based on an average of three tests for same placement. Present at least three acceptable strength tests for proposed mix design in mix design report. B. Placement characteristics: self -leveling. C. Shrinkage characteristics: non -shrink. D. Water bleeding for fill to be placed by grouting method in sewers: not to exceed 2 percent according to ASTM C940. E. Minimum wet density: 90 pounds per cubic foot. 2.3 BALLAST iginal Lubbock Water Line Replacement 02670-1 March 2014 A. Ballast Material: Natural rock or concrete pieces with minimum size equal to at least 10 times maximum aggregate size of flowable fill and maximum size of 24 inches. Maximum dimension shall not be more than 20 percent of minimum dimension of space to be filled. B. Ballast Composition: Free of regulated waste material. PART 3 EXECUTION 3.1 DEMOLITION OF FIRE HYDRANTS, VALVES, AND PIPELINE STRUCTURES PRIOR TO ABANDONMENT A. All fire hydrants shall be returned to the City. B. Until a fire hydrant is physically removed, any hydrant that becomes non -usable during abandonment procedures shall have a black cover placed over it and secured and marked "Abandoned" to designate status. 3.2 CUTTING AND CAPPING OF MAINS A. Do not begin cut, plug, and abandonment operations until replacement water main has been constructed and tested, all service connections have been installed, and replacement inain is approved for use. B. Install plug, clamp, and concrete reaction block and make cut at location shown on Drawings. C. Main to be abandoned shall not be valved off and shall not be cut or plugged other than as shown on Drawings. D. After main to be abandoned has been cut and capped, check for other sources feeding abandoned water main. When sources are found, notify Chief Inspector. Cut and cap abandoned main at point of other feed as directed by Engineer. E. Plug or cap ends or opening in abandoned main in manner approved by Engineer. Install concrete around cap and over pipe to ensure it is not permeable to groundwater infiltration. F. Backfill excavations in accordance with Section 02317- Excavation and Backfill for Utilities. G. Repair street surfaces in accordance with Section 02221 - Remove and Replace Existing Pavements. H. Mark location of abandoned water service laterals on As -Built Drawings in accordance with Section 01700 - Contract Closeout. 3.3 CUTTING AND CAPPING OF WATER SERVICES A. Do not begin cut, plug, and abandonment operations until replacement service, if necessary, has been constructed and tested, and all service connections have been installed. B. Service lines shall be cut and capped at the corporation/curb stop. C. Before backfilling of a capped service line is started, the capping must be observed by City Inspector. D. After service to be abandoned has been cut and capped, check for any other sources feeding abandoned water service. When sources are found, notify City Inspector immediately. Cut and cap abandoned main at point of other feed as directed by Engineer. E. Plug or cap ends or opening in abandoned service in manner approved by Engineer. Install concrete around cap and over pipe to ensure its not permeable to groundwater infiltration. Original Lubbock Water Line Replacement 02670-2 March 2014 r F. Remove all water service surface identifications and appurtenances such as valves and valve boxes, meters, and backflow devices. G. Backfill excavations in accordance with Section 02317 - Excavation and Backfill for Utilities. H. Repair paved surfaces in accordance with Section 02221 - Remove and Replace Existing Pavements. I. Mark location of abandoned water service laterals on As -Built Drawings in accordance with Section 01700 - Contract Closeout. 3.4 PREPARATION FOR ABANDONMENT VIA FLOWABLE FILL A. Have fill mix design reports and other submittals required by Paragraph 1.05 accepted by the Engineer prior to start of placement. Notify the City Inspector at least 24 hours in advance of grouting with flowable fill. B. Select fill placement equipment and follow procedures with sufficient safety and care to avoid damage to existing underground utilities and structures. C. Operate equipment at pressure that will not distort or imperil portion of work, new or existing. D. Ensure that pipes with a history of leaks or blowouts do not experience flowable fill application or equipment pressures in excess of 50psi. E. As required, clean water lines and video with closed circuit television to identify connections, locate obstructions, and assess condition of pipe. (1) Locate previously unidentified connections, which have not been redirected and reconnected as part of the Work, and report them to the City Inspector. (2) During placement of fill, compensate for irregularities in water pipe, such as obstructions, open joints, or broken pipe to ensure no voids remain unfilled. F. Perform demolition work prior to starting fill placement. (1) Clean placement areas of water mains of debris that may hinder fill placement. (2) Remove excessive amounts of tuberculation and other substances that may degrade performance of fill. (3) Do not leave debris in place if filling more than 2 percent of placement volume. G. Remove free water prior to starting fill placement. 3.5 EQUIPMENT FOR ABANDONMENT VIA FLOWABLE FILL A. Mix flowable fill in automated batch plant and deliver it to site in ready -mix trucks. Performance additives may be added at placement site if required by mix design. B. Use concrete or grout pumps capable of continuous delivery at planned placement rate. 3.6 INSTALLATION OF FLOWABLE FILL A. Abandon existing water lines underneath roadways, paved areas and other required locations by completely filling water mains with flowable fill. B. Place flowable fill to fill volume between abandonment points. Continuously place flowable fill with no intermediate pour points, but not exceeding 500 feet in length. C. Have filling operation performed by experienced crews with equipment to monitor density of flowable fill and to control pressure. Original Lubbock Water Line Replacement 02670-3 March 201 D. Pump flowable fill through bulkheads constructed for placement of two 2-inch PVC pipes or use other suitable construction methods to contain flowable fill in lines to be abandoned. These pipes will act as injection points or vents for placement of flowable fill. E. Inject flowable fill through replaced ballast using grouting equipment and series of grout pipes discharging at bottom of placement, allowing fill to rise through ballast effectively filling all voids. Alternatively, place individual pieces of ballast sequentially at same time as flowable fill is placed. Do not fill with ballast more than SO percent of volume at any level, to prevent nesting and void formation. F. Remediate placement of flowable fill which does not fill voids in water main or where voids develop due to excessive shrinkage or bleeding of fill, by using pressure grouting either from inside water main or from surface. G. Plug each end of the water main being abandoned. H. Backfill to surface, above pipe left in place. Place and compact backfill in compliance with Section - Excavation and Backfill for Utilities. I. Collect and dispose of excess flowable fill material and other debris in accordance with waste material disposal or as directed by the Engineer. 