HomeMy WebLinkAboutResolution - 2022-R0030 - Contract 16211 with West Texas Paving Inc. 1.11.22Resolution No. 2022-R0030
Item No. 7.14
January 11, 2022
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute
for and on behalf of the City of Lubbock, Contract No. 16211 for Unpaved Roads
Improvements, Phase 4, by and between the City of Lubbock and West Texas Paving, Inc., of
Wolfforth, Texas, and related documents. Said Contract is attached hereto and incorporated in
this resolution as if fully set forth herein and shall be included in the minutes of the City
Council.
Passed by the City Council on January 11, 2022
G.."
DANIEL M. POPE, MAYOR
ATTEST:
Rebe ca Garza, City Secr ary
APPROVED AS TO CONTENT:
r7 h
Jesica cEac ern, Assistant City Manager
APPROVED AS TO FORM:
Chad Weaver, City Attorney
vw:ccdocs/RES.Contract-West Texas Paving, Inc.
December 20, 2021
BID SUBMITTAL FORM
BID CONTRACT
DATE: December 6, 2021
PROJECT NUMBER: ITB 22-16211-TF, Unpaved Roads Improvements Phase 4
Bid of West Texas Paving, Inc.
Bidder)
(hereinafter called
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Ladies and Gentlemen:
The Bidder, in compliance with your Invitation to Bid for the construction of the referenced project, having
carefully examined the plans, specifications, instructions to bidders, notice to bidders 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.
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.
Bidder 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 270 Consecutive Calendar Days as
stipulated in the specification and other contract documents with final completion within 300 Consecutive
Calendar Days as stipulated in the specification and other contract documents. Bidder hereby further agrees to
pay to Owner as liquidated damages in the sum of $300 for each consecutive calendar day after substantial
completion set forth herein above for completion of this project and liquidated damages in the sum of $200 for
each consecutive calendar day after final completion set forth herein above for completion of this project, all
as more fully set forth in the General Conditions of the Agreement.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
instruction number 29 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of 60 calendar days after
the scheduled closing time for receiving bids.
The undersigned Bidder 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 bid, and he further agrees
to commence work on or before the date specified in the written notice to proceed, and to substantially complete
the work on which he has bid; as provided in the contract documents.
Bidders 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 bid 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 bid submitted as a guarantee that bidder will enter into a contract, obtain all
required insurance policies, and execute all necessary bonds (if required) within 10 business days after notice
of award of the contract to him.
City of Lubbock, TX
Public Works
ITB 22-16211-TF
Unpaved Roads Improvements Phase 4
West Texas Paving, Inc. of Wolfforth, TX
QTY
Item
Description
(+/-)
UoM
Unit Cost
Extended Cost
#0-1
Mobilization
1
LS
$ 65,000.00
65,000.00
#0-2
SWPPP
1
LS
11,000.00
11,000.00
#0-3
Preparing of Right -A -Way
62
STA
2,000.00
124,000.00
#04
Asphalt Removal
324
SY
30.00
9,720.00
#0-5
Concrete Removal
479
SY
40.00
19,160.00
#0-6
24" COL Type A Curb and Gutter
8,716
LF
18.00
156,888.00
#0-7
24" COL Type B Curb and Gutter
220
LF
18.00
3,960.00
#0-8
2" HMAC COL Type C
19,608
SY
36.00
705,888.00
#0-9
6" Concrete Valley Gutter and Fillet
444
SY
105.00
46,620.00
#0-10
6" Concrete Alley Returns and Driveways
1,189
SY
105.00
124,845.00
#0-11
ADA Ramps
11
EA
2,000.00
22,000.00
#0-12
Manhole and Valve Box Adjustments
4
EA
2,000.00
8,000.00
Total: $ 1,297,081.00
Enclosed with this bid is a Cashier's Check or Certified Check for
Dollars ($ ) or a Bid Bond in the sum of
5% GAB Dollars ($ ), which it is agreed shall be collected and
retained by the Owner as liquidated damages in the event the bid 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 10 business days after the date of receipt of written notification of
acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon
demand.
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract
documents made available to him for his inspection in accordance with the Notice to Bidders.
Pursuant to Texas Local Government Code 252.043(g), a
competitive sealed bid that has been opened may not be
changed for the purpose of correcting an error in the bid price.
THEREFORE, ANY CORRECTIONS TO THE BID PRICE
MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR
TO BID OPENING.
(Seal if Bidder is a Corporation)
ATTEST:
Bidder acknowledges receipt of the following addenda:
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
D te: December 6, 2021
Authoriz gnature
Darrell 4 aulagin
(Printed or Typed Name)
West Texas Paving, Inc.
Company
10104 Alcove Ave
Address
Wolfforth ,
City,
TX ,
Lubbock
County
79382
State Zip Code
Telephone: 806 _ 833-2882
Fax: 806 _ 833-2884
FEDERAL TAX ID or SOCIAL SECURITY No.
75-2028682
EMAIL: marshal@wtxpaving.com
NL WBE Woman ---[Mack American Native American
Firm: X
ispamc Asian aci is Other peci y
American X American
BOND CHECK
BEST RATING
LICENSED IN TEXAS
DATE BY:
CONTRACT AWARD DATE: January 11, 2022
CITY OF LUBBOCK
SPECIFICATIONS FOR
Unpaved Roads Improvements Phase 4
ITB 22-16211-TF
CONTRACT 16211
PROJECT NUMBER: 92712.9240.30000
Plans & Specifications may be obtained from
https:Hci-lubbock-tx.bonfirehub.com/
City of 1 '
bb o cn
TEXAS
CITY OF LUBBOCK
Lubbock, Texas
Page Intentionally Left Blank
1. NOTICE TO BIDDERS
2. GENERAL INSTRUCTIONS TO BIDDERS
3. BID SUBMITTAL — (must be submitted by published due date & time)
3-1. UNIT PRICE BID SUBMITTAL FORM
3-2. CITY OF LUBBOCK REFERENCE FORM
3-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT
3-4. SAFETY RECORD QUESTIONNAIRE
3-5. SUSPENSION AND DEBARMENT CERTIFICATION
3-6. PROHIBITION ON CONTRACTS WITH COMPANIES BOYCOTTING ISRAEL
VERIFICATION
4. LIST OF SUB -CONTRACTORS
5. PAYMENT BOND
6. PERFORMANCE BOND
7. CERTIFICATE OF INSURANCE
8. CONTRACT
9. CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176
10. CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES
11. GENERAL CONDITIONS OF THE AGREEMENT
12. DAVIS BACON WAGE DETERMINATIONS
13. SPECIAL CONDITIONS (IF APPLICABLE)
14. SPECIFICATIONS
2
Page Intentionally Left Blank
NOTICE TO BIDDERS
Page Intentionally Left Blank
City of
Lubbock
TEXAS
ITB 22-16211-TF
Unpaved Roads Improvements
Phase 4
1. NOTICE TO BIDDERS
1.1. Bidders may submit responses electronically by uploading required documents at the City of
Lubbock's partner website, Bonfire. This Invitation to Bid is for your convenience in submitting a
bid for the specified project. If submitting electronically, do not submit paper documents. If you
choose to submit in hard copy, submit one original paper copy of your submittal to the office of
the Director of Purchasing and Contract Management:
Physical: Marta Alvarez, Director of Purchasing and Contract Management
City of Lubbock
13 14 Avenue K, 9th Floor
Lubbock, Texas 79401
Mailing: Marta Alvarez, Director of Purchasing and Contract Management
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
MARK ENVELOPE WITH THE SOLICITATION NUMBER, TITLE, AND DUE DATE/TIME
1.2. Bids will be opened in the office of the Director of Purchasing and Contract Management,
Citizens Tower, 1314 Avenue K, Floor 9, Lubbock, Texas, 79401, and via teleconference as
shown below at 2:00 PM on December 14, 2021, 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 above referenced.
1.3. After the expiration of the time and date above first written, said sealed bids will be opened in the
office of the Director of Purchasing and Contract Management and publicly read aloud. Bids will
be opened via teleconference if date/time stamped on or before the deadline stated at the office
listed above. The Zoom meeting information is as follows:
Website https://zoom.us/j/9759171012?pwd=bkFtRTN1cXV 1 SkhWdkZiMDk4MXh2dzO9
Meeting ID: 975 917 1012
Passcode: 1314
It is the sole responsibility of the bidder to ensure that his bid is actually received by the office of the
Director of Purchasing and Contract Management for the City of Lubbock, before the expiration of
the date above first written. Any bid received after the date and hour specified will be rejected and
returned unopened to the bidder.
1.4. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder
does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a
receipt. The City of Lubbock assumes no responsibility for errant delivery of bids, including those
relegated to a courier agent who fails to deliver in accordance with the time and receiving point
specified.
1.5. Although bids may be submitted electronically, hard copy bids will be accepted in person, by United
States Mail, by United Parcel Service, or by private courier service. THE CITY WILL NOT
ACCEPT FAX BIDS.
1.6. Bids may be withdrawn prior to the above scheduled time set for closing. Alteration made before
ITB opening must be initialed by bidder guaranteeing authenticity.
1.7. Bids are due at 2:00 PM on December 14, 20211 and the City of Lubbock Council members will
consider the bids on January 11, 2021, at the Citizens Tower, 1314 Avenue K, Lubbock, Texas, or
as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and
waive any formalities. The successful bidder 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 bidder will be required to
furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100%
of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds
shall be issued by a company carrying a current Best Rating of "A" or better. THE BONDS
MUST BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY. NO WORK ON THE
CONTRACT SHOULD COMMENCE BEFORE THE BONDS ARE PROVIDED AND
APPROVED.
1.8. Please allow time to upload required documentation. 24hrs in advance is recommended.
1.9. The estimated budget for this project is $1,250,000.
1.10. Bidders 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 bidder will
enter into a contract and execute all necessary bonds within ten (10) business days after notice of
award of the contract to the bidder. FAILURE OF THE BIDDER TO INCLUDE BID
SECURITY WITH THE BID SUBMITTAL SHALL CONSTITUTE A NONRESPONSIVE
BID AND RESULT IN DISQUALIFICATION OF THE BID SUBMITTAL.
1.11. Copies of plans and specifications may be obtained at bidder's expense from the City of Lubbock
Purchasing and Contract Management office. Plans and specifications can be viewed online and
downloaded from https://ci-lbbock-tx.bonfirehub.com/portal/ at no cost. In the event of a large file
size, please be patient when downloading or viewing. BUSINESSES WITHOUT INTERNET
ACCESS may use computers available at most public libraries.
12. Bidders may view the plans and specifications without charge at The Reproduction Company, 2102
Avenue Q, Lubbock, Texas 79405 or at http://pr.thereproductioncompany.com/. ONE SET OF
PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE,
FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT,
Phone: (806) 763-7770. Deposit Checks shall be made PAYABLE TO THE CITY OF
LUBBOCK, and will be refunded if documents are returned in good condition within Six 60
days of the opening of bids. Additional sets of plans and specifications may be obtained at the
Bidder's expense.
1.13. It shall be each bidder's sole responsibility to inspect the site of the work and to inform bidder
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 bid
submitted.
2. PRE -BID MEETING
2.1. For the purpose of familiarizing bidders with the requirements, answering questions, and issuing
addenda as needed for the clarification of the Invitation to Bid (ITB) documents, a non -mandatory
pre -bid meeting will be held December 2, 2021, at 10:30 a.m., via teleconference. The Zoom
meeting information is as follows:
Website httDs://zoom.us/i/9759171012?owd=bkFtRTNIcXV 1 SkhWdkZiMDk4MXh2dz09
Meeting ID: 975 917 1012
Passcode: 1314
2.2. All persons attending the meeting will be asked to identify themselves and the prospective bidder
they represent.
2.3. It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory.
The City will not be responsible for providing information discussed at the pre -bid meeting to
bidders who do not attend the pre -bid meeting.
3. Attention of each bidder 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 bidders. Each bidders
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.
4. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this
advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids
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.
5. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -proposal
meetings and proposal openings are available to all persons regardless of disability. If you require special
assistance, please contact the Purchasing and Contract Management Office at (806) 775-2572 write to Post
Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting.
CITY OF LUBBOCK,
Marta Alvarez
DIRECTOR OF PURCHASING &
CONTRACT MANAGEMENT
Page Intentionally Left Blank
GENERAL INSTRUCTIONS TO BIDDERS
Page Intentionally Left Blank
GENERAL INSTRUCTIONS TO BIDDERS
1. BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS
1.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be
the bidder's responsibility to advise the Purchasing and Contract Management Office if any language,
requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated
in this ITB to a single source. Such notification must be submitted in writing and must be received by
the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days
before the bid closing date. A review of such notifications will be made.
1.2 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR
ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS INVITATION
TO BID (ITB) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR
DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO:
Teofilo Flores, Assistant Director
City of Lubbock
Purchasing and Contract Management Office
1314 Avenue K, Floor 9
Lubbock, Texas 79401
Fax: 806-775-2164
Email: TKFlores@mylubbock.us
2. TIME AND ORDER FOR COMPLETION
2.1 The construction covered by the contract documents shall be substantially completed within 270
Consecutive Calendar Days from the date specified in the Notice to Proceed issued by the City of
Lubbock to the successful bidder.
2.2 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.
2.3 Upon receipt of notice to proceed, and upon commencement of the work, the Contractor shall ensure
daily prosecution of the work is conducted every business day until the work is completed, regardless if
the work will be substantially or finally complete ahead of specified deadlines in the agreement, unless
the City determines time off from said prosecution is necessary or reasonable and Contractor received
said determination in writing from the City. Additionally, inclement weather shall be the only other
reason consistent, daily prosecution of the work may not take place on those inclement weather days.
3. GUARANTEES
3.1 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).
3.2 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.
3.3 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.
3.4 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.
4. BID AWARD
4.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and
to waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its
sole discretion. Unless otherwise specified herein, the City shall award the bid based on the total bid for
Bid Items 0-1 through 0-12 plus the sum of any Alternate Bids or Options the City may select.
4.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response
to specifications is primary in determining the best low bid. Failure to comply with the specifications
may result in disqualification of the bid.
4.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may
be cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to
determine possible Anti -Trust violations.
4.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than
lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder
would be required to underbid the nonresident bidder in the nonresident bidders' home state.
4.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the
State of Texas and under the laws of the State of Texas. In connection with the performance of work,
the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and
all other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the
same may be applicable.
4.6 NO INDIVIDUAL OF ANY USING DEPARTMENT 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 INVITATION TO BID.
GENERAL INSTRUCTIONS TO BIDDERS
(Continued)
5. ADDENDA & MODIFICATIONS
5.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over
the Internet at https:Hci-lubbock-tx.bonfirehub.com/portal/. 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.
5.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may
request an interpretation thereof from the Purchasing and Contract Management Office. At the request
of the bidder, or in the event the Purchasing and Contract Management Office deems the interpretation
to be substantive, the interpretation will be made by written addendum issued by the Purchasing and
Contract Management Office. Such addenda issued by the Purchasing and Contract Management Office
will be available over the Internet at https://ci-lubbock-tx.bonfirehub.com/portal/ and will become part
of the bid package having the same binding effect as provisions of the original ITB. NO VERBAL
EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for
interpretation considered, the request must be submitted in writing and must be received by the City of
Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the bid
closing date.
5.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock
shall not be legally bound by any amendment 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 ITB
should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt
of this ITB 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 bid
should be disregarded in preparing responses.
5.4 The City does not assume responsibility for the receipt of any addendum sent to bidders.
6. EXAMINATION OF DOCUMENTS AND REQUIREMENTS
6.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all
requirements before submitting a bid to ensure that their bid meets the intent of these specifications.
6.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations
that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation
to Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation
to comply, in every detail, with all provisions and requirements of the Invitation to Bid.
6.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall
be given to the Purchasing and Contract Management Office and a clarification obtained before
the bids are received, and if no such notice is received by the Purchasing and Contract Management
Office prior to the opening of bids, then it shall be deemed that the bidder fully understands the
work to be included and has provided sufficient sums in its bid to complete the work in accordance
with these plans and specifications. If bidder does not notify Purchasing and Contract
Management Office before bidding 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 bid closing date.
7. BID PREPARATION COSTS
7.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the
preparation and submission of a bid.
7.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or
equipment.
7.3 All costs related to the preparation and submission of a bid shall be paid by the bidder.
8. TRADE SECRETS, CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION
ACT
8.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision,
including trade secrets and commercial or financial information, clearly identify those portions.
8.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline
to release such information initially, but please note that the final determination of whether a particular
portion of your bid is in fact a trade secret or commercial or financial information that may be withheld
from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction.
In the event a public information request is received for a portion of your bid that you have marked as
being confidential information, you will be notified of such request and you will be required to justify
your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the
Government Code. In the event that it is determined by opinion or order of the Texas Attorney General
or a court of competent jurisdiction that such information is in fact not privileged and confidential under
Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such
information will be made available to the requester.
8.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open
Records Act.
8.4 Pursuant to Section 552.234(c) of the Texas Government Code, submit your open records request using
the link provided below.
https:Hlubbocktx.govga.us/WEBAPP/_rs/(S(quiyirflbtihahjnyce cs))/SLipportHome.aspx
8.5 For more information, please see the City of Lubbock Public Information Act website at:
https://ci.lubbock.tx.us/pages/public-information-act
9. LICENSES, PERMITS, TAXES
9.1 The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder
is or may be required to pay.
10. UTILIZATION OF LOCAL BUSINESS RESOURCES
10.1 Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local
resources, and to outline in their bid submittal how they would utilize local resources.
11. CONFLICT OF INTEREST
11.1 The bidder 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.
11.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder 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 bid.
11.3 It is not necessary to fill out the CIQ Form unless you have a business relationship that might cause
a conflict of interest with the City of Lubbock
11.4 Effective January 1, 2006, Chapter 176 of the Texas Local Government Code requires that any vendor
or person considering doing business with a local government entity disclose in the Questionnaire, Form
CIQ, the vendor or person's affiliation or business relationship that might cause a conflict of interest
with a local government entity. By law, the questionnaire must be fled with the records administrator
of the City of Lubbock not later than the Seventh business day after the date the person becomes aware
of the facts that require the statement to be filed. The questionnaire can be found at:
s://www.ethics.state.tx.us/forms/conflict/
For the City of Lubbock, these forms should be filed with the City Secretary's Office, P.O. Box 2000,
Lubbock, Texas, 79457
See Section 176.006, Local Government Code:
http://www.statutes.legis.state.tx.us/SOTWDocs/LG/htni/LG. 176.htm.