3.7 PROTECTION OF PERSONS AND PROPERTY A. Provide safe working conditions as required by OSHA and applicable State and local laws for employees throughout demolition and removal operations. Observe safety requirements for work below grade. B. Maintain safe access to adjacent property and buildings. Do not obstruct roadways, sidewalks or passageways adjacent to work. 3.8 ASBESTOS CONCRETE PIPE A. Any work involving or impacting asbestos concrete pipe must be in accordance with the EPA's document titled "Demolition Practices Under the Asbestos NESHAP". END OF SECTION Original Lubbock Water Line Replacement 026704 March 2014 SECTION 03300 CAST -IN -PLACE CONCRETE PART 1 GENERAL 1.1 SUMMARY A. This Section includes, but is not limited to cast -in -place concrete, including formwork, reinforcing, mix design, placement procedures, curing, and finishes. B. Section Includes: (1) Definitions (2) Submittals (3) Quality Assurance (4) Deliver, Storage and Handling (5) Form -Facing Materials (6) Steel Reinforcement (7) Reinforcement Accessories (8) Concrete Materials (9) Admixtures (10) Curing Materials (11) Repair Materials (12) Concrete Mixes (13) Fabricating Reinforcement (14) Concrete Mixing (15) Formwork (16) Embedded Items (17) Removing and Reusing Forrns (18) Shores and Reshores (19) Steel Reinforcement (20) Joints (21) Concrete Placement (22) Miscellaneous Concrete Items (23) Concrete Protecting and Curing (24) Field Quality Control 1.2 DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with one or more of blended hydraulic cement, fly ash or other pozzolans, ground granulated blast -furnace slag, and silica fume. 1.3 SUBMITTALS A. Product Data: For each type of manufactured material and product indicated. Original Lubbock Water Line Replacement 03300-1 March 2014 B. Design Mixes: For each concrete mix, include alternate mix designs when characteristics of materials, project conditions, weather, test results, or other circumstances warrant adjustments. C. Indicate amounts of mix water withheld for later addition at Project site. Water added at project site will not be permissible without paperwork showing how much water has been withheld. 1.4 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed concrete work similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. B. Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed concrete products complying with ASTM C 94 requirements for production facilities and equipment. C. Manufacturer must be certified according to the National Ready Mixed Concrete Association's Certification of Ready Mixed Concrete Production Facilities. D. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant, each aggregate from one source, and each admixture from the same manufacturer. E. ACI Publications: Comply with the following, unless more stringent provisions are indicated: (1) ACI 301 — Specification for Structural Concrete (2) ACI 117 — Specifications for Tolerances for Concrete Construction and Materials. 1.5 DELIVERY, STORAGE AND HANDLING A. Deliver, store, and handle steel reinforcement to prevent bending and damage. B. Avoid damaging coatings on steel reinforcement. PART 2 PRODUCTS 2.1 FORM -FACING MATERIALS A. Smooth -Formed Finished Concrete: Form -facing panels that will provide continuous, true, and smooth concrete surfaces. Furnish in largest practicable size to minimize number of joints. B. Plywood, metal, or other approved panel material. C. Rough -Formed Finished Concrete: Plywood, lumber, metal, earth, or another approved material. Provide lumber dressed on at least two edges and one side for tight fit. D. Chamfer Strips: Wood, metal, PVC, or rubber strips, 3/ by 3/ inch, minimum.\ E. Form -Release Agent: Commercially formulated form -release agent that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. F. Formulate form -release agent with rust inhibitor for steel form -facing materials. G. Form -Ties: Factory -fabricated, removable or snap -off metal or glass -fiber -reinforced plastic form ties designed to resist lateral pressure of fresh concrete on forms and to prevent spalling of concrete on removal. H. Furnish units that will leave no corrodible metal closer than one (1) inch to the place of the exposed concrete surface. Original Lubbock Water Line Replacement 03300-2 March 2014 I. Furnish ties that, when removed, will leave holes less than one (1) inch in diameter in concrete surface. J. Furnish ties with integral water -barrier plates to walls indicated to receive damp proofing or waterproofing. 2.2 STEEL REINFORCEMENT A. Reinforcing Bars: ASTM A 615, Grade 60, defonned 2.3 REINFORCEMENT ACCESSORIES A. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars and welded wire fabric in place. B. Manufacture bar supports according to CRSI's Manual of Standard Practice from steel wire, plastic, and as follows: (1) For concrete surfaces exposed to view, where legs of wire bar supports contact forms, use CRSI Class 1 plastic -protected or CRSI Class 2 stainless -steel bar supports. (2) For slabs -on -grade, use supports with sand plates or horizontal runners where base material will not support chair legs. (3) Wood, concrete, or clay blocks are not permissible. C. Joint Dowel Bars: Plain -steel bars, ASTM A 615, Grade 60. Cut bars true to length with ends square and free of burrs. 2.4 CONCRETE MATERIALS A. Portland Cement: ASTM C 150, Type I. B. Fly Ash: ASTM C 618, Class C. C. Normal -Weight Aggregate: ASTM C 33, uniformly graded, and as follows: D. Class: Moderate weathering region, but not less than 3M. E. Water: Potable and complying with ASTM C 94. 