A person commits an offense if the person violates Section 176.006, Local Government Code.
An offense under this section is a Class C misdemeanor.
12. CONTRACT DOCUMENTS
12.1 All work covered by the contract shall be done in accordance with contract documents described in the
General Conditions.
12.2 All bidders 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.
13. CERTIFICATE OF INTERESTED PARTIES
13.1 Effective January 1, 2016, Section 2252.908, as amended, of Chapter 2252 of the Texas Government
Code requires certain business entities to submit an electronic disclosure form to the Texas Ethics
Commission before entering into a contract with a local government entity when any of the following
apply:
1) Contract requires an action or vote by the City Council (governing body); OR
2) Contract value is $1 Million or greater; OR
3) Contract is for services that would require a person to register as a lobbyist under Chapter 305
of the Government Code.
This must be done before executing the contract. The disclosure form may be found at
hops://www.ethics.state.tx.us/whatsnew/elf_ info_forml295.htm. You must log in and create an
account the first time you fill out the form. Tutorial videos on how to log in for the first time and how
to fill out the form can be found through the link above. After you electronically submit the
disclosure form, a screen will come up confirming the submission and assigning a certificate number.
Then, you must print the form, have an authorized agent complete the declaration and sign, and
provide it to the City (scanned email copy is acceptable).
14. PLANS FOR USE BY BIDDERS
14.1 It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project
covered by the contract documents be given a reasonable opportunity to examine the documents and
prepare a bid without charge or forfeiture of deposit. The contract documents may be examined without
charge as noted in the Notice to Bidders.
15. PAYMENT
15.1 All payments due to Contractor shall be made in accordance with the provisions of the General
Conditions of the contract documents.
16. AFFIDAVITS OF BILLS PAID
16.1 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.
17. MATERIALS AND WORKMANSHIP
17.1 The intent of these contract documents is that only materials and workmanship of the best quality and
grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some
detail will not relieve the Contractor of full responsibility for providing materials of high quality and for
protecting them adequately until incorporated into the project. The presence or absence of a
representative of the City on the site will not relieve the Contractor of full responsibility of complying
with this provision. The specifications for materials and methods set forth in the contract documents
provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory
project.
18. PLANS FOR THE CONTRACTOR
18.1 The contractor will, upon written request, be furnished up to 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
19.1 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 bids have been opened and before the contract has been awarded, to require
of a bidder the following information:
19.1.1 The experience record of the bidder 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.
19.1.2 A sworn statement of the current financial condition of the bidder.
19.1.3 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
21.1 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 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, at Contractor's expense.
22. BARRICADES AND SAFETY MEASURES
22.1 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 unless written permission to do so is obtained by the
Contractor from the City. In all cases where written permission is obtained for the use of explosives, the
Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result
of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall
use utmost care so as not to endanger life or property and the Contractor shall further use only such
methods as are currently utilized by persons, firms, or corporations engaged in similar type of
construction activity.
23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor.
23.3 In all cases where explosives are to be used during the construction of the project contemplated by this
contract, it shall be the duty of the Contractor to notify each utility company having structures (above or
below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and
such notice shall be given sufficiently in advance to enable the companies to take such steps as they may
deem necessary to protect their property from injury. Such notice, however, shall not relieve the
Contractor of responsibility for any damage resulting from his blasting operations.
24. CONTRACTOR'S REPRESENTATIVE
24.1 The successful bidder shall be required to have a responsible local representative available at all times
while the work is in progress under this contract. The successful bidder shall be required to furnish the
name, address and telephone number where such local representative may be reached during the time
that the work contemplated by this contract is in progress.
25. INSURANCE
25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as
required in the General Conditions of the contract documents, from an underwriter authorized to do
business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the
City and written notice of cancellation or any material change will be provided ten (10) days in advance
of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the
right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life
of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein
also shall be acceptable. Such insurance shall be carried with an insurance company authorized to
transact business in the State of Texas and shall cover all operations in connection with this contract,
whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering
the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be
submitted before contract execution.
25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM
OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL
NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY
ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE
OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF
LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE
OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS
COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE
ENDORSEMENTS ARE REQUIRED.
26. LABOR AND WORKING HOURS
26.1 Attention of each bidder 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
bidders' 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
bidder'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 the contract requiring an inspector shall not be
performed on weekends 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.
26.1.3 Before construction work requiring an inspector is to be performed on Sunday 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 Sunday or holidays will be made by the Owner's
Representative.
26.2In 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
27.1 The contractor and each of his subcontractors shall pay each of his employees engaged in work on the
project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable
without discount, not less often than once each week. The Contractor and each of his subcontractors
shall keep a record showing the name and occupation of each worker employed by the Contractor or
subcontractor in the construction of the public work and the actual per diem wages paid to each worker.
This record shall be open at all reasonable hours to inspection by the officers and agents of the City. The
Contractor must classify employees according to one of the classifications set forth in the schedule of
general prevailing rate of per diem wages, which schedule is included in the contract documents. The
Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty
dollars ($60) for each laborer, workman, or mechanic employed for each calendar day, or portion thereof,
such laborer, workman or mechanic is paid less than the wages assigned to his particular classification
as set forth in the schedule of general prevailing rate of per diem wages included in these contract
documents.
28. PROVISIONS CONCERNING ESCALATION CLAUSES
28.1 Bids submitted containing any conditions which provide for changes in the stated bid 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 bidder without being considered.
29. PREPARATION FOR BID
29.1 The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the form shall be
correctly filled in, stating the price in numerals for which he intends to do the work contemplated or
furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten.
In case of discrepancy between the unit 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.
29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If
a bid is submitted by a firm, association, or partnership, the name and address of each member must be
given and the bid signed by a member of the firm, association or partnership, or person duly authorized.
If the bid is submitted by a company or corporation, the company or corporate name and business address
must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing
agents or others to sign bids must be properly certified and must be in writing and submitted with the
bid.
29.3 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed bid that has been opened
may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY
CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR
TO BID OPENING.
29.4 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids,
but no bid may be withdrawn or altered thereafter.
30. BOUND COPY OF CONTRACT DOCUMENTS
30.1 Bidder understands and agrees that the contract to be executed by bidder shall be bound and will include
the following:
(a) Notice to Bidders.
(b) General Instructions to Bidders.
(c) Bidder's Submittal.
(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 bidder for his inspection in accordance with the
Notice to Bidders.
29.2 If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be
considered incorporated by reference into the aforementioned contract documents.
31. OUALIFICATIONS OF BIDDERS
31.1 The bidder 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 bidder may also be required to give a past history and
references in order to satisfy the City of Lubbock about the bidder's qualifications. The City of Lubbock
may make reasonable investigations deemed necessary and proper to determine the ability of the bidder
to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose
that may be requested. The bidder's bid may be deemed not to meet specifications or the bid may be
rejected if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock
that the bidder is properly qualified to carry out the obligations of the contract and to complete the work
described therein. Evaluation of the bidder's qualifications shall include:
(a) The ability, capacity, skill, and financial resources to perform the work or provide the
service required.
(b) The ability of the bidder 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 bidder.
(c) The quality of performance of previous contracts or services.
(d) The safety record of the Contractor and proposed Sub -Contractors
31.2 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 three
(3) 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. PLANS FOR THE CONTRACTOR
32.1 The contractor will, upon written request, be furnished up to 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.
33. ANTI -LOBBYING PROVISION
33.1 DURING THE PERIOD BETWEEN THE BID CLOSE DATE AND THE CONTRACT AWARD,
BIDDERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DIRECTLY
DISCUSS OR PROMOTE THEIR BID WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL
OR CITY STAFF EXCEPT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS,
INTERVIEWS, OR PRESENTATIONS, UNLESS REQUESTED BY THE CITY.
33.2 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.
34. PREVAILING WAGE RATES
34.1 Bidders 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
34.2 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.
34.3 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the
City of Lubbock sixty dollars ($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.
35. PROTEST
35.1 All protests regarding the ITB process must be submitted in writing to the City Director of Purchasing
and Contract Management within 5 working days after the protesting party knows of the occurrence of
the action which is protested relating to advertising of notices deadlines, proposal opening and all other
related procedures under the Local Government Code, as well as any protest relating to alleged
improprieties with the ITB process. This limitation does not include protests relating to staff
recommendations as to award of contract. Protests relating to staff recommendations may be directed to
the City Manager. All staff recommendations will be made available for public review prior to
consideration by the City Council as allowed by law.
35.2 FAILURE TO PROTEST WITHIN THE TIME ALLOTTED SHALL CONSTITUTE A
WAIVER OF ANY PROTEST.
Page Intentionally Left Blank
BID SUBMITTAL FORM
Page Intentionally Left Blank
BID SUBMITTAL FORM
BID CONTRACT
DATE: December 6, 2021
PROJECT NUMBER: ITB 22-16211-TF, Unpaved Roads Improvements Phase 4
Bid of West Texas Paving, Inc.
Bidder)
(hereinafter called
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Ladies and Gentlemen:
The Bidder, in compliance with your Invitation to Bid for the construction of the referenced project, having
carefully examined the plans, specifications, instructions to bidders, notice to bidders 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.
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.
Bidder 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 270 Consecutive Calendar Days as
stipulated in the specification and other contract documents with final completion within 300 Consecutive
Calendar Days as stipulated in the specification and other contract documents. Bidder hereby further agrees to
pay to Owner as liquidated damages in the sum of $300 for each consecutive calendar day after substantial
completion set forth herein above for completion of this project and liquidated damages in the sum of $200 for
each consecutive calendar day after final completion set forth herein above for completion of this project, all
as more fully set forth in the General Conditions of the Agreement.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
instruction number 29 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of 60 calendar days after
the scheduled closing time for receiving bids.
The undersigned Bidder 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 bid, and he further agrees
to commence work on or before the date specified in the written notice to proceed, and to substantially complete
the work on which he has bid; as provided in the contract documents.
Bidders 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 bid 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 bid submitted as a guarantee that bidder will enter into a contract, obtain all
required insurance policies, and execute all necessary bonds (if required) within 10 business days after notice
of award of the contract to him.
City of Lubbock, TX
Public Works
ITB 22-16211-TF
Unpaved Roads Improvements Phase 4
West Texas Paving, Inc. of Wolfforth, TX
Item
Description+T-
QTY
( )
UoM
Unit Cost
Extended Cost
#0-1
Mobilization
1
LS
$ 65 9000.00
65 5000.00
40-2
SWPPP
1
LS
119000.00
115000.00
#0-3
Preparing of Right -A -Way
62
STA
25000.00
124M00.00
#04
Asphalt Removal
324
SY
30.00
95720.00
#0-5
Concrete Removal
479
SY
40.00
199160.00
#0-6
24" COL Type A Curb and Gutter
85716
LF
18.00
15608.00
40-7
24" COL Type B Curb and Gutter
220
LF
18.00
35960.00
#0-8
2" HMAC COL Type C
195608
SY
36.00
7055888.00
#0-9
6" Concrete Valley Gutter and Fillet
444
SY
105.00
465620.00
#0-10
6" Concrete Alley Returns and Driveways
15189
SY
105.00
1245845.00
#0-11
ADA Ramps
11
EA
25000.00
225000.00
#0-12
Manhole and Valve Box Adjustments
4
EA
25000.00
85000.00
Total: $ 192975081.00
Enclosed with this bid is a Cashier's Check or Certified Check for
Dollars ($ ) or a Bid Bond in the sum of
5% GAB Dollars ($ ), which it is agreed shall be collected and
retained by the Owner as liquidated damages in the event the bid 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 10 business days after the date of receipt of written notification of
acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon
demand.
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract
documents made available to him for his inspection in accordance with the Notice to Bidders.
Pursuant to Texas Local Government Code 252.043(g), a
competitive sealed bid that has been opened may not be
changed for the purpose of correcting an error in the bid price.
THEREFORE, ANY CORRECTIONS TO THE BID PRICE
MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR
TO BID OPENING.
(Seal if Bidder is a Corporation)
ATTEST:
Secretary
Bidder acknowledges receipt of the following addenda:
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
Dare: December 6, 2021
i
f
E
Authorized Signature
Darrell arriagin
(Printed or Typed Name)
West Texas Paving, Inc.
Company
10104 Alcove Ave
Address
Wolfforth Lubbock
City, County
TX 79382
State Zip Code
Telephone: 806 _ 833-2882
Fax: 806 _ 833-2884
FEDERAL TAX ID or SOCIAL SECURITY No.
75-2028682
EMAIL: marshal@wtxpaving.com
M/WBE Woman Black American Native American
Firm: X
'-Hispanic Asian Pacific Other (Specify)
American X American
INSURANCE REQUIREMENTS
I, the undersigned Bidder certify that the insurance requirements contained in this bid 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 bid.
If the time requirement specified above is not met, the City has the right to reject this proposal and award the
contract to another contractor. If you have any questions concerning these requirements, please contact the
Director of Purchasing & Contract Management for the City of Lubbock at (806) 775-2572.
SUSPENSION AND DEBARMENT CERTIFICATION
Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting
with or making sub -awards under covered transactions to parties that are suspended or debarred or whose
principals are suspended or debarred. Covered transactions include procurement contracts for goods or
services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -
recipients).
Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their
organization and its principals are not suspended or debarred by a Federal agency.
Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its
principals are not suspended or debarred by a Federal agency.
I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are
suspended or debarred by a Federal agency.
TEXAS GOVERNMENT CODE SECTION 2252.152
The undersigned representative of the undersigned company or business, being an adult over the age of
eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152, certify that
the company named above is not listed on the website of the Comptroller of the State of Texas concerning the
listing of companies that are identified under Section 806.051, Section 807.051 or Section 2253.153. I further
certify that should the above -named company enter into a contract that is on said listing of companies on the
website of the Comptroller of the State of Texas, which do business with Iran, Sudan or any Foreign Terrorist
Organization, I will immediately notify the City of Lubbock Purchasing and Contract Department.
TEXAS GOVERNMENT CODE SECTION 2271.002
Company hereby certifies the following:
1. Company does not boycott Israel; and
2. Company will not boycott Israel during the term of the contract.
The following definitions apply to this state statute:
(1) 'Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any
action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with
Israel, or with a person or entity doing business in Israel or in an Israeli -controlled territory, but does not
include an action made for ordinary business purposes; and
(2) "Company" means an organization, association, corporation, partnership, joint venture, limited
partnership, limited liability partnership, or limited liability company, including a wholly owned subsidiary,
majority -owned subsidiary, parent company, or affiliate of those entities or business associations that exists to
make a profit.
This Certification is required from a Company if the Company has 10 or more full-time employees and
the contract for goods or services (which includes contracts formed through purchase orders) has a
value of $100,000 or more that is to be paid wholly or partly from public funds of the governmental
entity.
TEXAS GOVERNMENT CODE 2274
By entering into this Agreement, Contractor verifies that: (1) it does not, and will not for the duration of the
contract, have a practice, policy, guidance, or directive that discriminates against a firearm entity or
firearm trade association or (2) the verification required by Section 2274.002 of the Texas Government Code
does not apply to the contract.
If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least
$100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not
have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade
association; and will not discriminate during the term of the contract against a firearm entity or firearm trade
association.
Contractor represents and warrants that: (1) it does not, and will not for the duration of the contract, boycott
energy companies or (2) the verification required by Section 2274.002 of the Texas Government Code does
not apply to the contract.
If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least
$100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not
boycott energy companies; and will not boycott energy companies during the term of the Agreement. This
verification is not required for an agreement where a governmental entity determines that these requirements
are inconsistent with the governmental entity's constitutional or statutory duties related to the issuance,
incurrence, or management of debt obligations or the deposit, custody, management, borrowing, or investment
of funds.
Agreement Example
Review
This sample Agreement has been reviewed and
(X) is acceptable
( ) is acceptable as noted
Contractor Acknowledgement
In compliance with this solicitation, the undersigned bidder, having examined the bid documents,
instructions to bidders, documents associated with the invitation to bid, and being familiar with the
conditions to be met has reviewed the above information regarding:
• Insurance Requirements
• Suspension and Debarment Certification
• Texas Government Code Section 2252.152
• Texas Government Code Section 2271.002
• Texas Government Code 2274
An individual authorized to bind the company must sign the following section. Failure to execute this portion
may result in bid rejection.
By signing below, the terms stated have been reviewed and approved.
Company N
Signed By:
West Texas Paving, Inc.
Print Name and TittWDarrell Jarnagin, CEO
Date: December 6, 2021
Merchants Bonding' Company
P.O. BOX 26720 • AUSTIN, TX 78755-0720
KNOWALL PERSONS BY THESE PRESENTS:
That
BID BOND
PUBLIC WORK
West Texas Paving. Inc.
(hereinafter called the Principal) as Principal, and the MERCHANTS BONDING COMPANY (Mutual) a corporation of
the State of Iowa, with its Home Office in the City of Des Moines, Iowa, (hereinafter called Surety), as Surety, are held
and firmly bound to City of Lubbock
(hereinafter called the Obligee) in the full and just sum of ($ 5% of GAB
Five % of GAB
Dollars
good and lawful money of the United States of America, to the payment of which sure of money well and truly to be
made, the Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly
and severally, firmly by these presents.
Signed and dated th
14th day of December 2021
THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the Principal for
Unpaved Road Improvements
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 seated.
Witness: West Texas Paving, Inc.
Principal
Attest:
f, `
2
CON 03 3 AU (9100)
By
MERCHANTS BONDING COMPANY (Mutual)
By
Michael N. Rudber tty-in-Fact
MERCHANTS r
BONDING COMPANY,.
POWER OF ATTORNEY
Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.,
both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually,
Massimo Schirru; Michael N Rudberg; Tayler K Owen
their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings
contracts and other .written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity
ofpersons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any
actions or proceedings allowed by law.
This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board
of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors
of Merchants National Bonding, Inc., on October 16, 2015.
"The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority
to appoint 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 connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the
Attomey-in-Fact includes any and all consents for the release of retained percentages andlor final estimates on engineering and construction
contracts required by the State of Florida Department of Transportation. It is fully understood that consenti rig to the State of Florida Department
of Transportation making payment of the final estimate to the Contractor andlor its assignee, shall not relieve this surety company of any of
its obligations under its bond.
In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given
to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner -
Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation.
In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 1st day of November 2017
•A�10 N4�
(Z;�,ipo'c. y`, MERCHANTS BONDING COMPANY (MUTUAL)
*4 G 4%'A MERCHANTS NATIONAL BONDING, INC.
sv 2003 ; c '� 1933 By
• �J Y r `
+•, i .....Jam '•3W s" L�•• President
STATE OFIOWA •`'''•••••",•''* •'•••••••
COUNTY OF DALLAS ss.
On this this 1 st day of November 2017 before me appeared Larry Taylor, to me personally known, who being by me duly sworn
did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the
seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf
of the Companies by authority of their respective Boards of Directors.
4 k s ALICIA K. GRAM
Q irCommission Number 767430
..: My Commission Expires -
�nv April 1, 2020
Notary Public
(Expiration of notary's commission
does not invalidate this instrument)
I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby
certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full
force and effect and has not been amended or revoked.
In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on thisl 4th day of December, 2021
03
,*"A10Nq�••., r•p�N� CO,y�,
0.
:~ 2003 ;10' • `i 1933 c. Secretary
POA 00 18 (3117) ��rrrrrrfr.•' ••r�-
Contractors Statement of Qualifications
Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the
Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate
evaluations. Evaluation information must be submitted at time of bid submittal. Failure to submit the following
Bidder Evaluation information may result in the OWNER considering the bid non -responsive and result in rejection of
the bid by the OWNER. Bidders are to provide any additional information requested by the OWNER.
In evaluating a firm's qualifications, the following major factors will be considered:
A. FINANCIAL CAPABILITY:
For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the
CONTRACTOR'S ability to secure bonding satisfactory to the OWNER.
B. EXPERIENCE:
Do the organization and key personnel have appropriate technical experience on similar projects?
C. SAFETY:
Does the organization stress and support safety as an important function of the work process?
D. QUALITY OF WORK:
(1) Does the organization have a commitment to quality in every facet of their work - the process as well
as the product?
(2) Does the organization have a written quality philosophy and/or principles that exemplifies their
work? If so, submit as Attachment "A".
(3) Has this organization ever received an award or been recognized for doing "quality" work on a
project? If so, give details under Attachment "A".
E. CONFORMANCE TO CONTRACT DOCUMENTS:
(1) Does the organization have a commitment and philosophy to construct projects as designed and as
defined in the Contract Documents?
The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to
require the submission of additional information.
The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the
lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non-
responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances and
developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm.
Material misstatements on the qualifications forms may be grounds for rejection of the firm's bid on this project. Any
such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of
the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER
resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages.
Complete the following information for your organization:
CONTRACTOR QUALIFICATIONS
Contractor's General Information
Contractor's Organization Experience
Contractor's Key Proposed Personnel
Attachment No. 1
Attachment No. 2
Proposed Project Managers
Proposed Project Superintendent
Proposed Project Safety Officer
Proposed Project Quality Control Manager
Contractor's Project Experience and Resources
Attachment A: Projects Completed within the last 10 Years
Attachment B: Projects Showing Best Value for the Owner
Attachment C: Written Approach for Best Value
Financial Capability: Texas Dept. of Transportation Letter
Company Safety Program
Resumes of Key Personnel
Contractor's General Information
Organization Doing Business As
West Texas Paving, Inc.
Business Address of Principal Office
10104 Alcove Ave
Wolfforth, TX 79382
Telephone Numbers
Main Number
(806) 833-2882
Fax Number
(806) 833-2884
Web Site Address
www.wtxpavtgg.com
Form of Business (Check One)
✓ A Corporation A Partnership An Individual
If a Corporation
Date of Incorporation
April 1, 1985
State of Incorporation
Texas
Chief Executive Officer's Name
Darrell Jarnagin
President's Name
Darrell Jarnagin
Vice President's Name(s)
None
Secretary's Name
Murleen Jarnagin
Treasurer's Name
Murleen Jarnagin
If a Partnership
Date of Organization
State whether partnership is general or
limited
If an Individual
Name
Business Address
all individuals not previously named
organizationIdentify
which exert a significant amount of business control over the
None
OrganizationIndicators of
Average Number of Current Full Time 40 Average Estimate of Revenue for the S16, 000, 000
Employees Current Year
Contractor's Organizational Experience
Organization Doing Business As
West Texas Paving, Inc.
Business Address of Regional Office
10104 Alcove Ave
Wolfforth, TX 79382
Name of Regional Office Mgr.
Darrell G Jarnagin
Telephone Numbers
Main Number
(806) 833-2882
Fax Number
(806) 833-2884
Web Site Address www.wtxpavin,-.com
Organization
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:
Name of Organization
From Date
To Date
Not applicable
Not applicable
Not applicable
List of companies, firms or organizations that own any part of this organization.
Name of companies, firms or organizations
Percent Ownership
Not applicable
Not applicable
Experience
Construction
Years of experience in projects similar to the proposed project:
As a General Contractor
141
IAs a Joint Venture Partner
Not applicable
Has this or a predecessor organization ever defaulted on a project or failed to complete any project
awarded to it?
No
If yes provide full details in a separate attachment. See attachment No.
Not applicable
Has this or a predecessor organization been released from a bid or proposal in the past ten years?
No
If yes provide full details in a separate attachment. See attachment No.
Not applicable
Has this or a predecessor organization ever been disqualified as a bidder or proposer by any local, state,
or federal agency within the last five ears?
No
If yes provide full details in a separate attachment. See attachment No.
Not applicable
Is this organization or your proposed surety currently in any litigation or contemplating litigation
No
If yes provide full details in a separate attachment. See attachment No.
Not applicable
Has this or a predecessor organization ever refused to construct or refused to provide materials defined in
the contract documents?
No
If yes provide full details in a separate attachment. See attachment No.
Not applicable
Contractor's Proposed Key Personnel
Organization Doing Business As West Texas Paving, Inc.
Proposed g,
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. 1
West Texas Paving, Inc. is organized into three divisions: Material, Equipment, and Project. The Project
division handles the prosecution of all construction projects with work crews. The Material division operates
our asphalt plants and aggregate quarries. The materials produced by this division are consumed by both the
Project division and external customers. Finally, the Equipment division is responsible for maintaining and
managing all Company equipment used by both the Material and Project divisions.
Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational
chart. Include the title and names of proposed key personnel and alternates. Include this chart as an attachment to this
description. See attachment No. 2
The titles of project staff have been amended to fit the titles as notated in the following section. The project
superintendent answers directly to the project manager. The project manager, safety officer, and quality
control manager report directly to the CEO. The actions of these managers are coordinated directly through
cooperation between both as well as the executive management team of West Texas Paving, Inc..
Experience of Key Personnel
Provide information on key personnel proposed for this project that will provide each of 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 of the 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
Ray Taylor
Alfonso Sanchez
Project Superintendent
Alfonso Sanchez
Steve Witt
Project Safety Officer
Steve Witt
Kevin Trujillo
Quality Control Officer
Kevin Trujillo
Erik Jones
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. Ifthe individual is not to be devoted solely to this project, indicate how much time is to be divided between this
project and other assignments.
CFO
Marshal Jarnagin
Office Manager
Madison Stewart
Staff Accountant
Karvn Scrivener
ATTACHMENT No. I
CEO
Darrell Jarnagin
7
Project Manager Material Mgr
Earthwork
Foreman
Henry Maserang
Project Engineer
Alfonso Sanchez
Paving Foreman
Patrick Stevens
Kevin Trujillo
Plant Manager
Erik Jones
Crusher Foreman
Tomas Hernandez
Compliance Officer
Steve Witt
Equipment Mgr
Mike Rodriguez
Mechanic
Loren Moore
Plant Foreman
Jase Powell
Dirt Crew Paving Crew Crusher Crew Asphalt PlantCrew
tiple Personnel Multiple Personnel I Multiple Personnel Multiple Personnel
ATTACHMENT No. 2
CEO oject Safety Officer
Darrell Jarnagin I Steve Witt
Project Manager Quality Control Mgr
Rav Tavlor Kevin Truiillo
Project Superintendent QC Mgr Alternate
Alfonso Sanchez Erik Jones
Earth Foreman Paving Foreman Crusher Foreman Plant Foreman
HenryMaserang Alfonso Sanchez Tomas Hernandez
Proposed Project Managers
Organization Doing Business As
West Texas Paving, Inc.
Primary Candidate
Name of Individual
Ray Taylor
Years of Experience as Project Manager
15
Years of Experience with this organization
I
Number of similar projects as Project Manager
15
Number of similar projects in other positions
8
Current Project Assignments
Name of Assignment
Percent of Time Used for this
Proj ect
Estimated Project Completion
Date
No specific assignment currently held
Not applicable
Not applicable
Reference Contact Information (listing names indicates approval for contacting the reference)
Name
Jeff Burns
Name
Ben Lewis
Title/Position
Superintendent
Title/Position
Principal
Organization
Texas Tech University
Organization
OJD Engineering
Telephone
(806) 834-1206
Telephone
(806) 791-2300
E-Mail
"e .burns u.edu
E-Mail
ben. lewis(a)pidenzineerinz com
Project
18th St & Hartford Ave Reconstruction
Project
Diamondhead Estates IV
Project Role
Project Manager
Project Role
Project Manager
Alternate Candidate
Name of Individual
Alfonso Sanchez
Years of Experience as Project Manager
20
Years of Experience with this organization
25
Number of similar projects as Project Manager
20
Number of similar projects in other positions
42
Current Project Assignments
Name of Assignment
Percent of Time Used for this
Project
Estimated Project Completion
Date
No specific assignment currently held
Not applicable
Not applicable
Reference(listing
Name
names indicates approval
Josh Weems
Name
Clayton Scales
Title/Position
Project Manager
Title/Position
Division Manager
Organization
Lee Lewis Construction
Organization
KSA Engineers
Telephone
(806) 797-8400
Telephone
(806) 335-1600
E-Mail
'wems eelewis. com
E-Mail
clayton(&ksaenz com
Project
4ore Golf Complex
Project
Slaton Airport Taxiway Extension
Project Role
Project Manager
Project Role
Project Manager
Proposed Project Superintendent
Organization Doing Business As
West Texas Paving, Inc.
Primary Candidate
Name of Individual
Alfonso Sanchez
Years of Experience as Project Superintendent
20
Years of Experience with this organization
25
Number of similar projects as Superintendent
20
Number of similar projects in other positions
42
Current Project Assignments
Name of Assignment
Percent of Time Used for this
Proj ect
Estimated Project Completion
Date
No specific assignment currently held
Not applicable
Not applicable
Reference Contact Information (listing names indicates approval for contacting the reference)
Name
Keith Smith
Name
Joe Grimes
Title/Position
Developer
Title/Position
Principal
Organization
Betenbough Homes
Organization
Grimes and Associates
Telephone
(806) 687-8787
Telephone
(806) 863-2462
E-Mail
keithsAbetenA2ygh.com
E-Mail
ioeAgrimesen ineerin .com
Project
Windstone Phase VII
Project
Southwest Lubbock Runway
Project Role
Project Superintendent
Project Role
lProject Superintendent
Alternate Candidate
Name of Individual
Steve Witt
Years of Experience as Project Superintendent
5
Years of Experience with this organization
10
Number of similar projects as Superintendent
6
Number of similar projects in other positions
27
Current Project Assignments
Name of Assignment
Percent of Time Used for this
Proj ect
Estimated Project Completion
Date
No specific assignment currently held
Not applicable
Not applicable
Reference Contact
Information (listing names indicates approval
Benny Lybrand
for contacting the
Name
reference)
Mark Haberer
Name
Title/Position
Professional Engineer
Title/Position
Principal, Director of Aviation
Organization
C.T. Brannon Corporation
Organization
Parkhill Smith & Cooper
Telephone
(903) 597-2122
Telephone
(806) 473-2200
E-Mail
blybrand(&,,brannoncorp.com
E-Mail
mhabereif&team-psc.com
Project
Terry County Airport Taxiway
Project
LPSIA Perimeter Road
Project Role
Superintendent
Project Role
Superintendent
Proposed Project Safety Officer
Organization Doing Business As
West Texas Paving, Inc.
Primary Candidate
Name of Individual
Steve Witt
Years of Experience as Project Safety Officer
10
Years of Experience with this organization
10
Number of similar projects as Safety Officer
14
Number of similar projects in other positions
27
Current Project Assignments
Name of Assignment
Percent of Time Used for this
Pro' ect
Estimated Project Completion
Date
No specific assignment currently held
Not applicable
Not applicable
Reference Contact Information (listing names indicates approval for contacting the reference)
Name
John Rantz
Name
Charles Leatherwood
Title/Position
Principal
Title/Position
Director of Grounds Maintenance
Organization
R2MEngineering
Organization
Texas Tech University
Telephone
(806) 783-9944
Telephone
(806) 834-5468
E-Mail
iirant 2men .com
E-Mail
charles.leatherwoodkttu.edu
Project
IH 27 Plainview Interchange
Project
2011 Street & Parking Lot Repairs
Project Role
Safety Officer
Project Role
Safety Officer
Alternate Candidate
Name of Individual
Kevin Trujillo
Years of Experience as Project Safety Officer
2
Years of Experience with this organization
5
Number of similar projects as Safety Officer
7
Number of similar projects in other positions
5
Current Project Assignments
Name of Assignment
Percent of Time Used for this
Project
Estimated Project Completion
Date
No specific assignment currently held
Not applicable
Not applicable
Reference Contact
information (listing names indicates approval
Tanner Lansford
for contacting the
Name
reference)
Alan Holly
Name
Title/Position
Professional Engineer
Title/Position
Senior Associate
Organization
OJD Engineering
Organization
Parkhill Smith & Cooper
Telephone
(806) 791-2300
Telephone
(806) 473-3528
E-Mail
tanner. lansfordna,oidengineering.com
E-Mail
ahollyAteam-psc.com
Project
Frenship Mesa Estates
Project
Cooper School Bond Improvements
Project Role
QCManager
Project Role
QCManager
Proposed Project Quality Control Manager
Organization Doing Business As
Primary Candidate
Name of Individual
West Texas Paving, Inc.
Kevin Trujillo
Years of Experience as Project Quality Manager
2
Years of Experience with this organization
5
Number of similar projects as Quality Manager
12
Number of similar projects in other positions
7
Current Project Assignments
Name of Assignment
Percent of Time Used for this
Project
Estimated Project
Completion Date
No specific assignment currently held
Not applicable
Not applicable
Reference Contact Information (listing names indicates approval for contacting
the reference)
Name
Cole Hudson
Name
Daniel Cruz
Title/Position
Professional Engineer
Title/Position
Laboratory Supervisor
Organization
Pavetex Engineering
Organization
Texas Dept. of Transportation
Telephone
(806) 771-7283
Telephone
(806) 748-4424
E-Mail
cole.hudsonApavetex.com
E-Mail
daniel.cruz(W�txdot.-ov
Project
Windstone Phase V
Project
TxDOT Maintenance Project
Project Role Materials Manager
Alternate Candidate
Name of Individual
Project Role Quality Control Manager
Erik Jones
Years of Experience as Project Quality Manager
4
Years of Experience with this organization
4
Number of similar projects as Quality Manager
24
Number of similar projects in other positions
9
Current Project Assignments
Name of Assignment
Percent of Time Used for this
Project
Estimated Project
Completion Date
No specific assignment currently held
Not applicable
Not applicable
'approval
Name Keith Munden
for contacting
the reference)
Chris Cunningham
Name
Title/Position
Maintenance Section Manager
Title/Position
Engineer
Organization
Texas Dept. of Transportation
Organization
Pavetex Engineering
Telephone
(806) 401-8472
Telephone
(806) 771-7283
E-Mail
keith.munden(a»txdot.,aov
E-Mail
chris.cunningham(i�cmteng com
Project
FM2378 Reconstruction
Project
Windstone Phase V
Project Role
Material Engineer
Project Role
Materials Engineer
Contractor's Project Experience and Resources
Organization Doing Business As West Texas Paving, Inc.
Projects
Provide a list of major projects that are currently underway, or have been completed within the last ten years
(Attachment A)
Provide a completed Project Information form (AttachmentB) for projects that have been completed in the last five
years which specifically illustrate the or anization's capability to provide the best value to the Owner for this project.
Include a completed Project Information form (Attachment B) for projects which illustrate the experience of key
personnel.
Provide a description of your organization's approach to completing this project to provide best value for the Owner.
Include a description of your approach in the following areas:
1. Contract administration
2. Management of subcontractorand suppliers
3. Time management
4 Cost control SeeAttachment C
5. Quality management
6. Project site safety
7. Managing changes to the project
8. Managing equipment
9. Meeting HUB/MWBE Participation Goal
Equipment
Provide a list of major equipment proposed for use on this project Attach Additional Information ifnecessary.
Equipment Item
Primary Use on Project
Own
Will
Lease
Buy
ADMAsphalt Plant
Pavement material production
✓
Caterpillar Wheel Loader
Material loading, stockpiling
✓
Terex Backhoe
Material transfer, demolition
✓
Dynapac Roller
Material compaction
✓
Caterpillar Scraper
Excavation, embankment
✓
Caterpillar Motor Grader
Grading, subgrade preparation
✓
Caterpillar Milling Machine
Pavement removal
✓
PowerCurber Curbing Machine
Concrete curb and gutter
✓
Dynapac Paver
Asphalt paving
✓
Broce Broom
Surface Preparation
✓
Etnyre Asphalt Distributor Truck Prime coating, emulsion ✓
OrganizationDivision ofWork between
What work will the organization complete using its own resources?
West Texas Paving, Inc. intends to use internal resources to complete the entire scope of this project notwithstanding
any previously disclosed information regarding a preliminary list of subcontractors as noted in this Request.
What work does the organization propose to subcontract on this project?
As mentioned above, West Texas Paving, Inc. intends to use internal resources to complete the full scope of this
project. Any aforementioned exclusions are subject to qualifications to this statement.
Attachment A (page 1)
Current Projects and Project Completed within the last 10 Years
Project Owner
City of Lubbock
Project Name
016 Various Mill & Relay
General Description of Project:
Reconstruct Asphalt Road
]Date
Contract Time
00 Calendar Days
Project Cost
2,742,933.07
Project Complete
153 Calendar Days (121212016)
Key Project Personnel
Project Manager
JProject Superintendent
I Safety Officer
I QC Manager
Name
Daniel Buntoro
Alfonso Sanchez
I Derek Jarnagin
I Wangyu Ma
Reference Contact Information (listing names indicates approval to contacting the names individuals
as a reference)
NameTitle/Position
Organization
Telephone
E-mail
Owner
Teofilo Flores.