2.5 ADMIXTURES A. General: Admixtures certified by manufacturer to contain not more than 0.1 percent water- soluble chloride ions by mass of cementitious material and to be compatible with other admixtures and cementitious materials. Do not use admixtures containing calcium chloride. B. Air -Entraining Admixture: ASTM C 260. C. Water -Reducing Admixture: ASTM C 494, Type A. D. High -Range, Water -Reducing Admixture: ASTM C 494, Type F. E. Water -Reducing and Accelerating Admixture: ASTM C 494, Type E. F. Water -Reducing and Retarding Admixture: ASTM C 494, Type D. G. Moisture Retaining Film: Dayton Superior — Sure Film J-74. 2.6 CURING MATERIALS A. Clear, Waterborne, Membrane -Forming Curing Compound: ASTM C 309, Type 1, Class B. B. Curing blankets approved by the Engineer. 2.7 REPAIR MATERIALS A. Repair Underlayment: Cement -based, polymer -modified, self -leveling product that can be applied in thicknesses from 1/8 inch and that can be feathered at the edges to match adjacent elevations. Original Lubbock Water Line Replacement 03300-3 March 2014 B. Cement Binder: ASTM C 150, Portland Cement or hydraulic or blended hydraulic cement as defined in ASTM C 219. C. Primer: Product of underlayment manufacturer recommended for substrate, conditions, and application. D. Aggregate: Well -graded, washed gravel, 1/8 to 1/4 inch, or coarse sand as recommended by underlayment manufacturer. E. Compressive Strength: Not less than 4100 psi at 28 days when tested according to ASTM C 109. 2.8 CONCRETE MIXES A. Prepare design mixes for each type and strength of concrete determined by either laboratory trial mix or field data bases, as follows: (1) Proportion normal -weight concrete according to ACI 211.1 and ACI 301. (2) Standard design mix to be used unless noted otherwise, provide normal weight concrete with the following properties: (3) Compressive Strength (28 days): 3000 psi (4) Type I cement (5) Fly Ash: Allow up to 25% of cementitious material (6) Minimum Slump: 4 inches (7) Maximum Slump: 6 inches (8) Maximum Slump for Concrete Containing High -Range Water -Reducing Admixture: 8 inches after admixture is added to concrete with 2 to 4 inch slump. (9) Maximum Water/Cementitious Materials Ratio: 0.55 (10) Add air -entraining admixture at manufacturer's prescribed rate to result in concrete at point of placement having an air content of five (5) to seven (7) percent, unless otherwise indicated. B. Cementitious Materials: (1) For concrete exposed to deicers, limit percentage, by weight, of cementitious materials other than Portland cement according to ACI 301 requirements. (2) Limit percentage, by weight, of cementitious materials other than Portland cement in concrete as follows: (a) Fly Ash: 20 percent (b) Do not air entrain concrete to trowel -finished interior floors and suspended slabs. Do not allow entrapped air content to exceed 3 percent. (c) Admixtures with chloride ions are prohibited. C. Admixtures: (1) Use admixtures according to manufacturer's written instructions. (2) Use water -reducing admixture or high -range water -reducing admixture (superplasticizer) in concrete, as required, for placement and workability. (3) Use water -reducing and retarding admixture when required by high temperatures, low humidity, or other adverse placement conditions. (4) Use water -reducing admixture in pumped concrete, concrete for heavy -use industrial slabs and parking structure slabs, concrete required to be watertight, and concrete with a water/cementitious materials ratio below 0.50. Original Lubbock Water Line Replacement 03300-4 March 2014 2.9 FABRICATING REINFORCEMENT A. Fabricate steel reinforcement according to CRSI's Manual of Standard Practice. 2.10 CONCRETE MIXING A. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94, and as specified. B. When air temperature is between 85 degrees Fahrenheit and 90 degrees Fahrenheit, reduce mixing and delivery time from ninety (90) minutes to seventy-five (75) minutes, and when air temperature is above 90 degree Fahrenheit, reduce mixing and delivery time to sixty (60) minutes. PART 3 EXECUTION 3.1 FORMWORK A. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until concrete structure can support such loads. B. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. C. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, as follows: (1) Class B, 1/4 inch (2) Construct forms tight enough to prevent loss of concrete mortar. (3) Fabricate forms for easy removal without hammering or prying against concrete surfaces. (4) Provide crush or wrecking plates where stripping may damage cast concrete surfaces. (5) Provide top forms for included surfaces steeper than 1.5 horizontal to 1 vertical. Kerf wood inserts form forming keyways, reglets, recesses, and the like, for easy removal. (6) Do not use rust -stained steel form -facing material. (7) Set edge of forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and slopes in finished concrete surfaces. (8) Provide and secure units to support screed strips, use strike -off templates, or compacting type screeds. (9) Provide temporary openings for cleanouts and inspection ports where interior area of formwork is inaccessible. Close openings with panels tightly fitted to forms and securely braced to prevent loss of concrete mortar. Locate temporary openings in forms at inconspicuous locations. (10) Chamfer exterior comers and edges of permanently exposed concrete. (11) Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and bulkheads required in the Work. Determine sizes and locations from trades providing such items. (12) Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, and other debris just before placing concrete. (13) Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks and maintain proper alignment. (14) Coat contact surfaces of forms with form -release agent, according to manufacturer's written instructions, before placing reinforcement. Original Lubbock Water Line Replacement 03300-5 March 2014 3.2 EMBEDDED ITEMS A. Place and secure anchorage devices and other embedded items required for adjoining work that is attached to or supported by cast -in -place concrete. B. Use Setting Drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. C. Install anchor bolts, accurately located, to elevations required. 3.3 REMOVING AND REUSING FORMS A. Formwork, for sides of beams, walls, columns and similar parts of the Work, that does not support weight of concrete may be removed after cumulatively curing at not less than 50 degree Fahrenheit for 52 hours after placing concrete provided concrete is hard enough to not be damaged by form -removal operations and provided curing and protection operations are maintained. B. Leave formwork, for beam soffits, joist, slabs, and other structural elements, that supports weight of concrete in place until concrete has achieved the following: (1) At least 70 percent of 28-day design compressive strength. C. Determine compressive strength of in -place concrete by testing representative field or laboratory cured test specimens according to ACI 301. D. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaininated, or otherwise damaged form -facing material will not be acceptable for exposed surfaces. Apply new form -release agent. E. When forms are reused, clean surfaces, remove fins and laitance, and tighten to close joints. Align and secure joints to avoid offsets. Do not use patched forms for exposed concrete surfaces unless approved by Architect. 3.4 SHORES AND RESHORES A. Comply with ACI 318, ACI 301, and recommendations in ACI 347R for design, installation, and removal of shoring and reshoring. B. Plan sequence of removal of shores and reshore to avoid damage to concrete. Locate and provide adequate reshoring to support construction without excessive stress or deflection. 3.5 STEEL REINFORCEMENT A. Comply with CRSI's Manual of Standard Practice for placing reinforcement. B. Do not cut or puncture vapor retarder. Repaid damage and reseal vapor retarder before placing concrete. C. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials. D. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars. E. All reinforcement to be in place prior to placing of concrete. Equipment will not be allowed to drive over reinforcement. 3.6 JOINTS A. Construction joints true to line with faces perpendicular to surface plane of concrete. B. Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Architect. Original Lubbock Water Line Replacement 03300-6 March 2014 C. Place joints perpendicular to main reinforcement. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of strip placements of floors and slabs. D. Form from preformed galvanized steel, plastic keyway -section forms, or bulkhead forms with keys, unless otherwise indicated. Embed keys at least 1-1/2 inches into concrete. E. Locate joints for beams, slabs, joists, and girders in the middle third of spans. Offset joints in girders a minimum distance of twice the beam width from a beam -girder intersection. F. Locate horizontal joints in walls and columns at underside of floors, slabs, beams, and girders and at the top of footings or floor slabs. G. Space vertical joints in walls as indicated. Locate joints beside piers integral with walls, near corners, and in concealed locations where possible. H. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. I. Contraction Joints in Slabs -on -Grade: Form weakened -plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to at least one- fourth of concrete thickness, as follows: (1) Sawed Joints: Form contraction joints with power saws equipped with shatterproof abrasive or diamond -rimmed blades. Cut 1/8 inch wide joints into concrete when cutting action will not tear, abrade, or otherwise damage surface and before concrete develops random contraction cracks. (2) Curb and Gutter Joints: Curbs and gutter shall be constructed with an expansion j oint at the tangent point on each return at intersections and at the end of each day's concrete pour. (a) A construction or contraction joint shall be located at intervals corresponding to the joint interval of the adjacent concrete pavement or as directed by the Owner's Representative. (b) Joints in the new concrete pavement shall extend through the new curb and gutter unless otherwise directed by the Owner's Representative. (c) All joints shall be perpendicular to the surface of the concrete and to the axis of the section. (d) The contraction joints shall be made by cutting into the curb and gutter sections with a trowel a depth of 22 inches; these joints shall be finished as specified under finishing. (e) Expansion joint material shall bean approved preformed bituminous impregnated non -extruding type jointing material, meeting the requirements of AASHTO M 213. The joint material shall be 1/2 inch thick, and shaped to the section of the curb and gutter or other work. (3) Sidewalk Joints: Space contraction joints at 4 feet and expansion joints every 20 feet. Expansion joints shall be placed between existing and new setting of concrete. (4) Dowel Joints: Install dowel sleeves and dowels or dowel bar and support assemblies at joints where indicated. (a) Use dowel sleeves or lubricate or asphalt -coat one-half of dowel length to prevent concrete bonding to one side of joint. 3.7 CONCRETE PLACEMENT A. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items is complete and that required inspections have been performed. Original Lubbock Water Line Replacement 03300-7 March 2014 B. Do not add water to concrete during delivery, at Project site, or during placement, unless approved by the Engineer. C. Before placing concrete, water may be added at Project site, subject to limitations of ACI 301. D. Do not add water to concrete after adding high -range water -reducing admixtures to the mix. E. Water may not be added beyond the limit of water withheld from the plant. F. Deposit concrete continuously or in layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. G. If a section cannot be placed continuously, provide construction joints as specified. H. Deposit concrete to avoid segregation. I. Deposit concrete in forms in horizontal layers no deeper than 24 inches and in a manner to avoid inclined construction joints. Place each layer while preceding layer is still plastic, to avoid cold joints. J. Consolidate placed concrete with mechanical vibrating equipment. Use equipment and procedures for consolidating concrete recommended by ACI 309R. (1) Do not use vibrators to transport concrete inside forms. Inset and withdraw vibrators vertically at uniformly spaced locations no farther than the visible effectiveness of the vibrator. (2) Place vibrators to rapidly penetrate placed layer and at least 6 inches into preceding layer. (3) Do not insert vibrators into lower layers of concrete that have begun to lose plasticity. (4) At each insertion, limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mix constituents to segregate. K. Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits of construction joints, until placement of a panel or section is complete. L. Consolidate concrete during placement operations so concrete is thoroughly worked around reinforcement and other embedded items and into corners. M. Maintain reinforcement in position on chairs during concrete placement. N. Screed slab surfaces with a straightedge and strike off to correct elevations. O. Slope surfaces uniformly to drains where required. P. Begin initial floating using bull floats or darbies to form a uniform and open -textured surface plane, free of humps or hollows, before excess moisture or bleedwater appears on the surface. Do not further disturb slab surfaces before starting finishing operations. Q. Cold Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. (1) When air temperature has fallen to or is expected to fall below 40 degree Fahrenheit, uniformly heat water and aggregates before mixing to obtain a concrete mix temperature of not less than 50 degrees Fahrenheit and not more than 80 degrees Fahrenheit at point of placement. (2) Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. (3) Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators, unless otherwise specified and approved in mix designs. Original Lubbock Water Line Replacement 03300-8 March 2014 R. Hot Weather Placement: Place concrete according to recommendations in ACI 350R and as follows, when hot weather conditions exist: S. Cool ingredients before mixing to maintain concrete temperature below 90 degrees Fahrenheit at time of placement. T. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. U. Using liquid nitrogen to cool concrete is Contractor's option. V. Cover steel reinforcement with water -soaked burlap so steel temperature will not exceed ambient air temperature immediately before embedding in concrete. W. Fog -spray forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade moisture uniform without standing water, soft spots, or dry areas. 3.8 MISCELLANEOUS CONCRETE ITEMS A. Filling In: Fill in holes and openings left in concrete structures, unless otherwise indicated, after work of other trades is in place. B. Mix, place, and cure concrete, as specified, to blend with in -place construction. Provide other miscellaneous concrete filling indicated or required to complete Work. 3.9 CONCRETE PROTECTION AND CURING A. Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold -weather protection and with recommendations in ACI 305R for hot -weather protection during curing. B. Formed Surfaces: Cured formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces. (1) Leave forms in place for a minim of 3 days. (2) Upon removal of forms, apply approved curing compound. C. Unformed Surfaces: Begin curing immediately after finishing concrete. (1) Cure unformed surfaces, including floors and slabs, concrete floor toppings, and other surfaces, by the following method: D. Concrete shall be wet cured for 3 days after concrete placement. Wet curing shall begin immediately after final finishing of slab surface and shall consist of continuous misting by sprinkler or wet burlap. (1) No work will be permitted on the slab during wet curing. E. Irnmediately after removal of sprinkler or burlap, Contractor shall apply approved curing compound. F. During cold weather concrete placement, in lieu of wet curing, the Contractor shall place plastic sheets over the concrete surface with blankets over the plastic. Plastic shall remain in place for 3 days. G. Sealing Coat: Uniformly apply a continuous sealing coat of curing and sealing compound to hardened concrete by power spry or roller according to manufacturer's written instructions. 3.10 FIELD QUALITY CONTROL A. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device will be permitted by the Engineer. END OF SECTION Original Lubbock Water Line Replacement 03300-9 March 2014 PUBLIC WORKS ENGINEERING ORIGINAL TOWN OF LUBBOCK 16" WATER LINE REPLACEMENT i MAYOR L GLEN C. ROBERTSON City OF Y CITY COUNCIL ~ ` Lub b o c k f VICTOR HERNANDEZ, GIBS PRICE, ELLS KLEIN, ]IM GERLT,KAREN GIBSON,LATRELLEJOY 1 CITY MANAGER JAMES LOOMIS MARCH, 2014 DIRECTOR OF PUBLIC WORKS R. KEITH SMITH, P.E. CITY ENGINEER L. WOOD FRANKLIN, P.E. CHIEF WATER UTILITIES ENGINEER JOHN TURPIN, P.E. ORIGINAL TOWN OF LUBBOCK WATER LINE REPLACEMENT :J •i ------------------ 44j` AVEO . ._ `li AL,O J. •1 R G'a �F�r! If } a t 1 rlu YEYED NOTES: Q PROFOSED REMOVED Ir Cl. WATER LINE QD PL oIi Cf. PROPOSEWAE�LINEE m NTAMD MUG F7OSTIPIG IV a WATER TION OF LIME TO RHWM UNDERR.R TRAM SIVLLL RE FR17C WON GROUT. MSTM6 Er C.I. WATER TO RE CUT AND PLUGGED. THE REWM24 POKTRLM 10"t 19TH ST. TO BE FILLED WITH GROUT. (` SET IaLSTYEG�r VALVE OIlD CLOSED VALVE TO RFIiVN. QD OIT AND kw E asTING r TEST WATER SEEMED E.O.C. REWMECT ANY OUSTING SERWCES TO PROPOSED r PVC WATER .D R 90A SMNGGVV� AND VALET OR RIL IN AsQ ARANDON mSTING r FIRE ITCORANT LEAD. HEODNH.T TO PROPOSED IV WATER ® PROPOSED A&MM RIM01- d ND VALVETO STO KE LEFT LM OFF M AND OMSTTIM F.H.KIED 1N TOTHEClTYOFLLRMD(X 100 s, D Q 100 s A1.E V=100' GENERAL NOTE 1. PRILM TO ANY CONSIRUCTLON DIFFERENT THIS PLAN, GALL RASA FWD O 54"132. I. TRACER WDIE SHALL RE INSTALLED TO INDICATE LOCATION OF WATER ROES. 3. COWTM)cT;ON TAPESHAtL EE INSTALLED I' AOOVE WATE VSEWEE PIPES. 4. r RL w" VALVES SMALL INsrmm ON WATER PIPES VAER SPECIFIED FOR TESTING M1RPOsm ONLY. S,N HOURS IS LINENOGTES AE MOONS PRIORCT TO ACTIVITY. NIONG ANY CONSTRUCTION ACTIVITY. s. POLLDN lwS MAMAGEPKHT PRACTICES TO CORLY WITH EPAJ MAN WATER MRLUNON PREVENTION PLED REQUIMEMENTS. 7. A CITY OF LL40=ANWOR TEXAS DEPARTMENT NR=E5.E REQVIPE To! TION ON SITE OLIRING CONSTRULTION. S. CONTRACTOR B RESPONSIBLE FOR FIELO VEAFITNG ALL IDGTMRNS AND DEPTIG OF TIUMS AND LINE LOCATIONS PRIOR TO REGWNIIIG CONSIRUCIICIN. THE l]N FOR FO AA NYMI WRLNOTRE TO THE ANY OSEDL IES. NEEDED TO ADRISf 711E FRDPOSED LINES LEGEND -+- ULM WATER _....--mm SEWER -+-... EOSTINGGAS -�- .EXISTING TRAFFIC SIGNAL _..-„oamNG sToRN SEWER _._.. PROPOSED ARAlI00NFD• IM-lM1AACCFE —. PROPOSED REMOVED p[ OACI(OF CIIM (� aim xG M.M. Ea NGWATERVALVE O MamNG FAL Cj PROIX)MAtANDONVALVE DIG-TESS NOTE: CONTRACTOR SHALL CONTACT DIG-TESS (1•B00-DIG-TESS) FOR UT.% LOCATES NO LATER THAN TWO FULL WORKING DAYS PRIOR TO COMMENCING GRADING/ PAVING(CONSTRUCnON. CACC l NN(11 S'i.L1,' .. RA19i95 ....... II`T�FOC.s�.%`kY'Y1 pie •� RE OHM HNER. P.E. DATE 3.0.114016 C.T.P. i93034.9241.30000 DESIGNED BY: GB DRAWN BY: 3F CHECKED BY: 3T SCALE: 1"-100' DATE: MARCH, 2014 DEMOLITION j B ABANDONMENT I DRAWING 3-D-1304 DEM-1 ORIGINAL TOWN OF LUBBOCK WATER LINE REPLACEMENT Xerm �fAVYF-1TIE W TO �Ra ---Nw-jA ------ 90 SCALE I'=100, LEGEND EXISTING WATER EXISTING SEWER 4)(151ING GAS _.1,asTINSTRAITICSIGNAL ——.EXSTNG STORM SEWER PROPOSED WATER MOC SACK OF CUM 0 vasnNomm. 0 EGSTLNG WATER VALVE 0 mnw. F.N. CONTRACTOR SMALL CONTACT DIG-1 ESS FOR No LATER THAN TWO FULL WORKING DAYS PRIOR TO COMMENCING GRADING/ PAVING/CONSTRUCTION. ......... .. .... ...... QTy P.E. Lk DATE PRRXl TO AM AYXSTIAUCf10N peI. vrLubbock DIRCUNTMM TNISAAKC� XXH I'LLID 0 S4"152. 2. TRACER WIRE SHALt. K U67ALUD 70 INDICAM LOCATION W WATER MM 3. CONSTRICTION TAPE SHALL SF3.0.114016 INSTALLED T AWA WAYMSEWER PIPE.C.I.P. #91034.9241,30000 DESIGNED BY: GB 4.2'IRONV-CfFVALVES SHALL K INSTALLED CNWATER. PIPE W14ENSPDOTIED FOR DRAWN BY: )F TEITIMI'LOPOSESONLY. CHECKED BY: JT S. MANDATOM: CALL FOR UK LOCATES SCALE: I'-IW 0140URSKIORTODEGINNING DATE: MARCH, 2014 ANY ooNsTAucrToN Acnvny 6 FOLIM BEST MANAGEMENT PRACTICES TO CON KY WITH EPA'S STORM WATER POLLUINXI PREVENTION KAN REQUINEWNTS. GENERAL 7. A CITY Of LEMOCK ANOM TEXAS LAYOUT DEPARTMENT OF TRANSPORTATION FERNIft WILL K To ON SITE DLotmwmm(z S. CONTRACTOR IS RESPONSIOLE FOR fM DRAWING # VEATMW ALL LOCATIONS AND W"N' 0' TIE-INS AIM UNE LOCATIONS MOR 70 3-D-1304 WGINNINGCONSMICTIOPLIHECITY OF LUSNOCR WILL NOT N HELD MVMW FOM1ANY MINOR CHANGES NEEDED TO ADM W-1 ORIGINAL TOWN OF LUBBOCK WATER LINE REPLACEMENT 30 SCALE 1"a30' FIECE.. -TIE TO E%ImNG 1[' 90• BEND. aR9 •16• artreaELr vuvE IN vuRr 0+19.3 1+11 .16• %a• TEE: SOUTH. 16• DUITERILY VALVE IN VAULT WEST. r GATE VALVE 1+71 .16. U.S. REND 7+60.1 4Y' 715' DEAD 2+a5 -16' 65• BEND 3hM d6' AS• REND 3+16.7�r TEE: 6• %C TEE: �-WFSb a' WIE VAL 3++1.9 -16' 4Y BEND 3+A5.9 -IV 4• REND 4+10.7 .1P BITTTEAFLY VALVE a1 VAULT ++u.7 .16' AS• MNO 4+46 -16•+S• BEND �+$3 -16' AS• BEND 4.0 ,GLOW OFF VALVE 4+61.1 -BEGIN 3P GVfING 4+93.7 -BEGIN 3Aa ORE AND B -BEGIN ITA30. R.O.W. 7N3.7 -EMO B.N.S.F. R.O,W. •ENO BONE AID CWNG t+10 •36' AS• BEND a 417 •][' 95• BEND 4+17.7 -IV TEE WEST. TWTO EXISTING 16'C.1. WATERLINE -IV rm N29.f WEST: 6' WTE VALYE ANO a0% •[C0PVCTO DAa OF ALL TOBEMOW(ICAL LY RESTRAINED PERCITY SVIa1D FDA FINE HYDRANTS. b' PILG. (FXISMNUNVOPWUS TE REATTACHED MUSE E li' WG FIRE TER TESTS COMPLETE piIASE F)(ISTING faLE INDIw7TJ ... .. . ' �TDroEumw7Dm _ .. �!` VLT stUtll AA3ss T. _ �"3ar Aa°as,"�°Ro°IcwsEQ_._ Imo— _ �T a—TR�IN�t3.1 J G1'i FROFIIE OF W-1 IV 0900 PVC WATER FWJM 0lWTO a+A1 SCALE: M. 1••60' V. 1'•2v ._...._ twmnG SEWER ...--._oasnllc cAs ---'-eDsrIMG TRAFFIC S1GNN. ._-._._pGSTINC S701W SEYIFA PROPOSE➢WATEa BCC ma of Cum L) EXISTING M.M. F%L9TINGWATEAVALVE f,J EXISTING F.H. LJ VALVEPRomISED VAULT w"Um LJ MOWGFPVALVE DIG•TESS NOTE: CONTRACTOR SHALL CONTACT DIG-TESS (1-800-DIGTESS) FOR UTILITY LOCATES NO LATER THAN TWO FULL WORKING DAYS PRI00. TO COMMENCING GRADING/ PAVING/CONSTRUCTION. OJfNA i1KN 4^r...._..... OItLC J H.Y BNEfl. jL2D04-- DATE m�Lubbock J.O. 114016 C.I.P. #91034.9241.30000 DESIGNED BY: GB DRAWN BY: IF CHECKED BY: IT SCALE: 1"-30' DATE: MARCH, 2014 PLAN AND PROFILE W-1 0+00.8+41 W-2 0+00-4+27 DRAWING # 3-D-1304 W-2 ORIGINAL TOWN OF LUBBOCK WATER LINE REPLACEMENT l 30 _ 15, Q 3 SCALE 1'-30'-30' I L i !.ti ii%..•y y� 3 4'"jr •�� .51 } 3. i T 6 tC'fl4r}.' 'V• W-1 PORTER LINE SIRMIFRY: I I ,' - k .p A ..L 7'rY�' '2 'F"� ,elr'Ti• f I ) f i y� SAY. •t'F N79.f -IPXf•T2 r'.'v OY 1•. A y� ,`�' ?. A;C OuY r r ('. I A8. 1 WEST: 6'G7E VALVE AND SOX .��x�•'��� { „,.,� �!E'' ._.�F •A r A' L�"� �. �i���{ .;iLiAo�urrs�To�MMNNI�OYLv 1 " .jL ij' 1 }'' •r 1 •1.1's iX 3�' ' "Y 1:'' h `.>:•�`�r 'L r"Y�r`Irojj RESTRADan FFACI ST ii2." '4' 1 FOR FIRE NYORAWM I . � ,r 7 - d i': , iN � � [� -; s , ; �`.�,t . � t `3 `i _r � � 'F•Y� �'� If�..,r' i"'i"i -REwF.x. i I'. ^ c= [it •' I 7 { .,. _ I :4 .>* tH. 1L :; +>J.F XN v+',r cy. ~ t�. rtl 1•57 -lf'KRRUI[F VALVE IN V.wLT I � � I• iI Qr. RI"N . /F bfi]r I . ,. RT � __ .. 6 ' - - .: � � .Y,•j4"f1'c �" � "� AVE O WATlESCMiE t (l1 ( ( % B U• LIVE 1'/-114'CSOS P416 "IOCATOMASMIDPOiD REMOVED Lf' I I"ATCR � I AVE B ! p 1 10- 7F t m k .3 3 S wfi' r a 5 t iq 51 -1 EwmNc x• —32+DQ U+co PROFILE OF W-L IV C-MOVC PWATEIE"e±11 TO Is+rs 'S�AiEi N:3=T0'-V: P7Y- ' 1f+W -If• X f' iFE WEST: f" GTE VALVE AND SEAM .E"L)OO STO BNCROFCLRR 7 •RismmSTDBEITY STAGLLY FOR FIR NEO PER l71Y STANDARDS FOR FIRE MYplW15. -NON F.H. GENERAL NOTE: L PRIOR TO ANY ODMSTRUCxON OU"RERT FROM THIS FIAEA CALL IIYIN nLq a s+E-+Isx 2. TRACER WIRE SIw1 m INSTALLED TO INDICATE LOCATION OF WATER NM. D S. COISiN11Cf10" TAFE SNVL BE INSTALLED Y AIM WAnrySONEA MAES, 1.21 BIOW-0FFVALVE$ WALL BE INSTALLED ON WATER MFIS WHFD 51EOFIE0 FOR TESTING MMPO5E50NLY. S. MANDATORY: CALL FOR LIME LOCATES M TROUTS PRIOLTO BEGINMlMG ANY CDNSTRUCTION ACTIVITY. f. FOLLOW BST MANAGEMENT PRACTICES TO COMnY WITH EPA'$ STORM WATER P(XLUDdr PRfllENT1ON MAN REQUIR9Tt1PT5. 7. A OTY OF U*)OCA ANWOR TEXAS DEPARTMENT OF TRANSPORTATION PERMIT WILL BE REQULRED TO BE ON SITE OWNG CONSIRUCTION, S. OXPTKACMR IS RENOMSINE FOR FIELD VTAPFYTNG ALL L.OUTIONS AFO DEPTHS aF nE-INK A O LLNE LOCATIONS MOOR TO BEGINNING CONSTRUCTION. THE CRY OF UDBOOL WILL NOT BE HELD RESPONSIBLE FOR ANY MINOR OWIM NEPOFO TO AOXST TINE PROPOSED L EM. LEGEND EXISTING WATER ---OQSTLNGSEWER ..___ 9m5llRG GAS ----EXISTING TRAFFIC SIGNAL ----EXISTING STORM SEWER - PROPOSED WATER DOC SACIL OF CLAIR !) EXLSTING M.N. EXIAING WATER VALVE FEXXLLSTTMFM. p�1F�L ® /YRALpVEE�INFV�LT Y VALVE IN YMILT I0.11ELI[F DIG-TESS NOTE: CONTRACTOR SHALL CONTACT DIG-TESS (1-BO m,.r 55) FOR IFTILITY IACATES NO LATER THAN TWO FULL WORKING DAYS PRIOR TO COMMENCING GRADING/ PAVING/CONSTRUCTION. f :. �- . 1 clrcciyllG Bnca "���999•. rICF y Rt�r.V CRE PM UAIER. P.E. -talk GATE City Rf Lubbock nes 3.0. 114016 CI.P. #91034.9241.30000 DESIGNED BY: GB DRAWN BY: 3F CHECKED BY: 3T SCALE: 1*-30' DATE: MARCH, 2014 PLAN AND PROFILE W-1 8+41-15+BB.5 DRAWING 3-D-1304 W-3 - I_. -1 f1 E 5 t' - 1 r- 1 r Y r • ORIGINAL TOWN OF LUBBOCK WATER LINE REPLACEMENT 1 _.,...,. j .._._ ..... .. ........ ...,- ___...._ _.._ - MATCH UNEC tW 122 _ - __�__ 1 1 r bl AVCO - -17445 •' --1E+14 AlS I I ( - •. r TRsnvnTFx . j .! , -.. ,•.. To L TOVE 10RE111WID•AVID " VALVE 10 PENAVi 1Y CLOSED < '+ vv _jj;�IWAUA _ P H, W, 1.1. AM. PROM IS«BB11. 22+:].- -- .- - - --a =j 3q 15�3 SCALE 1"=30' -• - IV NITIFAFLY VALVE AND VAULT 11+14 -IG•%4^TEE WFST:4` GATE VALVEAND BO% 21,5].5 -15' 9M BWD 21+BL4 -IV WEST: P GATE VALVE AND Box 4^ C-90o PVC TO DAo(Of NPB •ALLl0IN15T0 RE MECIUNIOVIY REiTM1Hm PFA CITY STANOAaDS FOR fIaE IIYORAERS. -IIEYf fiM. 3113 6- -- -1E^ DVRERIiY VALVE ANO VAULT GENERAL NOTES 1. PRIOR TO ANY CONSTRUCTION DIFFERENT FROM THIS PLAN, CALL 50611 FLUD O 5481152. 2. TRACER YAM SHALL RE INSTALLED TO INDICATE LOCATION OF WATER PIPES. 3. CONSTRUCTION TAPE 51 W L DE INSTALLED 2' ADOVE WATINSEWER LAPIS. 4, P KOW.Off VALVES SHALL BE INSTALLED ON WATER PIPES WHEN SPECIFIED FOR TESTING PURPOSES ONLY. 5, MANORTORY: CALL PLR LINE LOCATES 4B HOURS PRIOR TO BEGINNING ANY CONSTRUCTION ACUVUY. L FOLLOW OW MANAGEMENT PRACTICES TO COMPLY WUH EPA3 STORM WATER POLL11noN PREV%HnON MALE REQUIPEMEMTS. 