Sr. Buyer
City of Lubbock
(806) 775-2164
tkfloresAmylubbock.us
Designer
City of Lubbock
Manager
Dwain Mitchell
Yr. Project Mgr
City of Lubbock
(806) 775-3680
dmitchell(&mail.ci.lubbock.Mus
Project Owner
City of Lubbock Project Name I Upland Ave Mill & Relay
General Description of Project:
Reconstruct Asphalt Road Contract Time 1120 Calendar Days
Project Cost
$2,218,585.99 Date Project Complete 1108 Calendar Days (612312016)
Key Project Personnel
Project Manager
JProject Superintendent
Safety Officer
I QC Manager
Name
Daniel Buntoro
Alfonso Sanchez[Derek
Jarnagin
JDaniel Buntoro
Reference
Contact Information (listing names indicates approval to contacting the names individuals
as a reference)
Name
Title/Position
Organization
Telephone
E-mail
Owner
Teofilo Flores.
Sr. Buyer
City of Lubbock
(806) 775-2164
tkfloresAmylubbockus
Designer
City of Lubbock
Manager
Dwain Mitchell
Sr. Project Mgr
City of Lubbock
(806) 775-3680
dmitchell(a)"ail.ci.lubbock.tx.us
Project Owner
City of Lubbock Project Name 114th
Street Mill & Relay
General Description of Project:
Reconstruct Asphalt Road Contract Time 90 Calendar Days
Project Cost
$1,862,730.00 Date Project Complete 53 Calendar Days (71312020)
Key Project Personnel
Project Manager
Project Superintendent
I Safety Officer
QC Manager
Name
Ray Taylor
Alfonso Sanchez
I Steve Witt
Kevin Trujillo
Reference Contact Information (listing names indicates approval to contacting the names individuals
as a reference)
ame
Title/Position
Organization
Telephone
E-mail
Owner essie Montes
Buyer H
City of Lubbock
(806) 775-2164
'montes lubbock.us
Designer
City of Lubbock
Manager wain Mitchell
Sr. Project Mgr
City of Lubbock
(806) 775-3680
dmitchell(amail.ci.lubbock.tx.us
Project Owner
City of Lubbock Project Name Milwaukee Ave Mill & Relay
General Description of Project:
Reconstruct Asphalt Road Contract Time 1120 Calendar Days
Project Cost
$1,837,154.85 Date Project Complete 153 Calendar Days (811912018)
Key Project Personnel
Project Manager
JProject Superintendent
Safety Officer
QC Manager
Name
Daniel Buntoro
Alfonso Sanchez
IDerek Jarnagin
I Wangyu Ma
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/Position
Organization
Telephone
E-mail
Owner
Teofilo Flores
Sr. Buyer
City of Lubbock
(806) 775-2164
tkflores(&mylubbock.us
Designer
City of Lubbock
Manager
Dwain Mitchell
Sr. Project Mgr
City of Lubbock
(806) 775-3680
dmitchell(&mail.ci.lubbock.tx.us
Attachment A (page 2)
Current Projects and Project Completed within the last 10 Years
Project Owner
City of Lubbock
JProject Name
outh University Mill & Relay
General Description of Project:
Reconstruct Asphalt Road
I Contract Time
00 Calendar Days
Project Cost
2,742,933.07
JDate Project Complete
153 Calendar Days (121212016)
Key Project Personnel
Project Manager
JProject Superintendent
I Safety Officer
I QC Manager
Name
Daniel Buntoro
Alfonso Sanchez
I Derek Jarnagin
I Wangyu Ma
Reference Contact Information (listing names indicates approval to contacting the names individuals
as a reference)
NameTitle/Position
Organization
Telephone
E-mail
Owner
Teofilo Flores.
Sr. Buyer
City of Lubbock
(806) 775-2164
tkfloresnamylubbock.us
Designer
City of Lubbock
Manager
Dwain Mitchell
Sr. Project Mgr
City of Lubbock
(806) 775-3680
ditchell(&mail.ci.lubbock.Mus
Project Owner
City of Lubbock Project Name PSIA Perimeter Road
General Description of Project:
Build New Roadways Contract Time 223 Calendar Days
Project Cost
$1,667,309.91 Date Project Complete 223 Calendar Days (10122114)
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
I QC Manager
Name
Josue Palacios
Alfonso Sanchez
JDerek Jarnagin
JDaniel Buntoro
Reference Contact Information (listing names indicates approval to contacting the names individuals
as a reference)
Name
Title/Position
Organization
Telephone
E-mail
Owner
D'Ana Torres
Buyer
City of Lubbock
(806) 775-2164
dtorres(a)mail ci.lubboc&tx.us
Designer
Mark Haberer
Senior Associate
PSC
(806) 473-2200
mhaberer(a)team-nsc.com
Manager
Project Owner
Betenbough Homes Project Name Bell
Farms Phases III thru VI
General Description of Project:
Build New Roadways Contract Time 690 Calendar Days total
Project Cost
$3,659,820.37 JDate Project Complete 394 Calendar Days (6122119)
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
QC Manager
Name
Darrell Jarnagin
Alfonso Sanchez
teve Witt
I Wangyu Ma
Reference Contact Information (listing names indicates approval to contacting the names individuals
as a reference)
e
Title/Position
Organization
Telephone
E-mail
Owner Oaks
Senior Manager
Betenbough
(806) 687-8787
kellyo(a�betenbough.com
DesignDulin
le
Principal
AMD Engineering
(806) 771-5976
cdulin(a»amdengcom
Managold Murray
Developer
Betenbough
(806) 687-8787
haroldm(a),betenbouggh.com
Project Owner
Region 17 ESC Project Name Region 17 Parking Expansion
General Description of Project:
Build New Parking Facility Contract Time 500 Calendar Days
Project Cost
$1,432,334.68 Date Project Complete 359 Calendar Days (8111117)
Key Project Personnel
Project Manager
Project Superintendent
I Safety Officer
QC Manager
Name
D'shana Gunarathna
Alfonso Sanchez
I Derek Jarnagin
JDanielBuntoro
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/Position
Organization
Telephone
E-mail
Owner
Region 17ESC
(806) 792-4000
info(i�escl7.net
Designer
Robert Cameron
Architect
BGR Architects
(806) 747-3881
info(&bgronline.com
Manager
Josh Weems
Project Manager
Lee Lewis Constr
(806) 797-8400
iweemsWeelewis.com
Attachment A (page 3)
Current Projects and Project Completed within the last 10 Years
Project Owner
Terry County
Project Name
Terry County Airport Improv.
General Description of Project:
Build New Airport Taxiway
Contract Time
180 Calendar Days
Project Cost
1,028,065.70
Date Project Complete
03 Calendar Days (8128113)
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
QC Manager
Name
Alfonso Sanchez
Danny Torres
Derek Jarnagin
JDanielBuntoro
Reference Contact Information (listing names indicates approval to contacting the names individuals
as a reference)
Name
/Position
Organization
Telephone
E-mail
Owner
Brad Tankersly
ort Manager
Terry County
(806) 543-9840
Designer
Benny Lybrand
neer
L
CT Brannon
(903) 597-2122
blybrand(&brannoncorp.com
Manager
Neil Buckalew
Buckalew Inc.
(432) 553-0978
Project Owner
Tortoise & Hare LLC Project Name Frenship Mesa Estates
General Description of Project:
Build New Roadways Contract Time 365 Calendar Days
Project Cost
$1,022,367.62 Date Project Complete 346 Calendar Days (112912021)
Key Project Personnel
Project Manager
JProject Superintendent
Safety Officer
I QC Manager
Name
Ray Taylor
Alfonso Sanchez
JDerek Jarnagin
JKevin Trujillo
Reference Contact Information (listing names indicates approval to contacting the names individuals
as a reference)
Name
Title/Position
Organization
Telephone
E-mail
Owner
Scott Cain
Developer
Tortoise & Hare
(806) 239-6409
Scott tortoiseandhare(&email.com
Designer
Tanner Lansford
Engineer
OJD Engineering
(806) 791-2300
Manager
Project Owner
Quaker/146 Investment
Holdin s
Project Name
Quaker Ave 130th to 146th St
General Description of Project:
Build New Thoroughfare
Contract Time
270 Calendar Days
Project Cost
$931,070.00
Date Project Complete
262 Calendar Days (616119)
Key Project Personnel
Project Manager
Project Superintendent
ISafety Officer
QC Manager
Name
D'shana Gunarathna
Alfonso Sanchez
teve Witt
I Wangyu Ma
Reference Contact Information (listing names indicates approval to contacting the names individuals
as a reference)
ame
Title/Position
Organization
Telephone
E-mail
obertMyers
Developer
Quaker/146
(214) 350-6500
rmyers(&myersfinancialcorp.comory
Dulin
L
Principal
AMD Engineering
(806) 771-5976
cdulin(&,amdengcom
Project Owner
GRACO Real Estate Project Name I West End Phase III
General Description of Project:
Build New Parking Facility Contract Time 1365 Calendar Days
Project Cost
$799,820.00 Date Project Complete 1264 Calendar Days (6119118)
Key Project Personnel
Project Manager
JProject Superintendent
Safety Officer
I QC Manager
Name
D'shana Gunarathna
Alfonso Sanchez
I Derek Jarnagin
JDanielBuntoro
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/Position
Organization
Telephone
E-mail
Owner
GRACO
(806) 745-9718
marketingAgracorealestate.com
Designer
Cory Dulin
Principal
AMD Engineering
(806) 771-5976
cdulin(&amdengcom
Manager
Shannon Bright
Project Manager
Lee Lewis Constr
(806) 797-8400
sbrighWeelewis.com
Attachment A (page 4)
Current Projects and Project Completed within the last 10 Years
Project Owner
City of Lubbock
Project Name
2014 Asphalt & Concrete H
General Description of Project:
Reconstruct Roadways
Contract Time
2 75 Calendar Days
Project Cost
$791,074.12
Date Project Complete
198 Calendar Days (914115)
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
QC Manager
Name
Alfonso Sanchez
Tomas Hernandez
Derek Jarnagin
Daniel Buntoro
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
NameTitle/Position
Organization
Telephone E-mail
Owner
David Gamboa
Buyer
City of Lubbock
(806) 775-2164 dgamboa(a�mylubbock.us
Designer
City of Lubbock
ain Mitchell
r. Project Mgr
City ofLubbock
(806) 775-3680 ditcheIN&Mail.ci.lubbock.tx.us
t
Rip Griffin Companies Project Name Tulia Truck Stop
ptionof Project:
Build New Parking Facility Contract Time N/A
$778,411.00 Date Project Complete 177 Working Days (12123116)
Key Project Personnel
Project Manager
Project Superintendent
I Safety Officer
I QC Manager
Name
D'shana Gunarathna
Alfonso Sanchez
JDerek Jarnagin
JDaniel Buntoro
Reference Contact Information (listing names indicates approval to contacting the names individuals
as a reference)
Name
Title/Position
Organization
Telephone
E-mail
Owner
Dallas Musgrave
Manager
Rip Griffin Co.
(806) 795-8785
dmusgrave(&riogrifftn.com
Designer
Marshal Jarnagin
Manager
West Texas Paving
(806) 833-2882
marshal(&wtxpaving com
Project Owner I Tom Scarborough Trust
General Description of Project: Build New Parking Facie
Project Cost $760,844.00
Key Project Personnel Project Manager
]
Name D'shana Gunarathna
Reference Contact Information (listing names indicates
ame Title/Position
Owner feanne Scarborough Trustee
Designer Todd Rauch Engineer J
Project Owner I City of Slaton
General Description of Project:
Build New Airport Taxir
Project Cost
$614,499.00
Key Project Personnel
Project Manager 1
Name
D'shana Gunarathna
Reference Contact Information (listing names indicates
Name
Title/Position
Owner
Kathy Field
Treasurer
Designer
Clayton Scales
Division Manager i
Manager
Project Name 14ore Golf Complex
Contract Time 1365 Calendar Days
Date Project Complete 1339 Calendar Days (8126117)
ect Superintendent Safety Officer QC Manager
wso Sanchez Perek Jarnagin JDanielBuntoro
proval to contacting the names individuals as a reference)
anization Telephone E-mail
rborough Trust
ro Reed (806) 763-5642 trauch(&hugoreed.com
Lewis Constr (806) 797-8400 sbrigh0jeelewis.com
Project Name Slaton Airport Taxiway Ext.
Contract Time 158 Calendar Days
Date Project Complete 158 Calendar Days (11121114)
ect Superintendent Safety Officer I QC Manager
wso Sanchez I Derek Jarnagin JDanielBuntoro
proval to contacting the names individuals as a reference)
anization Telephone E-mail
of Slaton (806) 828-2000 kfield(i�cityofslaton.com
l Engineers (806) 335-1600 clayton"saeng com
Attachment A (page 5)
Current Projects and Project Completed within the last 10 Years
Project Owner
Texas Tech University
Project Name
8th & Hartford Reconstruction
General Description of Project:
Reconstruct Asphalt Road
]Date
Contract Time
65 Calendar Days
Project Cost
613,861.71
Project Complete
8 Calendar Days (8123119)
Key Project Personnel
Project Manager
Project Superintendent
I Safety Officer
I QC Manager
Name
Ray Taylor
Alfonso Sanchez
I Steve Witt
I Kevin Trujillo
Reference
Contact Information (listing names indicates approval to contacting the names individuals
as a reference)
NameTitle/Position
Organization
Telephone
E-mail
Owner
Jeff Burns
Superintendent
Texas Tech
(806) 834-1206
jeffburn u.edu
Designer
Sean Cudnoski
Engineer
Kimley Horn
(806) 686-1080
sean.cudnoskiAkimley-horn.com
Manager
Project Owner
Terry County Project Name Terry County CERTZProject
General Description of Project:
Rehabilitate Asphalt Roads Contract Time 1180 Working Days
Project Cost
$593,821.99 Date Project Complete 1179 Working Days (6121116)
Key Project Personnel
Project Manager
1project Superintendent
JSafety Officer
I QC Manager
Name
Alfonso Sanchez
I Tomas Hernandez
JDerek Jarnagin
JDaniel Buntoro
Reference Contact Information (listing names indicates approval to contacting the names individuals
as a reference)
Name
Title/Position
Organization
Telephone
E-mail
Owner
Jan Hudson
Treasurer
Terry County
(806) 637-3797
rfowler(&terrycoggaLors
Designer
Daniel Wetzel
Owner
Centerline Engr
(806) 441-7183
Manager
Project Owner
Texas Tech University
Project Name 2014
Campus Improvements
General Description of Project:
Rehabilitate Asphalt Roads
Contract Time 65 Calendar Days
Project Cost
$575,705.33
JDate Project Complete 46 Calendar Days (818114)
Key Project Personnel
Project Manager
Project Superintendent
ISafety Officer
I QC Manager
Name
Alfonso Sanchez
JDerek Jarnagin
Olvaro Izeta
JDanielBuntoro
Reference Contact Information (listing names indicates approval to contacting the names individuals
as a reference)
ame
Title/Position
Organization
Telephone
E-mail
Owner feffBurns
Superintendent
Texas Tech
(806) 834-1206
jeffburnsg u.edu
Designer
Texas Tech
Manager
Project Owner
City of Lubbock Project Name LPSIA
Asphalt Repair H
General Description of Project:
Reconstruct Parking Contract Time 200 Working Days
Project Cost
$573,990.59 Date Project Complete 200 Working Days (819113)
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
QC Manager
Name
Alfonso Sanchez
Derek Jarnagn
Derek Jarnagin
Rob Comey
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/Position
Organization
Telephone
E-mail
Owner
D'Ana Torres
Buyer
City of Lubbock
(806) 775-2164
dtorresAmail.ci.lubbock.tx.us
Designer
Mark Haberer
Senior Associate
PSC
(806) 473-2200
mhaberet(&tegg! p c.com
Manager
Attachment A (page 6)
Current Projects and Project Completed within the last 10 Years
Project Owner
Texas Tech Universty
Project Name
2017 Campus Parking Repair
General Description of Project:
Reconstruct Parking Areas
Contract Time
65 Calendar Days
Project Cost
S573,200.00
Date Project Complete
23CalendarDays (8116117)
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
QC Manager
Name
Alfonso Sanchez
JDerek Jarnagin
I Daniel Buntoro
Wangyu Ma
Reference Contact Information (listing names indicates approval to contacting the names individuals
as a reference)
NameTitle/Position
Organization
Telephone
E-mail
Owner
Jeff Burns
Superintendent
Texas Tech
(806) 834-1206
jeffburn u.edu
Designer
Texas Tech
Manager
Project Owner
Texas Tech University Project Name Z-3
Parking Lot Expansion
General Description of Project:
Build New Parking Facility Contract Time 1120 Calendar Days
Project Cost
$571,189.00 Date Project Complete 1102 Calendar Days (312112)
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
I QC Manager
Name
Alfonso Sanchez
JDerek Jarnagin
JDerek Jarnagin
IRob Comey
Reference Contact Information (listing names indicates approval to contacting the names individuals
as a reference)
Name
Title/Position
Organization
Telephone
E-mail
Owner
Jeff Burns
Superintendent
Texas Tech
(806) 834-1206
ieffburns(&ttu.edu
Designer
Todd Rauch
Engineer
Hugo Reed
(806) 763-5642
trauch(&huizoreed com
Manager
Project Owner
Texas Tech Universty Project Name 2017
Campus Paving Improv.
General Description of Project:
Reconstruct Parking Areas Contract Time 65 Calendar Days
Project Cost
$524,500.00 Date Project Complete 60 Calendar Days (8112117)
Key Project Personnel
Project Manager
Project Superintendent
JSafety Officer
I QC Manager
Name
D'Shana Gunarthna
Alfonso Sanchez
IDerek Jarnagin
JDanielBuntoro
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/Position
Organization
Telephone E-mail
Owner
feffBurns
Superintendent
Texas Tech
(806) 834-1206 'e .burns u.edu
Designer
Texas Tech
Manager
Project Owner
City of Lubbock Project Name 12019 Various Mill & Inlay
General Description of Project:
Reconstruct Asphalt Roads Contract Time 130 Calendar Days
Project Cost
$517,500.00 Date Project Complete 19 Calendar Days (617119)
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
I QC Manager
Name
Ray Taylor
JAffionso Sanchez
I Steve Witt
JKevin Trujillo
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/Position
Organization
Telephone
E-mail
Owner
Teofilo Flores.
Sr. Buyer
City of Lubbock
(806) 775-2164
tkflores(i�mylubbock.us
Designer
City of Lubbock
Manager
Dwain Mitchell
Sr. Project Mgr
City of Lubbock
(806) 775-3680
ditchell(&mail.ci.lubbock.tx.us
Attachment B (page 1)
Proiect Information
Project Owner City of Lubbock
Project Name 12016 Various Mill and Relay
General Description of Project
Reconstruction of 48,000 SY of City Streets (Upland, Milwaukee, Ave P, and MLK Blvd). Work involved establishing traffic
control and safetyplan, milling existing road surface to a depth of up to 11 " and reconstructing road surface with sub grade
reparation, proof -rolling, flex base, Type 'B' HMAC, and surface course (Type 'C'/'D' HMAQ.
Project Budget
Budget History
I Schedule Performance
Amount
% of
Amount
Bid
Date
Days
Bid
$2,793,497.90
100.0%
Notice to Proceed
10110116
Change Orders
Contract Substantial Completion at Notice to Proceed
1118117
100
Owner Enhancements
<$50,564.83>
1.8%
Contract Final Completion Date at Notice to Proceed
2118117
131
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
N/A
0
Design Issues
Change Order Authorized Final Completion Date
N/A
0
Total
<$50,564.83>
1.8%
Actual / Estimated Substantial Completion Date
11125116
46
Final Cost
$2,742,933.07
98.2%
Actual / Estimated Final Completion Date
1212116
53
ProjectKey
Project Manager
Project Sup
Safety Officer
QC Manager
Name
Daniel Buntoro
Alfonso Sanchez
Derek Jarnagin
Wangyu Ma
Percentage of Time Devoted to the Project
100%
100%
100%
100%
Proposed for this Project
100%
100%
100%
100%
Did Individual Start and Complete the Project?
Yes
Yes
Yes
Yes
If not, who started or completed the project in their place.
N/A
N/A
N/A
N/A
Reason for change.
I N/A
N/A
N/A
N/A
'approval
Name
Title/Position Organization Telephone E-mail
Owner
Teofilo Flores
Sr. Buyer
City of Lubbock (806) 775-2164 tkflores*mylubbock.us
Designer
City of Lubbock
Construction Mgr
Dwain Mitchell
Sr. Project Mgr.
City of Lubbock (806) 775-3680 dicchell mylubbock.us
Surety
Mike Rudberg
Agent
AAA Surety (92) 239-2663 mike@aaasurety.com
Issues / Disputes Resolved or Pending Resolution by
Number of N/A Total Amount involved in
Issues Resolved Resolved Issues
Arbitration,
N/A
LitigationBoards
umber of Issues
rendiqg
N/A Total Amount involved in N/A
Resolved Issues
Attachment B (page 2)
Proiect Information
Project Owner City of Lubbock Project Name Upland Ave Mill and Relay
General Description of Project
Reconstruction of 59,000 SYof Upland Ave from 98th to 130th Street. Work involved establishing traffic control and safety
plan, milling existing road surface to a depth of up to 11 " and reconstructing road surface with sub -grade preparation, proof -
rolling, flex base, Type 'B' HMA C, and surface course (Type 'C'/'D' HMAC). Owner requested change order to build 10,000 SY
new street construction for Upland Heights Elementary access road.
Project Budgetand Schedule Performance
Budget History Schedule Performance
Amount
% of
Amount
Bid
Date
Days
Bid
$1,755,248.00
100.0%
Notice to Proceed
3/7/16
Change Orders
Contract Substantial Completion at Notice to Proceed
6/5/16
90
Owner Enhancements
$463,337.99
26.4%
Contract Final Completion Date at Notice to Proceed
7/6/16
121
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
8/5/16
30
Design Issues
Change Order Authorized Final Completion Date
9/5/16
151
Total
$463,337.99
26.4%
Actual / Estimated Substantial Completion Date
6116116
101
Final Cost
Key Project Pcrsonnel
$2,218,585.99
126.4%
Actual / Estimated Final Completion Date
6123116
108
Project Manager
Project Sup
Safety Officer
QC Manager
Name
Daniel Buntoro
Alfonso Sanchez
Derek Jarnagin
Wangyu Ma
Percentage of Time Devoted to the Project
100%
100%
100%
100%
Proposed for this Project
100%
100%
100%
100%
Did Individual Start and Complete the Project?
Yes
Yes
Yes
Yes
If not, who started or completed the project in their place.
N/A
N/A
N/A
N/A
Reason for change.
I N/A
N/A
N/A
N/A
Reference Contact Information
(listing names
Name
indicates approval to contacting the names of the individuals
Title/Position Organization Telephone
as a reference)
E-mail
Owner
Teoftlo Flores
Sr. Buyer
City of Lubbock (806) 775-2164
tkflores(ajnylubbock.us
Designer
City of Lubbock
Construction Mgr
Dwain Mitchell
Sr. Project Mgr.
City of Lubbock (806) 775-3680
dmitchell*mylubbock.us
Surety
Mike Rudberg
Agent
AAA Surety (92) 239-2663
mike@aaasurety.com
Issues / Disputes Resolved or Pending Resolution by Arbitration,
Amount involved in N/A
Number of N/A Fesolved
Issues Resolved Issues
Litigation or Dispute
umber of Issues
ending
Review Boards
N/A Total Amount involved in N/A
Resolved Issues
Attachment B (page 3)
Project Information
Project Owner City of Lubbock Project Name 1114th Street Mill and Relay
General Description of Project
Reconstruction of 3 7, 000 SY of 114th Street from Ave P to Quaker Ave. Work involved establishing traffic control and safety
plan, milling existing road surface to a depth of up to 8" and reconstructing road surface with sub grade preparation, proof -
rolling, flex base, Type 'B' HMAC, and surface course (Type 'C'/'DWMAC). Owner requested change order to build additional
lane construction at the intersection of 114th and Quaker Ave. Work was done with minimal disruption to traffic flow before
Fourth of July holiday.
Project• Schedule Performance
Budget History Schedule Performance
Amount
% of
Amount
Bid
Date
Days
Bid
$1,517,730.00
100.0%
Notice to Proceed
5111120
Change Orders
Contract Substantial Completion at Notice to Proceed
8/9/20
90
Owner Enhancements
$345,000.00
22.7%
Contract Final Completion Date at Notice to Proceed
9/9/20
121
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
8123120
14
Design Issues
Change Order Authorized Final Completion Date
9123120
r 135
Total
$345,000.00
22.7%
Actual / Estimated Substantial Completion Date
6126120
46
Final Cost
$1,862,730.00
122.7%
Actual / Estimated Final Completion Date
7/3/20
53
ProjectKey •
Project Manager
Project Sup
Safety Officer
QC Manager
Name
Ray Taylor
Alfonso Sanchez
Steve Witt
Kevin Trujillo
Percentage of Time Devoted to the Project
100%
100%
100%
100%
Proposed for this Project
100%
100%
100%
100%
Did Individual Start and Complete the Project?
Yes
Yes
Yes
Yes
If not, who started or completed the project in their place.
N/A
N/A
N/A
N/A
Reason for change.
N/A
N/A
N/A
N/A
Reference Contact Information
(listing names
Name
indicates approval to contacting the names of the individuals as a reference)
Title/Position Organization Telephone E-mail
Owner
Jessie Montes
Buyer H
City of Lubbock (806) 775-2164 'montes@mylubbock.us
Designer
City of Lubbock
Construction Mgr
Dwain Mitchell
Sr. Project Mgr.
City of Lubbock (806) 775-3680 dmitchell*mylubbock.us
Surety
Mike Rudberg
Agent
AAA Surety (92) 239-2663 mike@aaasurety.com
Issues / Disputes Resolved or Pending Resolution by Arbitration,
Amount involved in N/A
Number of N/A Fesolved
Issues Resolved Issues
Litigation or Dispute
umber of Issues
Pending
Review Boards
N/A Total Amount involved in N/A
Resolved Issues
Attachment B (page 4)
Project Information
Project Owner City of Lubbock jProjectName IMilwaukee Ave Mill and Relay
General Description of Project
Reconstruction of 47,500 SY of North Milwaukee Ave from Erskine to C.R. 6430. Work involved establishing traffic control and
safety plan, milling existing road surface to a depth of up to 8" and reconstructing road surface with sub grade preparation,
roof -rolling, flex base, Type 'B' HMAC, and surface course (Type 'C'/'D' HMAQ.
Project• Schedule Performance
Budget History Schedule Performance
Amount
% of
Amount
Bid
Date
Days
Bid
$1,917,985.00
100.0%
Notice to Proceed
6127118
Change Orders
Contract Substantial Completion at Notice to Proceed
10125118
120
Owner Enhancements
<$80,830.15>
4.2%
Contract Final Completion Date at Notice to Proceed
11125118
151
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
N/A
0
Design Issues
Change Order Authorized Final Completion Date
N/A
0
Total
<$80,830.15>
4.2%
Actual / Estimated Substantial Completion Date
8/12118
46
Final Cost
$1,837,154.85
95.8%
Actual / Estimated Final Completion Date
8/19118
53
ProjectKey
Project Manager
Project Sup
Safety Officer
QC Manager
Name
Daniel Buntoro
Alfonso Sanchez
Derek Jarnagin
Wangyu Ma
Percentage of Time Devoted to the Project
100%
100%
100%
100%
Proposed for this Project
100%
100%
100%
100%
Did Individual Start and Complete the Project?
Yes
Yes
Yes
Yes
If not, who started or completed the project in their place.
N/A
N/A
N/A
N/A
Reason for change.
I N/A
N/A
N/A
N/A
Reference Contact•
•n (listing names
Name
indicates approval to contacting the names of • •
Title/Position Organization Telephone E-mail
Owner
Teoftlo Flores
Sr. Buyer
City of Lubbock (806) 775-2164 tkflores(ajnylubbock.us
Designer
City of Lubbock
Construction Mgr
Dwain Mitchell
Sr. Project Mgr.
City of Lubbock (806) 775-3680 dmitchell*mylubbock.us
Surety
Mike Rudberg
Agent
AAA Surety (92) 239-2663 mike@aaasurety.com
Issues / Disputes Resolved or Pending Resolution by Arbitration,
Amount involved in N/A
Number of N/A Fesolved
Issues Resolved Issues
Litigation or Dispute
umber of Issues
ending
Review Boards
N/A Total Amount involved in N/A
Resolved Issues
ATTACHMENT C
Quality management is closely monitored in the field by our foremen. All West Texas Paving, Inc.
foremen have numerous years of experience in building civil projects and are thereby well -
qualified to conduct field-testing. Furthermore, our asphalt plant monitors all material that is
imported from suppliers and exported for delivery to projects. With the combination of both field
and facility testing, our company maintain a high standard of quality control. Ultimately, the
project manager is responsible for overall quality control. In tandem with ' representative, our
project manager oversees the quality and workmanship of our projects to match the expectations
of the project owner.
Project site safety is an important consideration for West Texas Paving. As such, we regularly
enforce all OSHA guidelines and maintain an inventory of all relevant suety items, such as hard
hats, medical kits, and stretchers. In the case of a subcontractor, our project manager interviews
the onsite personnel to ascertain whether the subcontractor is obeying all OSHA guidelines and
performing in a generally safe manner.
Managing changes to the project follow the standard procedure adopted within the agreement
between Owner and Contractor. A written change order request is produced by the requesting
party and distributed to all project stakeholders. Discussion follows between Owner, Contractor,
and/or Architect/Engineerto determine quantity and pricing. Once all matters have been
addressed to the Owner's satisfaction, all parties will agree and sign to the specified change order
and record the new document in the original contract,
Equipment is managed through our mechanical shop personnel. Our servicemen will regularly
service all pertinent equipment for fuel, oil, and grease (known by the acronym FOG). Such
preventative maintenance helps ensure that mechanical breakdowns will very rarely occur.
Should a breakdown occur, however, the company mechanic is dispatched to the field to conduct
on -site repairs. If the project is constra inedto need immediate use of the broke -down machinery, a
rental replacement is called and the broken machinery recalled to the mechanic shop for high-
level repair.
West Texas Paving, Inc, is committed to complying with all HUB/MWBE participation goals. We
regularly use the services of several Texas HUBs as subcontractors even on projects that do not
require HUB certification. If requested by the project owner, we can supply the necessary
paperwork with little to no difficulty.
For a list of projects that demonstrate our capabilities for providing the best value to the Owner, see
all projects listed with named as the point reference.
West Texas Paving, Inc. has been active in Lubbock' heavy civil construction industry since 1983.
We have built all forms of transportation infrastructure ranging from military runways to highways.
Evidence of our quality workmanship can be seen in any car drive through Lubbock and the
surrounding communities. We have never defaulted on a project in all our over 30 years of
business and maintain a high level of quality excellence in all work that we accomplish.
Regarding contract administration, we will follow all necessary guidelines as specified in the
contract to fulfill the obligations directed toward the Contractor for the Owner's satisfaction. All
paperwork will be directed to Darrell G Jarnagin at our office at 10104 Alcove Ave, Wolfforth, TX
79382. Administration of the project ultimately lies with the cooperation between, West Texas
Paving, Inc., and the Engineer. We are open to active cooperation and resolve disputes amicably
among all stakeholders.
All of West Texas Paving, Inc.' suppliers and subcontractors are bound to fulfill their obligations
through written contracts that have been formally signed and authorized by an officer of both West
Texas Paving, Inc. and the respective party. We require Certificates of Insurance for all
subcontractors and closely monitor their work for quality control, scheduling, and safety. Likewise,
suppliers are required to submit MSDS reports on all potentially hazardous or dangerous materials
prior to delivery to a project site. On materials subject to defects, such as aggregate, our company
inspects each shipment prior to storage.
Time management is crucial to the success of any project and no more so than in West Texas
Paving, Inc.. Our company applies uses the BMI methodology to analyze the timeframe of the
project. This enables the visualization of potential bottlenecks in the projects workflow and
deadlines. Such scheduling is crucial in order to coordinate the application of resources and
manpower to a project in an efficient and effective manner.
Cost controls are held in place through a systematic purchase ordering system. This system is
managed by our purchase manager. All purchases are approved and recorded by the purchase
manager to ensure all materials and items are recorded into a comprehensive project budget.
0
- M*
,Ar Texas Department of Transportation
125 EAST 11TH STREET I AUSTIN, TEXAS 78701-2483 1 (512) 463-8588 1 WWW.TXDOT.GOV
January 15, 2021
WEST TEXAS PAVING, INC.
10104 ALCOVE AVE
WOLFFORTH, TX. 79382
RE: TxDOT Vendor Number 02452
Dear Contractor:
Your Confidential Questionnaire is satisfactory and qualifies you to bid on Projects let by the Texas
Departmentof Transportation (TxDOT) from the date of this letter through September 30, 2021.
Your bidding capacity has been set at $29,354,000.00. You may request and receive bidding
proposals for projects on which the engineer's estimate does not exceed your bidding capacity
less any uncompleted work currently under contract with TxDOT.
If we may be of further assistance, please contact our Pre -qualification Branch at 512/416-2584.
Sincerely,
A-01
Greg Williams
Director, Letting Management Section
Construction Division
COMPANY SAFETY PROGRAM
Responsibility for Safety During Construction
Accidents can be avoided. They do not just happen. It is important to West Texas Paving
that accidents are prevented. Being totally committed to safety and working together, we
can eliminate needless accidents and injuries. When we are successful, we all share the
benefits of a safe, accident -free work environment.
Personal Protective Equipment
Hard hats must be worn at all times at the job -site location to prevent
accidental injury from struck by hazards. All hard hats shall be in
Ah Ah
compliance with ANSI/Standard Z89.1- 1986.
Eye protection appropriate to the hazard must be worn. As a minimum
safety glasses must be worn where the MSDS dictates their use, and other
operations where eye injuries may result. When performing welding
operations, shaded eye protection must be worn that meets the graded
shade requirements for the type of welding being performed.
Hearing Protection, such as ear plugs or ear muffs, will be provided and
/
worn on all jobs where the noise level exceeds OSHA permissible noise
exposure limit. This includes using or working nearby heavy equipment,
jackhammers, etc.
Safety vests will be worn that is suitable for both the weather and work.
Ak
Shirts and long pants are required. All employees will wear reflective safety
vests. Workers performing welding and oxy-acetylene burning operations
are encouraged to use all cotton material clothing, Man-made fibers are
discouraged. Appropriate glove protection is required when welding,
grindingand working with hazardous substances where the MSDS dictates
their use.
Mandatory use of safety -toe -work boots in good condition are required
while working or walking on the jobsite. Tennis shoes, running shoes,
sandals or opened toe shoes are not allowed to be worn by employees on
`~�
this project.
Subcontractor Management
All subcontractors on site are directly responsible for their employee safety,
work production, and product quality while on the West Texas Paving, Inc.
Ak
job -site. The subcontractor's superintendentand the West Texas Paving,
!
Inc. Project Manager will coordinate their work in accordance with the
West Texas Paving, Inc. project schedule, reviewed in the weekly schedule
coordination meetings. The West Texas Paving, Inc. Safety Officer will
inspect the ongoing work of the subcontractorsand enforce safety
requirements through communication with the subcontractor safety
representatives. The subcontractor safety representatives will be appointed
upon arrival to job -site.
Subcontractors are individually responsible for the implementation of their
Safety Program and must be part of the project's Safety Culture. All
Subcontractors must inform their employees to report any unsafe acts and
accidents immediately. Subcontractors must notify West Texas Paving,
Inc. immediately upon knowledge of any accidents or incidents at the
jobsite.
Substance Abuse
It is the policy of West Texas Paving to provide a workplace free of alcohol
and substance abuse and to take responsible and proper actions to insure
that employee alcohol and substance abuse does not jeopardize the safety
and the health of our employees, the public, the success of our operations or
/•
the Company. All employees are responsible for reporting to work and
remaining at work in a proper condition to perform assigned duties free
from the influence of alcohol and drugs.
For prescription or over-the-counter drugs, it is each individual's
responsibility to consult with his or her prescribing physician and/or to
review relevant dosing instructions to determine whether the use of a
medication could cause impairment in light of the employee's job duties. It
is the employee's responsibility to determine if their prescription medication
would inhibit their ability to perform their current responsibilities and if so to
immediately notify their supervisor. Substance abuse is prohibited. Any
employee who engages in substance abuse during working hours will be
terminated.
Emergency Notification Procedure
1. West Texas Paving will notify the Owner and the Engineer in writing at least seventy-
two (72) hours in advance of any work that may close or affect an emergency rescue
and fire -fighting routes, pipelines, or fire hydrants that will be out of service.