7. A CITY OF LURSW O AMWC%t 78" PEERHU WILL SEE RE�QUIREDD TRANSPORTATION ON SUE DURING CONSTRUCRON. B. CONTRACTOR S RESPONSIEiE MR NEW VERIFYING ALL LOCATIONS AND DEPTHS OF TIE-INS AND UNE LOCATIONS PRIOa TO DEGINNING CONSTRICTION. DIE CTIY OF UMOOCK WILLMOTBE HELD RESPONSM E FOR ANY MINOR S NEEDED TO ADRIST THE PROPOSEDUNES. KED fE6. LEGEND ----- E%ImNGWATER .-. -. SaSTWG GAS _..__.-WST NG TRAPFIC SIGNAL Doc BAKOFCURD `j Extsui M.H. EXLSTUXI WATER VALVE `> EXISTING P.R (J PROPOSED ARNiOON VALVE O PaoroSEDVALVE Ll morose D 26• IIIITTI9ULY VALVE IN VAULT DIG TESS NOTE: CONTRACTOR SHALL CONTACT DIG-TESS (1.800-DIG-TESS)FOR UTRITY LOCATES NO LATER THAN TWO FULL WORKING DAYS PRIOR TO COMMENCING GRADING/ PAVING/CONSTRUCTION. ��M`•-� � f11 i0:•. ff�Z r C J HN HN-cR, P.E ATE20E4 ' S f);; : Lubbock 3.0. 114016 C.I.P. 491034.9241.30DOO DESIGNED BY: GB DRAWN BY: 3F CHECKED BY: 3T SCALE: 1"=30' DATE: MARCH, 2014 PLAN AND PROFILE W-1 15+88.5.22+21 DRAWING A` _ 3-D-1304 W-4 ORIGINAL TOWN OF LUBBOCK WATER LINE REPLACEMENT WIilPPLP Po'EDl WATER s OJ3 tATI1DOE, 3)Se12DY166 %y'�f � z..lu:9 t.o:NGlruoe: TD11sDIu1»' /.,.. �gY I I fix W.) 1G C�m0 PYC, AYE A � DOR[Pi, \ 'y �+ 7 � yFIFIT za.a7 T l b y PAVE)EMT SEyy�/E 27475 V 126 524J M151ii i9 71 - i nG ti ' . 0.EPlAQD dEAVE A 1/ l O W 21 61.2� / UTRIIDE: 23.59120165 f�y �7L1 L {' fi AS FlALYODjM W1ES /. ui5STRCEERIP : WNGfRxtf.lD29900E3931 .'. ...-, %. Ia TOP dF STE'i it a.Nl' .. S'- Tip r i 2 i i • i MITOI LINE c}}(W 1224�7 �. L k f• A V p4�'F,p t� # (Itr i /j '!_.: .. -i ... .. ..-._ '. . a:xLA.�4:.>rn�a'x a��:�u'fi1�.a.'•SE��v� �Cs�.L�F:..W':i i�`.Yfc...,-......s..._...ti:YwYwc�t�F.�..�< ._...r_.. C'1 PROFIEO FW-1 If' C-9oo P/C WATER_F_ROM 22+21 TO 30+113 �cA¢ irT 3o Iz�'�ta 3 is SCALE 1"=30' W-I WATER LINE SUMMERY: 1. -36`%6'TEE 1 NORTH: f'GATE VALVEANDOW -�4-LEBM ACI(oiaim -RL TO BE NEOIANNALLY AESTMINm PER CITY STANDARDS FOR FIRE HYDRANTS. -NOW F.H. 25+09.2 -Iv 9o- RIND 2S+14.L TIE TO E)PSTING 6• PY'C WATER 27+75 _IVOUTTM1MY VALVEIN VAULT 27+L0,4 -16' 4P KM 27+92.4 10 4Sr IM ,/ a[aNLDREANDarsTrnl•RST3MENr s -LAWN oE. 33 5"%5 739 LATTNDE:.-mn..sxm LONG[IUOE: ao1.63NO021u 29+49.7 -END BRIE AND 24' STEEL CASEMENT -ENOT%DOTN.O.W, LATITUDE: 3).57774M2 LONGITUDE IDIA 27079 I 2f+Sm -IP4P LEND MF IV 45- DFNO 29+7L 1r LIRTGFLY VAWE IN VAULT 29+43A 1r SQ- LEND 20.99.3 -TIE TO lD=NG lP PW: WATEA W-3 WATER LINE SUMMERY: 0.00 •16'%f•TFE west: v fATE VALVEAND RR 0.55 -SOON: RR9IECT EDSfID SFRYICE. (005RNG SERv10E LOCATION TO 0E FLED IN THE new.) Ge1N IAL NOTES: 1. PRIOR TOANY CONSTAUCDON DIFFERENT FROM THIS MAN, CALL POSH MID a 501152. 2. TRADER WINE SHNL DE INSTALLED TO INDICATE LOCATION OF WATER FIFES. 3. CONSTRUCTION TAPE SHALL DE INSTALLEp rALWE wnT[WSEREn nM4s. 4. r ROW4JFfi VALVES 4/ALL DE INSTALLED ON WATER MM WHEN SPEOFlED FOR TESTING POAPOSES ONLY. S. MANDATORY: CALL FOR LINE LOCATES 46 HOURS PRIOR TO BEGINNING ANY CONSTRICTION ACTIVITY. 6 FOLLOW REST MNMGEMEDT PWACTIMS TO COMPLY WITH EMS SfdW WATER POIWTiON PAW NnON MAN R[QIIREFIWFiS• 7. A CM OF LIRLOCK ANDIOR TEXAS DEPARTMENT OF TRANSPORTATION PERMIT WILL DE RE TIED TO RE ONSIIEDUING OI. 0. CONTRACTOR IS RESPONSIRE FOR FIELD VERPYING ALL LOCATIONS AND DEPTHS OF TIE-INS AMC) LINE LOCATIONS PRIOR FO I EGINNING OONSITLLICTIOM THE CRY OF LUODOCK WILL NOT DE HELD PMFONSUI E FOR ANY MINOR CHANGES NEEDED TO AD%6F THE PROPOSED LINES. LEGEND -_.-. EXISTING SEWER ..-...ODSTING GAS . _--EmmNG TRAMIC srw — BDiTiNG STORM SEWER --PROPOSED WATER — 91WPCISEO AEANOOf1 WATER DOC-SACK OF ❑NU (} EmsnNG MN, Q EmST1NGWATfAVALVE n EnsDNc F.H. Cj PROPOSED MANDON VALVE 0�T PROPOSED VALVE q VALPRO�POma?"77EYLY CONTRACTOR SHALL CONTACT DIG-TESS UTILITY (LOCATES NOR LATER THAN TWO FULL WORKING DAYS PRIOR TO COMMENCING GRADING/ PAVING/CONSTRUCTION. CARED x9ri LAER _� N111 f Af ` E•LS.g Fr GREG 1 DATE Lubbock rear; 3.0. 114016 C,I.P. >91034.9241.30WO DESIGNED BY: GS DRAWN BY: 3F CHECKED BY: 3T SCALE: 1"=30' DATE: MARCH, 2014 PLAN AND PROFILE W-1 22+21-29+89.3 DRAWING A 3-D-2304 W-5 ORIGINAL TOWN OF LUBBOCK WATER LINE REPLACEMENT LEGEND EToporskm yl ::3 i�� txtRrRJED ALtIMTikFS, + MIN 314• DEEr, sIE•nNa i 1 FIT Flo" loIN SCONCE. i DP SIDE RADS, WED - - GRIND FLIEN FLMNf511 AND NISTNL TMTfIC•IW ' TYP ! Rr NON REETTE RING LIFTSTrON FASWMTE SIDE MILS • VNA.T LID ORTRNMC MTEO R SUPPORT SAACO175 (1K-30-NI MMGETE VAULT LSD FROI4 O]NT EXTRUOlD 1VI7N NRN1DlE OPENING TWIFAC RATED FIWIE•CDYQ MUM CHANNELS OR ! TUE6, MIN 3=, 34• 1 D� . M -GODSENew R• VALVE ACCESS IYIDE, • In' TNICX - i (• , WITH WDIE ERR. LL 70'oW1E7ER ! J rSDIE PAVEMENT SI�ET TIE/N. ID rW1lD • EXfFN90N P06E AMWEPGrY t ASAWM 1X 00T APPROVED NMAC GRafT PAVETIENT U(PAYF2IENT O 6'TDPSOLL ; TRENCH EAOFUL VARIES 1 ;i 'I•2' P ALL CRfiPTI 1T/2 T'- 11 • L~• DMT w Y1nLFUFDm / %�-� EGSFIND UfILm t _t DNIHS ! %/ ; D LdH�I- RENGIM I • r (TIP) ! i. ��' f WlD'MIFEL RIAI Lyy/1��D1� GMVEL SEALALL JOINTS PFR T I t wgLw rw1U� �R nm�/a- 1 - FLmR MoumxG ,�, DIG•TFSS NOTE: SrEEL ENCASEMENT TO ME at MAST SUPPORT 'i^"L@DINT „�. 3•CWSIIED 1 -Z NOPIINAI nPE 512E5 r. r F r �^ AS RECAPPED - ' ABM Mu°FM z7°oEfOi�al RE ,• EEnmxG' AOOI CONTRACTOR SMALL D.. r IAAWTIVA rwN + r'nuL. .., . I I�! -__ SUE aP lmurr r , •C r CONTACT DIG-TESS (Mq9 r"IN - ELEVATION SECTION.,..MIN.R' ( - YOFI;M E4•MS 1 Dk�!1,N0T0: WATER PIPELINE UTILITY ILO(iTWO OR T Asnw.TlaHTs. T ac EwprFZ4 b 1. �u1 LA7TIR1sIeiJRR3k WIDTH LATER THAN TWO FULL IAREss orllatvnsE �T� WORKING DAYS PRIOR TO ASPHALT FAWMV(rNr REPAIR DETAIL TIADDT) EIN'TERPLYWAIVEVWLT 4 WSTDFG yr ITYCROSM 7 N� Fes.. COMMENCING GRADING( ILEA 70 N.TS. N.TS. PAVING(ODNSTRUCTION. S G9Ec :OILY 9AER Y ;i,..•.,...9f 196 ;F BME .E. DATE 1� N Lubbock rL1.rs 7.0. 114016 — C.I.P.191034.9241.30000 DESIGNED BY: GB DRAWN BY: IF CHECKED BY: 1T RFFIDYE AEELAa n PIPE SCALE: 1"-IW 3�Tico T nWnraT Dix —.. *""'� Tlwurwoni DATE: MARCH. 2014 nzT TRIED•ivR�T I TMFOLM.O IDNG SECRpI, lnALLAnaM DyL �TEPE • fOMOOWr N1aR DYM ylyyQyylT .--__ METAL OF MAJOS i DIA. • Pik D.A. U• PIAiE iw,m•• _ n. } yy�, 4 J INCH 3 DDNCRM 4 THRUST 4 2 4 A•T ..t'`�? 3 IS IRXT 4 S R 1 tlmc E 4 i i 2 ELDa R a • 1 • 9 1 GENERA. DETAILS 1 •1 DNETO RE •_ UNE TO ROWX 3 ` 27 •v W2-IO 17<. r CN�TE 30 7AWIDONED W SERVSCi Thum 15 3753 4 31 27�M.Otlf�_: �p F nH _..._.�4 2s CDNOIEIE-W/EARs _..M _ TEE n s ' 90 SS DRAWING4S•ESID, •• �TMV'OI �sDO Pa S,qT 7 99•M9q 74 '•. . 