2 West Texas Paving will immediately notify all personnel in case of fire, accidents or
other emergency evacuation and collectively proceed with evacuation, if necessary.
3 The Safety Officer shall be notified immediately thereafter by the Project Superintendent.
The Safety Officer will initiate Emergency reporting procedures to the corporate office.
4 Emergency Escape procedures and emergency escape routes shall be initiated to ensure
employee and property safety.
5 All affected employees shall cease operations, turn off equipment and securework
areas prior to evacuation and immediately proceed out of area to the nearest
designated emergency gathering area.
6 Each foreman shall individually account for his employees and immediately report this
accounting to the Project Manager. Every individual on site must be accounted for.
7. Report should be done by 2-way radio or phone. Subcontractors shall follow procedure
and report employee accounting to the Project Manager.
8. Visitors shall be accounted by the host employee/subcontractor.
9. Site supervisory staff is CPR and First Aid Certified and shall endeavor to assist where
possible until medical help arrives. Other(s) who are also trained should inform the
Project Manager in order to allow maximum availability of assistance.
10 Emergency call shall be placed to the City of Lubbock's 911 Emergency System.
11. Employees shall be stationed at various project locations to quickly and safely direct
emergency vehicles to emergency area. Evacuation of affected work areas shall be by
the most expeditious means whether it is vehicular or non -vehicular in nature. In the
process of evacuation, measures should be taken to ensure free and clear access for
emergency vehicles.
Medical Support
•
Yearly training on First Aid and CPR Training is conducted to ensure that
West Texas Paving, Inc. employees receive the prompt and professional
ou
first aid care as required. First aid kits will be located inside company
owned vehicles, foremen vehicles and the project office,
All injuries will be reported. The injuries will be reported to each foreman
and corrective action will be taken immediately by the foreman to prevent
reoccurrence. A legible sign listing all emergency phone numbers
(medical, fire, police, etc.) will be placed in all project office.
Debris and Dust Management
Materials capable of creating debris will be continuously removed during
the construction project by either mechanical sweeping or manual
t
removal methods. At the direction of the Engineer, ground watering,
~
siltation fencing, sandbags, and other erosion control will be employed to
,
contain material that can be carried by wind into active traffic
environments.
Construction will not leave or place debris on or near active vehicle
movement areas. Additionally, all trucks carrying material that can be
rM
carried by wind will require tarp coverings. All loose items will be either
covered or entirely removed from the project site.
Trash such as garbage and food waste will be stored in lidded metal
containers and removed from the construction site on a regular basis.
Safety Education
Training
Each new employee (current West Texas Paving, Inc. or new hire
employees) arriving at the project site will be instructed on the site -specific
requirements to be adhered to throughout the project. This Instruction will
cover site specific West Texas Paving, Inc. safety and health regulations
and policies that will be required of each employee participating on this
project.
New Hire
All new hires to the company will attend the West Texas Paving, Inc. New
Orientation
Hire Orientation prior to setting foot in the project. The New Hire Orientation
Training provides the new employee with West Texas Paving policies and
procedures including minimum fall protection, excavation and trenching,
hazard communication, fire protection, equipment and vehicle hazards,
P.P.E, electrical hazards, etc.
Mandatory
Mandatory weekly safety meetings will continue to be held on the first
Meetings
workday of the week before the start of work. Each employee on the
project will be present. Project management staff (Project Manager, Safety
Officer, Project Foremen) will present a safety topic at each meeting.
Safety Rules
A posting of the project Safety Program will be posted at the bulletin
Posting
boards located in the Employee Parking Area.
RAY TAYLOR
Project Manage r
Involved in the construction industry for multiple years with positions being contract
manager, engineering inspector, crew leader, contractor, and heavy equipment operator.
Having been on public and private side of construction, a unique understanding and
knowledge has been gained of how each operates, as well as how to communicate and
interact with sides to produce intended results and establish working relationships.
EDUCATION —
Texas Tech University,
Chemical Engineering, 1999-
2002, (no degree)
KEY SKIL LS
Computer literate, civil
surveying, budget
management, contract
compilation, works well with
deadlines, open to new ideas
[Available upon request.]
2019 - Present
Project Superintendent ■ Project Management ■ West Texas
Paving
2008 - 2019
Contract Manager ■ Streets Dept. + City of Lubbock
2002 - 2008
Project Manager ■ Contractor ■ South Central Mountain
RC&D
Supervise operators, laborers, field personnel. Manage time,
production schedule, and project progression. Confirm
grades, check depths, validate subgrade and material.
Certificates _
• Certified Work Zone Traffic Control and
Flagging
• ACI Concrete Strength Test Technician
• ACI Concrete Field Testing Technician
• MSHA Safety Certifcate
ALFONSO SANCHEZ
Superintendent
Over 30 years of project management, asphalt paving, road construction, and heavy
equipment experience. Reliable professional with exceptional organizational and people
skills. Strong personal ethics and integrity. Works well under pressure and deadlines.
Highly organized team -builder with strong leadership experience.
EDUCATION
Universidad Mexico, 1985,
(no degree)
KEY SKILLS —
Ability to conduct field
surveys. Manages a road
construction crew up to 25
employees including loaders,
motor graders, rollers, and
trucks.
[Available upon request.]
1995 - Present
Project Superintendent ■ Construction Projects ■ West Texas
Paving
Monitors work crewmen in field. Conducts field survey by
both instrument and GPS rover systems. Manages
production and daily task progression. Establishes grades,
coordinates delivered materials, and final placement.
• MSHA Safety Certificate
STEVE WITT
Safety Office r
Seasoned management professional with proven capability in multidiscipline leadership
across construction and mining industries. Strengths include safety compliance, mentoring,
coaching, system development, motivation, and team development. These strengths have
been demonstrated and refined in in various regions of the United States and Canada in
both unionized and non -union workforces.
EDUCATION —
Texas A&M University, 2019 -Present
Aerospace Engineering, Compliance Manager ■ Construction and Mining ■ West
1984-1986 (no degree) Texas Paving
College of Lake County, A.S. 2017 - 2019
Welding, 1989-1993 Plant Manager ■ Oversee plant installation ■ US Silica,
Lamesa, TX
University of Phoenix, B.S.
Management, 1999-2003
University of Phoenix, MBA
Management, 2003-2006
KEY SKILLS —
Responsible for plant and
worksite safety and
compliance while under
operation. Manages public
relations to ensure great
corporate citizenship.
[Available upon request.]
2016 - 2017
Plant Manager ■ Maintain safety and compliance ■ James
Hardie Building Products, Reno, NV
Provide safety management, advice, monitoring, and
reporting in the workplace, and engage staff in programs
that ensure safe practice in the workplace.
• MSHA Safety Certificate
• Six Sigma Champion
• WCM People Development Practitioner
KEVIN TRUJILLO
Quality Contr of Officer
Qualified graduate in Engineering with broad experience working in both manufacturing as
well as research environments. Capable to be productive in a fast -paced work environment
that requires communication and attention to detail.
EDUCATI ON —
Texas Tech University, B.S. 2020 - Present
Mechanical Engineering, Lab Manager ■ Asphalt and aggregate testing facility ■
2015-2019 West Texas Paving
KEY SKIL LS
Responsible for production
quality control using both
field and laboratory samples.
Proven capability in creating
asphalt mix designs
approved by both TxDOT
and City of Lubbock civil
engineers.
[Available upon request.]
2014 - 2015
Draftsman ■ Building and millwork construction ■
Brochsteins, Houston, TX
Oversee daily testing of asphalt and aggregate materials in
compliance with TxDOT specification requirements for
asphalt plant, rock quarry, and construction site materials
• MSHA Safety Certificate
• TxHMAC Level 2 Mix Design Specialist
• TxHMAC Level 1 A Asphalt Technician
• TxHMAC AGG 101 Aggregate Technician
• TxHMAC SB 101 Soil Property Specialist
ERIK JONES
Asphalt Plant Manage r
Professional individual with the ability to exercise critical thinking, communication, and time
management skills. Solid personal ethics and integrity. Great customer service and
attention to needs of business clients.
EDUCATION —
West Texas A&M, B.S. 2019 - Present
Mechanical Engineering, Plant Manager ■ Asphalt plant production ■ West Texas
2015-2019 Paving
2015 - 2019
Training Manager ■ Hospitality services ■ Feldman's Wrong
Way Diner, Canyon, TX
Oversee daily production of asphalt plant facility to meet the
needs of both Company and customers. Ensures plant
production meets specifications through coordination with
field and laboratory personnel.
ii�•�ciii�if.� Certificc
Responsible for asphalt hot
mix production facility.
Ensures raw material . MSHA Safety Certificate
inventories are managed . TxHMAC Level 1 A Asphalt Technician
properly and outgoing . TxHMAC AGG 101 Aggregate Technician
product meets demands of
the customer.
[Available upon request.]
Page Intentionally Left Blank
City of Lubbock, TX
Purchasing and Contract Management
Similar Projects and Reference Form
Please list three references of current customers who can verify the quality of service your company
provides. The City prefers customers of similar size and scope of work. Please do not use the City of
Lubbock.
REFERENCE ONE
Company Name: Parkhill Smith & Cooper
Address: 4222 85th Street, Lubbock, Texas 79423
Contact Person and Title: Larry Valdez, PE/Senior Associate
Phone: (806) 473-3528
Similar Project: Tahoka Airport
Company Name: OJD Engineering
Email: Ivaldez@parkhill.com
REFERENCE TWO
Address: 328 East Highway 62, Wolfforth, Texas 79382
Contact Person and Title: Tanner Lansford, PE/Associate Engineer
Phone: (806) 791-2300
Similar Project: Frenship Mesa Estates
Year 2007
Email: tanner.lansford@ojdengineering.com
REFERENCE THREE
Company Name: Texas Tech University, Grounds Maintenance
Address: 3211 Main Street, Lubbock, Texas 79409
Contact Person and Title: Charles Leatherwood, Managing Director of Grounds
Phone: (806) 834-5406
Similar Project: 18th & Hartford
Year 2020
Email: charles.leatherwood@ttu.edu
Year 2019
Page Intentionally Left Blank
City of Lubbock, TX
Purchasing and Contract Management
Safety Record Questionnaire
The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government
Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant
to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and
criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts.
The definition and criteria for determining the safety record of a proposer for this consideration shall be:
The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City
may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused
by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider,
among other things:
a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC),
against the proposer for violations of OSHA regulations within the past three (3) years.
b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations
within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to,
the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the
Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the
Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas
Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the
Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental
protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the
United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state
or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions,
administrative orders, draft orders, final orders, and judicial final judgments.
Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death.
d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of
the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe
environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock.
In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential
contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following
four (4) questions and submit them with their proposals:
QUESTION ONE
Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for
such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3)
years?
YES NO X
If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its
proposal submission, the following information with respect to each such citation:
Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and
penalty assessed.
QUESTION TWO
Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for
such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or
regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement,
suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints,
indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments.
YES NO X
If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its
proposal submission, the following information with respect to each such conviction:
Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any,
and penalty assessed.
OUESTION THREE
Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such
firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense
which resulted in serious bodily injury or death?
YES NO X
If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with
its proposal submission, the following information with respect to each such conviction:
Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty
assessed.
QUESTION FOUR
Provide your company's Experience Modification Rate and supporting information:
0.72
ACKNOWLEDGEMENT
THE STATE OF TEXAS
COUNTY OF LUBBOCK
I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my
statements and answers to questions. I am aware that the information given by me in this questionnaire will be
investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal to be
rejected.
S'gnature
CFO
Title
NON -COLLUSION AFFIDAVIT
STATE OF TEXAS
LUBBOCK COUNTY
Marshal Jarnagin being first duly sworn, on his/her oath, says that the
bid above submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any
person not therein named; and s/he further says that the said respondent has not directly induced or solicited any
firm on the above work or supplies to put in a sham , or any other person or corporation to refrain from a statement
of qualifications; and that said firm has not in any manner sought by collusion to secure to self an advantage over
any other firm or firms.
West Texas Paving, Inc.
Marshal
CFO
Title
Subscribed and sworn to before me this 6 day of December 2021
My Commission Expires: L
`�tippy p`ri� MADISON STEWART
.mac Notary Public, State of Texas
Comm. Expires 09.26-2023
Notary ID 132189004
NOTE: THIS FORM MUST BE COMPLETED AND INCLUDED IN WITH THE SUBMISSION
Page Intentionally Left Blank
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
Company Name
None
PROPOSED LIST OF SUB -CONTRACTORS
Location Services Provided
Minority Owned
Yes
No
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR
RESPONSE
IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO
SUBMITTED BY:
West Texas Paving, Inc.
(PRINT NAME OF COMPANY)
Pate Intentionally Left Blank
POST -CLOSING DOCUMENT REQUIREMENTS
The below -listed document must be received in the Purchasing and Contract Management Office
Not Later Than SEVEN BUSINESS DAYS after the close date when responses are due.
FINAL LIST OF SUB -CONTRACTORS
Pate Intentionally Left Blank
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
Company Name
None
FINAL LIST OF SUB -CONTRACTORS
Location Services Provided
SUBMITTED BY:
West Texas Paving, Inc.
(PRINT NAME OF COMPANY)
Minority Owned
Yes
No
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN
BUSINESS DAYS AFTER THE CLOSE DATE WHEN RESPONSES ARE DUE
IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO
Page Intentionally Left Blank
PAYMENT BOND
Page Intentionally Left Blank
STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $50,000)
KNOW ALL MEN BY THESE PRESENTS, that West Texas Paving, Inc. (hereinafter called the Principal(s),
as Principal(s), and
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter
called the Obligee), in the amount of One Million Two Hundred Ninety -Seven Thousand Eighty -One Dollars
($1,297,081) 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 11th day of
January, 2022, to ITB 22-16211-TF Unpaved Roads Improvements, Phase 4
and said Principal under the law is required before commencing the work provided for in said contract to execute
a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to
the same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal
shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work
provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of
the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions
of said Article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument
this day of 2022.
Surety
*By:
(Title)
(Company Name)
By:
(Printed Name)
(Signature)
(Title)
Page Intentionally Left Blank
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates an agent resident in Lubbock County to whom any requisite notices may be
delivered and on whom service of process may be had in matters arising out of such suretyship.
Surety
* By:
Approved as to form:
City of Lubbock
By:
City Attorney
(Title)
* Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws
showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have
copy of power of attorney for our files.
Page Intentionally Left Blank
PERFORMANCE BOND
Pate Intentionally Left Blank
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 West Texas Paving, Inc. (hereinafter called the Principal(s),
as Principal(s), and
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter
called the Obligee), in the amount of One Million Two Hundred Ninety -Seven Thousand Eighty -One Dollars
($1,297,081) 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 111h day of
January, 2022, to ITB 22-16211-TF Unpaved Roads Improvements, Phase 4
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 day of , 2022.
Surety
* By:
(Title)
(Company Name)
By:
(Printed Name)
(Signature)
(Title)
Page Intentionally Left Blank
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates an agent resident in Lubbock County to whom any requisite notices may be
delivered and on whom service of process may be had in matters arising out of such suretyship.
Surety
* By:
Approved as to form:
City of Lubbock
By:
City Attorney
(Title)
* Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws
showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have
copy of power of attorney for our files.
Page Intentionally Left Blank
CERTIFICATE OF INSURANCE
Pate Intentionally Left Blank
CERTIFICATE OF INSURANCE
TO: CITY OF LUBBOCK DATE:
P.O. BOX 2000, Room 204
LUBBOCK, TX 79457 TYPE OF PROJECT:
THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate,
insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions
f 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
$
❑ INSTALLATIONFLOATER
$
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)
By:
Title:
The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto General
Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S.
THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS.
CONTRACTORCHECKLIST
A CONTRACTOR SHALL:
(1) provide coverage for its employees providing services on a project, for the duration of the project based on
proper reporting of classification codes and payroll amounts and filling of any coverage agreements;
(2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior
to beginning work on the project;
(3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the contractor's current certificate of
coverage ends during the duration of the project;
(4) obtain from each person providing services on a project, and provide to the governmental entity:
(A) a certificate of coverage, prior to that person beginning work on the project, so the governmental
entity will have on file certificates of coverage showing coverage for all persons providing services
on the project; and
(B) no later than seven days after receipt by the contractor, a new certificate of coverage showing
extension of coverage, if the coverage period shown on the current certificate of coverage ends
during the duration of the project;
(5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter;
(6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after
the contractor knew or should have known, of any change that materially affects the provision of coverage
of any person providing services on the project;
(7) post a notice on each project site informing all persons providing services on the project that they are
required to be covered, and stating how a person may verify current coverage and report failure to provide
coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission
rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish
and any other language common to the worker population. The text for the notices shall be the following
text provided by the commission on the sample notice, without any additional words or changes:
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM
OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED
SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL
LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS
OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF
THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO
PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS
INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR.
COPIES OF THE ENDORSEMENTS ARE REQUIRED.
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to this construction project must be
covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and
materials, or providing labor or transportation or other service related to the project, regardless of the identity of their
employer or status as an employee."
"Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal requirement for
coverage, to verify whether your employer has provided the required coverage, or to 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.
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.
Pate Intentionally Left Blank
CONTRACT
Page Intentionally Left Blank
Contract 16211
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 11" day of January, 2022 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 West Texas Paving, Inc. of the City of Wolfforth, 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:
ITB 22-16211-TF Unpaved Roads Improvements, Phase 4
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. West Texas Paving, Inc.'s proposal dated December 6, 2021, is
incorporated into and made a part of this agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have
been given to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with
the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make
payment on account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County,
Texas in the year and day first above written.
CONTRACTOR: CITY OF ULUBB CK TEXAS (OWNER):
West Texas Paving, Inc. By:
A „ A r Daniel M. Pope, Mayor
COMPLETE ADDRESS:
West Texas Paving, Inc.
10104 Alcove Ave
Wolfforth, TX 79382
ATTEST:
Corporate Secretary
ATTEST:
Rebecca Garza, City Secretary U
APPROVED AS O C N NT:
Public Works Works Representative
P �C,A-6&� fg-X ^" &X
Name (Printed) Date
pelli
VLeisurEDA TO FORM,Assistant City Attorney
Page Intentionally Left Blank
GENERAL CONDITIONS OF THE AGREEMENT
Page Intentionally Left Blank
GENERAL CONDITIONS OF THE AGREEMENT
1. OWNER
Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring
to the City of Lubbock, Texas.
2. CONTRACTOR
Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person,
persons, co -partnership or corporation, to wit West Texas Paving, Inc. who has agreed to perform
the work embraced in this contract, or their legal representative.
3. OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative is used in this contract, it shall be
understood as referring to, City of Lubbock, or its representative Josh Kristinek, P.E., Assistant
City Engineer/Capital Projects & Design, so designated who will inspect constructions; or to such
other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said
Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act
for the Owner under the direction of Owner's Representative, but shall not directly supervise the
Contractor or persons acting on behalf of the Contractor.
4. CONTRACT DOCUMENTS
The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders,
Response, 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 Bidder for inspection in accordance with the Notice to Bidders.
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.
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 five 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
Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its
employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's
expense.
14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the
Owner's Representative (as distinguished from Resident Project Representative(s))has the authority
to review all work included herein. The Owner's Representative has the authority to stop the work
whenever such stoppage may be necessary to ensure the proper execution of the contract. The
Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds
of work which are to be paid for under the contract documents, and shall determine all questions in
relation to said work and the construction thereof, and shall, in all cases, decide every question which
may arise relative to the execution of this contract on the part of said Contractor. The decision of
the Owner's Representative shall be conclusive in the absence of written objection to same delivered
to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's
Representative. In the absence of timely written objection by Contractor, as provided herein, any
and all objection or objections shall be deemed waived.
15. SUPERINTENDENCE AND INSPECTION
It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to
appoint from time to time such subordinate engineers, supervisors, or inspectors, as distinguished
from Resident Project Representative, as the said Owner's Representative may deem proper to
inspect the materials furnished and the work done under this Agreement, and to see that said material
is furnished and said work is done in accordance with the specifications therefore. The Contractor
shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or
inspectors for the proper inspection and examination of the work. The Contractor shall regard and
obey the directions and instructions of any subordinate engineers, supervisors or inspectors so
appointed, when such directions and instructions are consistent with the obligations of this
Agreement and accompanying plans and specifications provided, however, should the Contractor
object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within
fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the
absence of timely written objection by Contractor, as provided herein, any and all objection or
objections shall be deemed waived.
16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
The Contractor shall give personal attention to the faithful prosecution and completion of this
contract and shall keep on the work, during its progress, a competent superintendent and any
necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent
the Contractor in its absence and all directions given to superintendent shall be binding as if given
to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable
representatives of the Contractor is essential to the proper performance of the work and lack of such
supervision shall be grounds for suspending operations of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control
of the Contractor and all risk in connection therewith shall be borne by the Contractor.
The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the
Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons
performing any of the work.
17. CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the
nature and location of the work, the confirmation of the ground, the character, quality and quantity
of materials to be encountered, the character of equipment and facilities needed preliminary to and
during the prosecution of the work, and the general and local conditions, and all other matters which
in any way affect the work under the contract documents. No oral agreement or conversation with
any officer, agent, or employee of the Owner, or Owner's Representative either before or after the
execution of this contract, shall affect or modify any of the terms or obligations herein contained.
Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or
amendments to the contract documents, shall be in writing, and executed by Owner's Representative
and Contractor.
Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature
of the work to be done, or from the action of the elements, or from any unforeseen circumstance and
the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and
expense.
18. CHARACTER OF WORKERS
The Contractor agrees to employ only orderly and competent workers, skillful in the performance in
the type of work required under this contract, to do the work; and agrees that whenever the Owner's
Representative shall inform Contractor in writing that any person or persons on the work, are, in
Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise
unacceptable to Owner or Owner's Representative, such person or persons shall be discharged from
the work and shall not again be employed on the work without the Owner's Representative's written
consent.
19. CONSTRUCTION PLANT
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the
prosecution and completion of this contract where it is not otherwise specifically provided that
Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the
care, preservation, conservation, or protection of any materials, tools, equipment or machinery or
any part of the work until it is finally completed and accepted.
The building of structures for the housing of workers or equipment will be permitted only at such
places as the Owner's Representative shall consent or direct, and the sanitary conditions of the
grounds in or about such structure shall at all times be maintained in a manner satisfactory to the
Owner's Representative.
20. SANITATION
Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from
public 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
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
workers, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks,
rentals on machinery and equipment, for the time actually employed or used on such extra work,
plus actual transportation charges necessarily incurred, together with all expenses incurred directly
on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds,
Public Liability and Property Damage and Workers' Compensation and all other insurances as may
be required by law or ordinances or directed by the Owner or Owner's Representative, or by them
agreed to. Owner's Representative may direct the form in which accounts of the actual field cost
shall be kept and records of these accounts shall be made available to the Owner's Representative.
The Owner's Representative may also specify in writing, before the work commences, the method
of doing the work and the type and kind of machinery and equipment to be used; otherwise, these
matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use
of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the
latest Schedule of Equipment and Ownership Expenses adopted by the Associated General
Contractors of America. Where practical, the terms and prices for the use of machinery and
equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the
actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit,
overhead, general superintendence and field office expense, and all other elements of cost and
expense not embraced within the actual field cost as herein defined, save that where the Contractor's
Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to
maintain and operate the same shall be included in the "actual field cost."
No claim for extra work of any kind will be allowed unless ordered in writing by Owner's
Representative. In case any orders or instructions appear to the Contractor to involve extra work for
which Contractor should receive compensation or an adjustment in the construction time, Contractor
shall prior to commencement of such extra work, make written request to the Owner's Representative
for a written order authorizing such extra work. Should a difference of opinion arise as to what does
or does not constitute extra work or as to the payment therefore, and the Owner's Representative
insists upon its performance, the Contractor shall proceed with the work 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
rive (5) calendar days prior to the opening of proposals. In the absence of a requested
clarification for a conflict in the documents prior to proposals being reviewed, it will be
assumed that the Contractor proposes the higher cost alternative on conflicts identified after
proposals are reviewed.
26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT
If at any time the methods or equipment used by the Contractor are found to be inadequate to secure
the quality of work with the rate of progress required under this contract, the Owner or Owner's
Representative may order the Contractor in writing to increase their safety or improve their character
and efficiency and the Contractor shall comply with such order. If, at any time, the working force
of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so
ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable
assurance of compliance with the schedule of progress.
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 CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES
FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON
AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO
INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF
SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE
CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF
COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION
COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE
REQUIRED.
A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of
Subrogation required)
The contractor shall have Comprehensive General Liability Insurance with limits of
$1,000,000 Combined Single Limit in the aggregate and $1,000,000 per occurrence to
include:
Products & Completed Operations Hazard
Contractual Liability
Personal Injury & Advertising Injury
Med Exp (Any one Person)
B. Owner's and Contractor's Protective Liability Insurance — NOT REQUIRED
C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required)
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not
less than; Bodily Injury/Property Damage, $1,000,000 Combined Single Limit per
occurrence, to include all owned and non -owned cars including: Employers Non -ownership
Liability Hired and Non -owned Vehicles.
D. Builder's Risk Insurance/Installation Floater Insurance — NOT REQUIRED
E. Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation
required)
The Contractor shall have Umbrella Liability Insurance in the amount of $4,000,000 per
occurrence on all contracts with coverage to correspond with Comprehensive General
Liability and Comprehensive Automobile Liability coverages.
F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation
required)
Worker's Compensation Insurance covering all employees whether employed by the
Contractor or any Subcontractor on the job with Employers Liability of at least $1,000,000
1. Definitions:
Certificate of coverage ("certificate") - A copy of a certificate of insurance, a
certificate of authority to self -insure issued by the commission, or a coverage
agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory
workers' compensation insurance coverage for the person's or entity's employees
providing services on a project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the
project until the Contractor's/person's work on the project has been completed and
accepted by the governmental entity.
Persons providing services on the project ("subcontractor" in Section 406.096, Texas
Labor Code) - includes all persons or entities performing all or part of the services
the Contractor has undertaken to perform on the project, regardless of whether that
person contracted directly with the Contractor and regardless of whether that person
has employees. This includes, without limitation, independent contractors,
subcontractors, leasing companies, motor carriers, owner -operators, employees of
any such entity, or employees of any entity which furnishes persons to provide
services on the project. "Services" include, without limitation, providing, hauling, or
delivering equipment or materials, or providing labor, transportation, or other service
related to a project. "Services" does not include activities unrelated to the project,
such as foodibeverage vendors, office supply deliveries, and delivery of portable
toilets.
2. The Contractor shall provide coverage, based on proper reporting of classification
codes and payroll amounts and filing of any coverage agreements, which meets the
statutory requirements of Texas Labor Code, Section 401.011(44) for all employees
of the contractor providing services on the project, for the duration of the project.
3. The Contractor must provide a certificate of coverage to the governmental entity prior
to being awarded the contract.
4. If the coverage period shown on the Contractor's current certificate of coverage ends
during the duration of the project, the Contractor must, prior to the end of the
coverage period, file a new certificate of coverage with the governmental entity
showing that coverage has been extended.
5. The Contractor shall obtain from each person providing services on the project, and
provide to the governmental entity:
(a) a certificate of coverage, prior to that person beginning work on the project,
so the governmental entity will have on file certificates of coverage showing
coverage for all persons providing services on the project; and
(b) no later than seven days after receipt by the Contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project.
6 The Contractor shall retain all required certificates of coverage for the duration of the
project and for one year thereafter.
7. The Contractor shall notify the governmental entity in writing by certified mail or
personal delivery, within 10 days after the Contractor knew or should have known,
of any change that materially affects the provision of coverage of any person
providing services on the project.
8. The Contractor shall post on each project site a notice, in the text, form and manner
prescribed by the Texas Workers' Compensation Commission, informing all persons
providing services on the project that they are required to be covered, and stating how
a person may verify coverage and report lack of coverage.
9. The Contractor shall contractually require each person with whom it contracts to
provide services on the project, to:
(a) provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the
statutory requirements of Texas Labor Code, Section 401.011(44) for all of
its employees providing services on the project, for the duration of the project;
(b) provide to the Contractor, prior to that person beginning work on the project,
a certificate of coverage showing that coverage is being provided for all
employees of the person providing services on the project, for the duration of
the project;
(c) provide the Contractor, prior to the end of the coverage period, a new
certificate of coverage showing extension of coverage, if the coverage period
shown on the current certificate of coverage ends during the duration of the
project;
(d) obtain from each other person with whom it contracts, and provide to the
Contractor:
(1) a certificate of coverage, prior to the other person beginning work on
the project; and
(2) a new certificate of coverage showing extension of coverage, prior to
the end of the coverage period, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the
project and for one year thereafter;
(f) notify the governmental entity in writing by certified mail or personal
delivery, within 10 days after the person knew or should have known, of any
change that materially affects the provision of coverage of any person
providing services on the project; and
(g) contractually require each person with whom it contracts to perform as
required by paragraphs (a) - (g), with the certificates of coverage to be
provided to the person for whom they are providing services.
10. By signing this contract or providing or causing to be provided a certificate of
coverage, the Contractor is representing to the governmental entity that all employees
of the Contractor who will provide services on the project will be covered by worker's
compensation coverage for the duration of the project, that the coverage will be based
on proper reporting of classification codes and payroll amounts, and that all coverage
agreements will be filed with the appropriate insurance carrier or, in the case of a
self -insured, with the commission's Division of Self -Insurance Regulation. Providing
false or misleading information may subject the Contractor to administrative
penalties, criminal penalties, civil penalties, or other civil actions.
11. The Contractor's failure to comply with any of these provisions is a breach of contract
by the Contractor which entitles the governmental entity to declare the contract void
if the Contractor does not remedy the breach within ten days after receipt of notice of
breach from the governmental entity.
G. Proof of Coverage
Before work on this contract is commenced, each Contractor and subcontractor shall submit
to the Owner for approval five Certificates of Insurance covering each insurance policy
carried and offered as evidence of compliance with the above insurance requirements, signed
by an authorized representative of the insurance company setting forth:
(1) The name and address of the insured.
(2) The location of the operations to which the insurance applies.
(3) The name of the policy and type or types of insurance in force thereunder on the date
borne by such certificate.
(4) The expiration date of the policy and the limit or limits of liability thereunder on the
date borne by such certificate.
(5) A provision that the policy may be canceled only by mailing written notice to the
named insured at the address shown in the proposal specifications.
(6) A provision that written notice shall be given to the City ten days prior to any change
in or cancellation of the policies shown on the certificate.
(7) The certificate or certificates shall be on the form (or identical copies thereof)
contained in the job specifications. No substitute of nor amendment thereto will be
acceptable.
(8) If policy limits are paid, new policy must be secured for new coverage to complete
project.
(9) A Contractor shall:
(a) provide coverage for its employees providing services on a project, for the
duration of the project based on proper reporting of classification codes and
payroll amounts and filling of any coverage agreements;
(b) provide a certificate of coverage showing workers' compensation coverage to
the governmental entity prior to beginning work on the project;
(c) provide the governmental entity, prior to the end of the coverage period, a
new certificate of coverage showing extension of coverage, if the coverage
period shown on the Contractor's current certificate of coverage ends during
the duration of the project;
(d) obtain from each person providing services on a project, and provide to the
governmental entity:
(i) a certificate of coverage, prior to that person beginning work on the
project, so the governmental entity will have on file certificates of
coverage showing coverage for all persons providing services on the
project; and
(ii) no later than seven days after receipt by the Contractor, a new
certificate of coverage showing extension of coverage, if the coverage
period shown on the current certificate of coverage ends during the
duration of the project;
(e) retain all required certificates of coverage on file for the duration of the
project and for one year thereafter;
(f) notify the governmental entity in writing by certified mail or personal
delivery, within 10 days after the Contractor knew or should have known, of
any change that materially affects the provision of coverage of any person
providing services on the project;
(g) post a notice on each project site informing all persons providing services on
the project that they are required to be covered, and stating how a person may
verify current coverage and report failure to provide coverage. This notice
does not satisfy other posting requirements imposed by the Texas Worker's
Compensation Act or other commission rules. This notice must be printed
with a title in at least 30-point bold type and text in at least 19-point normal
type, and shall be in both English and Spanish and any other language
common to the worker population. The text for the notices shall be the
following text provided by the commission on the sample notice, without any
additional words or changes:
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing
services related to this construction project must be covered by workers'
compensation insurance. This includes persons providing, hauling, or
delivering equipment or materials, or providing labor or transportation or
other service related to the project, regardless of the identity of their
employer or status as an employee. "
"Call the Texas Workers' Compensation Commission at 800-372-7713 or
512-804-4000 (www.tdi.state.tx.us) to receive information of the legal
requirements for coverage, to verify whether your employer has provided
the required coverage, or to report an employer's failure to provide
coverage, " and
(h) contractually require each person with whom it contracts to provide services
on a project, to:
(i) provide coverage based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements for all of its
employees providing services on the project, for the duration of the
project;
(ii) provide a certificate of coverage to the Contractor prior to that person
beginning work on the project;
(iii) include in all contracts to provide services on the project the following
language:
"By signing this contract or providing or causing to
be provided a certificate of coverage, the person
signing this contract is representing to the
governmental entity that all employees of the
person signing this contract who will provide
services on the project will be covered by workers'
compensation coverage for the duration of the
project, that the coverage will be based on proper
reprinting of classification codes and payroll
amounts, and that all coverage agreements will be
filed with the appropriate insurance carrier or, in
the case of a self -insured, with the commission's
Division of Self -Insurance Regulation. Providing
false or misleading information may subject the
Contractor to administrative penalties, criminal
penalties, civil penalties, or other civil actions.";
(iv) provide the Contractor, prior to the end of the coverage period, a new
certificate of coverage showing extension of coverage, if the coverage
period shown on the current certificate of coverage ends during the
duration of the project;
(v) obtain from each other person with whom it contracts, and provide to
the Contractor:
(1) a certificate of coverage, prior to the other person beginning
work on the project; and
(2) prior to the end of the coverage period, a new certificate of
coverage showing extension of the coverage period, if the
coverage period shown on the current certificate of coverage
ends during the duration of the project;
(vi) retain all required certificates of coverage on file for the duration of
the project and for one year thereafter;
(vii) notify the governmental entity in writing by certified mail or personal
delivery, within 10 days after the person knew or should have known,
of any change that materially affects the provision of coverage of any
person providing services on the project; and
(viii) contractually require each other person with whom it contracts, to
perform as required by paragraphs (i)-(viii), with the certificate of
coverage to be provided to the person for whom they are providing
services.
29. DISABLED EMPLOYEES
Contractors having more than fifteen (15) employees agree to comply with the Americans with
Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability
because of the disability of such individual in regard to job application procedures, the hiring,
advancement, or discharge of employees, employee compensation, job training, and other terms,
conditions, and privileges of employment.
30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN,
AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph
27 hereof, the Contractor agrees that it will indemnify and save the Owner and Engineer and all of
its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages,
expenses and causes of action arising out of, in any way, manner or form, the demands of
subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts
thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the
project which is the subject matter of this contract. When Owner so desires, the Contractor shall
furnish satisfactory evidence that all obligations of the nature hereinabove designated have been
paid, discharged or waived.
31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The Contractor shall pay all royalties and license fees, and shall provide for the use of any design,
device, material or process covered by letters patent or copyright by suitable legal agreement with
the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided
by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement
of any patent or copyrights and shall indemnify and save the Owner and Engineer, and all of its
officers, agents and employees harmless from any loss on account thereof, except that Owner shall
defend all such suits and claims and shall be responsible for all such loss when a particular design,
device, material or process or the product of a particular manufacturer or manufacturers is specified
or required in these contract documents by Owner; provided, however, if choice of alternate design,
device, material or process is allowed to the Contractor, then Contractor shall indemnify and save
Owner, and all of its officers, agents and employees harmless from any loss on account thereof.
Notwithstanding anything herein to the contrary, if the material or process specified or required by
Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless
it gives written notice of such infringement to the Owner's Representative prior to offering.
32. LAWS AND ORDINANCES
The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances
and regulations, which in any manner affect the contract or the work, and without limiting, in any
way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall
indemnify and save harmless the Owner and Engineer and all of its officers, agents, and employees
against any claims arising from the violation of any such laws, ordinances, and regulations, whether
by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and
specifications are at variance therewith, he shall notify the Owner's Representative in writing prior
to proposing and any necessary changes shall be adjusted as provided in the contract for changes in
the work. In the absence of timely written notification to Owner's Representative of such variance
or variances within said time, any objection and/or assertion that the plans and specifications are at
variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If
the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances,
rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear
all costs arising there from.