40 Ci7lioleT i Se 11.2r EUI0 SD T� 3-D•1304 SE CVf •PLLZfi— _-- 12 u� A11. M�1-' - I D-1 f.5:'- ORIGINAL TOWN OF LUBBOCK WATER LINE REPLACEMENT SLOPE TO DRAIN IN ALL DIRECTIONS SEAL ALL JOINTS PER MANUFATURES RE UIREMEN7 ON RECAST VUALTS ^ _w EXISTING ROCK 5' BLOW OFF DETAIL SCALE 1"=5' 30" DIAMETER MANHOLE LID 275 LB FRAME & COVER 8" PVC C900 PIPE RISER HORIZANTAL BRACING B" GATE VALVE 16"XB" TEE CONCRETE PIPE SUPPORT #4 BARS @ 12" Q.C. EACH WAY DRAWING # 3-D-1304 REVISIONS LEGEND DIG-TESS NOTE: CONTRACTOR SHALL CONTACT DIG-TESS UTI 1- LOCATES FOR NO LATER THAN TWO FULL WORKING DAYS PRIOR TO COMMENCING GRADING/ PAVING/ CONSTRUCTION J.O. 114016 C.I.P. #91034.9241.30000 DESIGNED BY: GB DRAWN BY: IF CHECKED BY: IT SCALE 1"=S' DATE: 4123/14 r ` 7 Lubbock tile's BLOW OFF DETAIL SD-01 ORIGINAL TOWN OF LUBBOCK WATER LINE REPLACEMENT GENERAL NOTES _ PR10R TO THE COMMENCEMENT OF CONSTRUCTION THE CONTRACTOR SHALL EXAMINE THE CONTRACT DONMENTS AND SPECIFICATIONS THE PLAN INCI.i)DING ALL NOTES AND ANY OTHER APPLIGIBLE STANDARDS AND SPECIFICATIONS SLELEVANT t0 THE PROPER COMPLETION OF THE WORK SPECIFIED. FAILURE ON THE PART OF THE CONTRACTOR TO EXAMINE ALL STANDARDS OR SPEQFIGTIONS PERTAINING TO THIS WORK SHALL iN NO WAY RELIEVE THE CONTRACTOR Of THE RESPONSIBRITY OF PER THE WORK IN A.CCARDANCE WITH ALL SUCJL APPLICABLE STANDARpDISI AND�SpPUECWIftGTI0N5. PROCEDURE EIS OAF CONS�TRULCTIROTIXI ANO IMBILLY S FtiY PREGNII�ION PROGiEW5REU71IXNG IN )1NY WlI TO THE CONDITIONS OF THE PREMISES. THE INFORMATION SHOWN ON THESE DRAWINGS CONCERNING TYPE INFORMATION, AND THE LOCATION OF UNDERGROUND AND OTHER UTILTTES IS NOT GUARANTEED TO B� ACCURATE OR CGMPREHEHSIVE. T HE DETERMINAT10N5 AS 7D THE TYPE AND LOCATIONS OF ALL UNDERGRWND URLLTIES AND OTHER UTILITIES AS MAY BE NECESSARY TO AVOID DAMAGE+ SHALL BE THE RESPONSIBILITY OFTHE CONTRACTOR. THE CONTRACTOR SHALL REPAIR ANY bAMAGES TO EXISTING llTILTTIES IMMEDIATELY AND AT NO AODIifONAI COST TO THE CTfI' OF LUBBOCK. PLANS SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR WITH NO ADDITIONAL COMPENSATION. THE CONTRACTOR SHALL BE RESPONSiBIE FOR NOTIFYING UTILITY COMPANIES HAYING PROPERTY W THE AREA OF CONSTRICTION A MtMMUM OF ONH R�AWING.SCA TO ANY EXCAVATION. CONTRACTOR SHALL EMPLOY SERVICES OF DIGIE55 AS NOTED IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO LOCATE AND PROTECT ALL PUBLIC UTILITIES IN THE CONSTRUCTION OF THIS PROJECT'. ALL STORM SEWER INLET MANHOLES CLEANOUTS VALVE MUST hi AAMU" b HE PmR'jEGN LIRE AND GW BY THE A"COr°rtRACrOP"R�PRIoa TO ANDAFTER THE REPLACING OF PERMANENT PAVING WHERE NECESSARY. LAND GIMPROYEMENTS 1NCWDING BUTNOTLST IMREDTO: FENCES GATES VE*0DSUR PERMIT RSINTAALUT10N OF TIE W AN SHU.L BEREPAIRED 0 REPLACED BY THEECOEDHTRACNR ATTME CONTRACTORS EXPENSE, IN THE sSAAMNE LOCATION AND IN CONDITION EQUAL TO OR BETTER THAN FOUND. THE CONTRACTOR SHNI. BE RESPONSIBLE FOR MAINTAINING TRENCH SAFETY RE�IIREMENTS IN STANDARDS FORALLTME)EGVA ONS.BBOCK STANDARDS, TEXAS STATE UW, AND OS.H.A. AT ALL TIMES THAT WORK IS PROGRESSING THE COMRACTOR SHALL HAVE A DESIGNATED COMPETENT PERSON T N•SITE WNC SHALL BE RESP0 IN&LE FOR SUPERVISING THE WORK AND WHOSE DUTY IT WILL BE To EMREQUIRED SAFETY INSPECTIONS AND TO DIRECT ALL REQUIRED CONSTRUCTION SAFETYES ALL CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE LATESTCRY OF LUBBOCK STANDARD DESIGN REQUIREMENTS AND SPECIFICATIONS. IN THE CASE OF CONFLICT BETWEEN DRAWINGS SPECIFICATIONS OR STY OF LUBBOCK STANDARD RE UIO REMEMS AND SPECIFIGTRNiS THE M06T SIRSNGFM SHALL BE FOLLOWED UNLESS REQUESTED BY R AND APPROVED IN WiiITiNG BY CITY OF LUBBOCK ENGINEER. THE EXISTING UNDERGROUND IIRLiTffS SHOWN NAYS BEEN LOCATED FROM FIELD SURVEY WPoTIMATTON AND EXISTING DRAWINGS, THE LNIGINEERJSURVEYORAPAKES NO GUARAKTEE THAT ANY UNDERGROUND UTILITIES SHOWN OR NOTED COMPRISE ALL SUCH UTILITIES IN THE AREA EITHER 1N SERVICE OR :RAN ITDISTIE CONTEE R'S RFSPWISIB,LITYP TO PROVIDE PR P RµNOTIFIGTIR OTI Ij CONSTRl1 I- GRADING,IPAVING ACTMTIES PRIOR 1D BEGINNING PROTECT AND TO FOLLOW ALL. TO DESSPNOTER TEXAS EXCAVATION SAFETY SYSTEM RULES TO AVO1D UTILITY DISRUPi(ON. REFER BA)f 0FMAWINGWM MLXANDGENPAALNOTIS ���OEMODI7011 iASNG0M/FNT BwRLX OFM 6ENERAI. LAY= ..—_. PIIN NiDNl ww-19+9WNi W49+w4+27 NAN AND PROFU W-1$+41.Li+NS _ SNMXWt SMNI WQ RwN X Wd L NAN AND NIOfIIE W1 IS+M.S-R+21 AND NKIFIIL° WA II+1L--]Mtl3 ^ Irk M Wi •—�SheNX W3 �NAN Tn1aAL oLTnILs slwr X o-i _•�_ GENPMLOEINIS _ �XO.2 THE CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING AND STAKING THE PROPOSED LINE AS SHOWN ON THE PLAN. FOR AUTT�10pQATTIIONViW.YMIAN F55HEARtELMBEREQUE ED µIS PPROIVE IN WRAITTEN FORM. THE CONTRACTOR SHALL INSTALLTRACER WIRE TO INDICATE THE LOCATION OF THE PIPE EEPPAS STORM WAATTERR POLLUTION PREVENTION IS TO FOLLOW THE PLAN REQUUINT REEMEENNT5 CES (BPS) 70 COMPLY WITH THE THE COffDW-TOR IS RESPONSIBLE fORTEMPORARY RELOCATION OF TRASH DUMPSTERS AND RETURNING TO ORIGBVAL LOCATION AT CONTRACTORS OWN EXPENSE,' WITHOUT ADDITIONAL. COMPENSATION, AFTER LOCATING EX[SRNG UTILITIES IN CASE OF CONMIR CONTRACTOR CONTACT THE FNGLNEER FOR BEST AND EXACT LOCATION OF N�W WATER LINES. THEiNTENT OF DRAWINGS IS TO LOCATE PERA NEW LINES NO CLOSER 0. EXIOS�,ETI,NWGEMS�EWER LINES IF BY 50 DOING WOULD VIOLATE THE 9' FROh1OF ASEYER LINE THERE ID NO RCLOSER7 MNElfI�51�fNG WATER E E F�LISRT 6TEP SSiBCALE�O1N57ANCE AWAY OAR T.. i L FIELD �ISF1'NTCEQ RLK.B SFIALL tIOTK B�E�C RISE FOR LC14�1N E O�RDOE0. OAR A�DD1TtLLOWiL� PAYMENTS, WILL BE ADMINISTERED UNDER UNIT PRICE CONTRACT. THE PLANS DO NOT TAKE INTO ACCOUNT ELEVATION DIFFERENCES OF EXISTING LINES TO WHICH THE NEW LINES WILL BE CONNECTED. THE CONTRACTOR SHALL PROVIDE ALL FITTINGS, APPURTENANCES AND PIPE SHALL SETO COMPENSATE FOR SUKH UNKNOWNS WITHIN THE UNIT PRICE OF PIPING AND FITTINGS. FOR PAYMENT PURPOSES ALL DISTANCES AND LENGTHS OF PIPING TUBING T NC INGELE& DIRECIONS 16"LNECESS4RD y LLII j CBE ME/SLIRED AS HORIZONTAL REGARDLESS OFIYARUT10N5 1N PAVED AREAS FOR ALL VALVES TO !iE CLOSED AND ABANDONED THE COrTACTOR SIMLL REMOVE VALVE BOXES FILLTHEM WITH CEMENT NO ED MATERIAL TO FIBRIN 2INCHES OF SURFACE TOP PAVEMENTHSSai MIS E IF SURROUNDING PAVEMENT IS ASPHALT OR CONCRETE IF SURROUNDING ALL MEiFR TAPS A COM'ERTUBING SHALL BE ONE LS) INCM MINIMUM. OTHERW�S�, IMTCH EXISTING �IXAfIS ORaWE BBIGl IS ALLOWED. A ETER TO IRMISITION FROM ONE (1) INCH TO " ILS REQUIRED. NO StBLi1Y_ffi42T€414N: TILE CONTRACTOR SHALL BE RESPONSIBLE FOR COORDINATING WITH AND PROTECTING ANY PUBLIC AND PRNATE UIIlIRES W THE AREA 2jr,TF55 NOTE• (� H1COLL WOWCING Di1Y5 PWOR�TOOICOMMEN820i ADING/PkNNG/CONSTRUCTION NO LATER T14W TWO LEGEND DIG-TESS NOTE: CONTRACTOR SHALL CONTACT DIG-TESS (1-800-DIG-TESS) FOR UTILITY LOCATES NO LATER THAN TWO FULL WORKING DAYS PRIOR TO COMMENCING GRADING/ PAVING/CONSTRUCTION. !` Lubbock ltlu A 3.0.114016 C.I.P. #91034.9241.30000 DESIGNED BY: GB DRAWN BY: DO CHECKED BY: IT SCALE: 1"=100' DATE: MARCH, 2014 INDEX AND GENERAL NOTES i _ DRAWING # 3-P3304 G-1 PAGE INTENTIONALLY LEFT BLANK