The Owner is a municipal corporation of the State of Texas and the law from which it derives its
powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions
under which the Owner may enter into contracts, shall be controlling, and shall be considered as part
of this contract to the same effect as though embodied herein.
33. SUBCONTRACTING
The Contractor agrees that it will retain personal control and will give its personal attention to the
fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature
of the work, or materials required in the performance of this contract, shall not relieve the Contractor
from its full obligations to the Owner, as provided by the contract documents.
34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the
date of beginning and time for completion as specified in the Notice to Proceed and contract
documents, respectively, of work to be done hereunder are essential conditions of this contract; and
it is further mutually understood and agreed that the work embraced in this contract shall be
commenced as provided in the contract documents.
If the Contractor should neglect, fail, or refuse to substantially complete the work within the time
herein specified, then the Contractor does hereby agree as part of the consideration for the awarding
of this contract, the Owner may withhold permanently from Contractor's total compensation, the
sum of $300 PER CONSECUTIVE CALENDAR DAY, not as a penalty, but as liquidated
damages for the breach of the contract as herein set forth for each and every working day that the
Contractor shall be in default after the time stipulated for substantially completing the work.
If the Contractor should neglect, fail, or refuse to Finally complete the work within the time herein
specified, then the Contractor does hereby agree as part of the consideration for the awarding of this
contract, the Owner may withhold permanently from Contractor's total compensation, the sum of
$200 PER CONSECUTIVE CALENDAR DAY, not as a penalty, but as liquidated damages for
the breach of the contract as herein set forth for each and every working day that the Contractor shall
fail to meet the time requirements stipulated for substantially completing the work.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for
the substantial completion of the work described herein is reasonable time for the completion of the
same, taking into consideration the average climatic range and conditions and usual industrial
conditions prevailing in this locality. The amount is fixed and agreed upon by and between the
Contractor and the Owner because the actual damages the Owner would sustain in such event would
be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable
forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to
be not disproportionate to actual damages as measured at time of breach.
IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND
OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT.
35. TIME AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the
Contractor shall be allowed to prosecute its work in such order of precedence, and in such manner
as shall be most conductive to economy of construction. The Contractor shall ensure daily
prosecution of the work is conducted every business day until completed, regardless if the work will
be substantially or finally complete ahead of specified deadlines in the agreement, unless the City
determines time off from said prosecution is necessary or reasonable and Contractor received said
determination in writing from the City. Further, when the Owner is having other work done, either
by contract or by its own force, the Owner's Representative (as distinguished from the Resident
Project Representative) may direct the time and manner of constructing work done under this
contract so that conflicts will be avoided and the construction of the various works being done for
the Owner shall be harmonized. Additionally, inclement weather shall be the only other reason
consistent, daily prosecution of the work may not take place on those inclement weather days.
The Contractor shall submit, at such times as may reasonably be requested by the Owner's
Representative, schedules which shall show the order in which the Contractor intends to carry on
the work, with dates at which the Contractor will start the several parts of the work and estimated
dates of completion of the several parts.
36. TIME OF PERFORMANCE
The Contractor agrees that it has submitted its proposal in full recognition of the time required for
the completion of this project, taking into consideration the average climatic range and industrial
conditions prevailing in this locality, and has considered the liquidated damage provisions of
paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it
request, an extension of time on this contract, except when its work has been delayed by an act or
neglect of the Owner, Owner's Representative, employees of the Owner or other contractors
employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or
the public enemy, fire or flood. Any request for extension shall be in writing with the written request
for same setting forth all justifications, in detail, for the request, and submitted to Owner's
Representative within twenty (20) calendar days of the occurrence of the event causing said delay.
A failure by Owner's Representative to affirmatively grant the extension no later than within twenty
(20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further,
in the absence of timely written notification of such delay and request for extension, as provided
herein, any request for extension by Contractor shall be deemed waived.
37. HINDRANCE AND DELAYS
In executing the contract, the Contractor agrees that in undertaking to complete the work within the
time herein fixed, Contractor has taken into consideration and made allowances for all hindrances
and delays incident to such work, whether growing out of delays due to unusual and unanticipated
circumstances, difficulties or delays in securing material or workers, or any other cause or
occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause
during the progress of any part of the work embraced in this contract except where the work is
stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which
event, such expense as in the sole judgment of the Owner's Representative that is caused by such
stoppage shall be paid by Owner to Contractor.
38. QUANTITIES AND MEASUREMENTS
No extra or customary measurements of any kind will be allowed, but the actual measured or
computed length, area, solid contents, number and weight only shall be considered, unless otherwise
specifically provided. In the event this contract is let on a unit price basis, then Owner and
Contractor agree that this contract, including the specifications, plans and other contract documents
are intended to show clearly all work to be done and material to be furnished hereunder. Where the
estimated quantities are shown, and only when same are expressly stated to be estimates, for the
various classes of work to be done and material to be furnished under this contract, they are
approximate and are to be used only as a basis for estimating the probable cost of the work and for
comparing their 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 not 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 or, if the Contractor does not submit such application, the Owner's
Representative shall determine the amount to be partially paid. 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:
(i) in the event the total value of the contract is five million dollars or more, 5% of the amount thereof,
which 5% shall be retained until final payment, and further, less all previous payments and all further
sums that may be retained by Owner under the terms of the contract documents; or
(ii) in the event the total value of the contract is less than five million dollars, 10% or less, of the amount
thereof, which percentage shall be retained until final payment, and further, less all previous payments
and all further sums may be retained by Owner under the terms of the contract documents
("Retainage").
If Contractor engages a sub -contractor to perform all or part of Contractor's work under the contract,
the Contractor shall not withhold a greater percentage of Retainage than the percentage set out in in
this section pertaining to the Contractor. Contractor shall likewise require any subcontractor it
engages to comply with section 2252.032 of the Texas Government Code.
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
fifteen (15) calendar 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. The work will be deemed substantially complete
when the work (or a specified portion thereof) has progressed to the point where, in the opinion of
the Owner or Owner's Representative, the work (or a specified portion thereof) is sufficiently
complete, in accordance with all the contract documents, including the Proposal and all applicable
technical specifications, so that the work (or a specified portion thereof) can be utilized for the
purposes for which it is intended without unscheduled disruption. Owner may, in its sole discretion,
release all or a portion of the Retainage upon Owner's receipt of the certificate of substantial
completion for all of the work or a specified portion thereof. 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. Owner may, in its sole discretion, release
all or a portion of the Retainage for fully completed and accepted portions of the work.
Notwithstanding the foregoing, Owner may withhold the Retainage if there is a bona fide dispute
between Owner and Contractor according to section 2252.032(f) of the Texas Government Code.
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 two (2) years from the date of
certification of final completion by Owner's Representative.
46. PAYMENT WITHHELD
The Owner or Owner's Representative may, on account of subsequently discovered evidence,
withhold or nullify the whole or part of any certification to such extent as may be necessary to protect
itself from loss on account of -
(a) Defective work not remedied and/or work not performed,
(b) Claims filed or reasonable evidence indicating possible filing of claims,
(c) Damage to another contractor,
(d) Notification to owner of failure to make payments to Subcontractors or Suppliers,
(e) Failure to submit up-to-date record documents as required,
(f) Failure to submit monthly progress schedule updates or revised scheduled as requested by
Owner,
(g) Failure to provide Project photographs required by Specifications.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory
to the Owner, in the amount withheld, payment shall be made for amounts withheld because
of them.
47. CLAIM OR DISPUTE
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the
Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar
days after the Owner's Representative has given any direction, order or instruction to which the
Contractor desires to take exception. Timely written notice of dispute as provided in this contract
of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing
and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters
set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative
within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said
objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial
by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further
agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims
of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's
agents and employees and Owner's Representative, by Contractor.
48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR
In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15)
calendar days after written notification from the Owner or the Owner's Representative, or (2) if the
Contractor fails to comply with the written orders of the Owner's Representative, when such orders
are consistent with this contract, then the Surety on the bond shall be notified in writing and directed
to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a
bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-
compliance to Contractor shall be required.
After receiving said notice of abandonment or non-compliance , the Contractor shall not remove
from the work any machinery, equipment, tools, materials or supplies then on the job, but the same,
together with any materials and equipment under the contract for work, may be held for use on the
work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work;
and the Contractor shall not receive any rental or credit therefore (except when used in connection
with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract);
it being understood that the use of such equipment and materials will ultimately reduce the cost to
complete the work and be reflected in the final settlement.
In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance
with the notice hereinbefore provided within ten (10) calendar days after service of such notice,
and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance
with all terms and provisions of the contract documents, then the Owner may exercise any and all
remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to,
providing for completion of the work in either of the following elective manners:
(a) The Owner may employ such force of persons and use of machinery, equipment, tools,
materials and supplies as said Owner may deem necessary to complete the work and charge
the expense of such labor, machinery, equipment, tools, materials and supplies to said
Contractor, and the expense so charged shall 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 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 $50,000. All bonds shall be submitted on forms supplied by the Owner,
and executed by a Surety Company listed on the State Treasury's "Approved" list and authorized to
do business in the State of Texas. It is further agreed that this contract shall not be in effect until
such bonds are so furnished.
51. SPECIAL CONDITIONS
In the event special conditions are contained herein as part of the contract documents and said special
conditions conflict with any of the general conditions contained in this contract, then in such event
the special conditions shall control.
52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES
Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the
nature of the work to be done, or from the action of the elements, or from any unforeseen
circumstance or from unusual obstructions or difficulties, naturally occurring, man-made or
otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne
by the Contractor at his own cost and expense.
53. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power
and authority to direct, supervise, and control its own employees and to determine the method of the
performance of the work covered hereby. The fact that the Owner or Owner's Representative shall
have the right to observe Contractor's work during Contractor's performance and to carry out the
other prerogatives which are expressly reserved to and vested in the Owner or Owner's
Representative hereunder, is not intended to and shall not at any time change or effect the status of
the Contractor as an independent contractor with respect to either the Owner or Owner's
Representative or to the Contractor's own employees or to any other person, firm, or corporation.
54. CLEANING UP
The Contractor shall at all times keep the premises free from accumulation of debris caused by the
work, and at the completion of the work Contractor shall remove all such debris and also its tools,
scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work
shall be left in good order and condition. In case of dispute Owner may remove the debris and
charge the cost to the Contractor.
55. HAZARDOUS SUBSTANCES AND ASBESTOS
Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response,
Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated
thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products
or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in
the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by
any party, on the Project site, or any other property of the City, without the written consent of the
Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance,
hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the
construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of
the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum
products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and
request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative
may grant or deny the request of Contractor and provide whatever requirements such consent, if
granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not
granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt
of said request, said request shall be deemed to be denied.
In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be
responsible for ensuring that all personnel involved in the Project are (i) trained for the level of
expertise required for proper performance of the actions contemplated by this Contract and, in
particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances,
hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and
utilize all protective equipment, including without limitation, personal protective gear, necessary to
provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum
products or byproducts and/or asbestos.
56. NONAPPROPRIATION
All funds for payment by the City under this contract are subject to the availability of an annual
appropriation for this purpose by the City. In the event of non -appropriation of funds by the City
Council of the City of Lubbock for the goods or services provided under the contract, the City will
terminate the contract, without termination charge or other liability, on the last day of the then -
current fiscal year or when the appropriation made for the then -current year for the goods or services
covered by this contract is spent, whichever event occurs first. If at any time funds are not
appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on
thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City
shall not be obligated under this contract beyond the date of termination.
57. THE CITY RIGHT TO AUDIT
At any time during the term of this Contract and for a period of four (4) years thereafter the City or
a duly authorized audit representative of the City, or the State of Texas, at its expense and at
reasonable times, reserves the right to audit Contractor's records and books relevant to all services
provided under this Contract. In the event such an audit by the City reveals any errors/overpayments
by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30)
days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing
the City from any payments due Contractor.
58. NON -ARBITRATION
The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or
otherwise, including without limitation, the right to seek any and all forms of relief in a court of
competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to
exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative
and not exclusive, and may be exercised concurrently. To the extent of any conflict between this
provision and another provision in, or related to, this document, this provision shall control.
59. CONTRACTOR ACKNOWLEDGES
Contractor Acknowledges by supplying any Goods or Services that the Contractor has read, fully
understands, and will be in full compliance with all terms and conditions and the descriptive material
contained herein and any additional associated documents and Amendments. The City disclaims any
terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the
event of conflict between these terms and conditions and any terms and conditions provided by the
Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided
herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no
force or effect.
60. LABOR CODE CHAPTER 214
Sec. 214.008. MISCLASSIFICATION OF CERTAIN WORKERS; PENALTY. (a) A person who
contracts with a governmental entity to provide a service as defined by Section 2155.001,
Government Code, shall properly classify, as an employee or independent contractor in accordance
with Chapter 201, any individual the person directly retains and compensates for services performed
in connection with the contract. (b) In this subsection, "subcontractor" means a person directly
retained and compensated by a person who contracts with a governmental entity to provide a service
as defined by Section 2155.001, Government Code. A subcontractor shall properly classify, as an
employee or independent contractor in accordance with Chapter 201, any individual the subcontractor
directly retains and compensates for services performed in connection with the contract for which the
subcontractor is retained. (c) A person who fails to properly classify an individual as required by
Subsection (a) or (b) shall pay to the commission a penalty equal to $200 for each individual that the
person has not properly classified. (d) The commission may not take action to collect a penalty under
this section from a person after the third anniversary of the date on which the violation occurred.
61. CERTIFICATE OF INTERESTED PARTIES
House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code.
Section 2252.908 requires a business entity entering into certain contracts with a governmental entity
or state agency to file with the governmental entity or state agency a disclosure of interested parties
at the time the business entity submits the signed contract to the governmental entity or state agency.
Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting
business entity, acknowledging that the disclosure is made under oath and under penalty of perjury.
Section 2252.908 applies only to a contract that requires an action or vote by the governing body of
the governmental entity or state agency before the contract may be signed or has a value of at least
$1 million. Instructions for completing Form 1295 are available at:
https: //ci.lubbock.tx.us/departments/purchasing/vendor-information
62. TEXAS GOVERNMENT CODE SECTION 2252.152
Contracts with Companies Engaged in Business with Iran, Sudan, or Foreign Terrorist Organization
Prohibited. Pursuant to Section 2252.152 of the Texas Government Code, prohibits the City from
entering into a contract with a vendor that is identified by The Comptroller as a company known to
have contracts with or provide supplies or service with Iran, Sudan or a foreign terrorist
organization.
63. TEXAS GOVERNMENT CODE SECTION 2271.002
Pursuant to Section 2271.002 of the Texas Government Code, a) This section applies only to a
contract that: (1) is between a governmental entity and a company with 10 or more full-time
employees; and (2) has a value of $100,000 or more that is to be paid wholly or partly from public
funds of the governmental entity. (b) A governmental entity may not enter into a contract with a
company for goods or services unless the contract contains a written verification from the company
that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract.
64. CONTRACTOR ACKNOWLEDGES
Contractor Acknowledges by supplying any Goods or Services that the Contractor has read, fully
understands, and will be in full compliance with all terms and conditions and the descriptive material
contained herein and any additional associated documents and Amendments. The City disclaims any
terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the
event of conflict between these terms and conditions and any terms and conditions provided by the
Contractor, the terms and conditions provided herein shall prevail. The terms and conditions
provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall
be of no force or effect.
65. TEXAS PUBLIC INFORMATION ACT
The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and
the contractor or vendor agrees that the contract can be terminated if the contractor or vendor
knowingly or intentionally fails to comply with a requirement of that subchapter. To the extent
Subchapter J, Chapter 552, Government Code applies to this agreement, Contractor agrees to: (1)
preserve all contracting information related to the contract as provided by the records retention
requirements applicable to the governmental body for the duration of the contract; (2) promptly
provide to the governmental body any contracting information related to the contract that is in the
custody or possession of the entity on request of the governmental body; and (3) on completion of
the contract, either: (A) provide at no cost to the governmental body all contracting information
related to the contract that is in the custody or possession of the entity; or (B) preserve the contracting
information related to the contract as provided by the records retention requirements applicable to
the governmental body.
66. CONFIDENTIALITY
The Contractor shall retain all information received from or concerning the City and the City's
business in strictest confidence and shall not reveal such information to third parties without prior
written consent of the City, unless otherwise required by law.
67. INDEMNITY
The Contractor shall indemnify and save harmless the city of Lubbock and its elected officials,
officers, agents, and employees from all suits, actions, losses, damages, claims, or liability of any
kind, character, type, or description, including without limiting the generality of the foregoing, all
expenses of litigation, court costs, and attorney's fees, for injury or death to any person, or injury to
any property, received or sustained by any person or persons or property, to the extent arising out
of, related to or occasioned by, the negligent acts of the Contractor, its agents, employees, and/or
subcontractors, related to the performance, operations or omissions under this agreement and/or the
use or occupation of city owned property. The indemnity obligation provided herein shall survive
the expiration or termination of this agreement.
68. PROFESSIONAL RESPONSIBILITY
All architectural or engineering services to be performed shall be done with the professional skill
and care ordinarily provided by competent architects or engineers practicing under the same or
similar circumstances and professional license.
69. TEXAS SENATE BILL 219 SUBCHAPTER B ITEMS B AND C
(b) A contractor must, within a reasonable time of learning of a defect, inaccuracy, inadequacy, or
insufficiency in the plans, specifications, or other design documents, disclose in writing to the
person with whom the contractor enters into a contract the existence of any known defect in the
plans, specifications, or other design documents that is discovered by the contractor, or that
reasonably should have been discovered by the contractor using diligence, before or during
construction. In this subsection, ordinary diligence means the observations of the plans,
specifications, or other design documents or the improvement to real property that a contractor
would make in the reasonable preparation of a bid or fulfillment of its scope of work under normal
circumstances. Ordinary diligence does not require that the contractor engage a person licensed or
registered under Title 6, Occupations Code, or any other person with specialized skills. A
disclosure under this subsection is made in the contractor's capacity as contractor and not as a
licensed professional under Title 6, Occupations Code.
(c) A contractor who fails to disclose a defect as required by Subsection (b) may be liable for the
consequences of defects that result from the failure to disclose.
DAVIS BACON WAGE DETERMINATIONS
EXHIBIT A
General Decision Number: TX20210002 those set forth at 29 CFR 5.1(a)(2)460).
01 /01 /2021
Superseded General Decision Number:
TX20200002
State: Texas
Construction Types: Heavy and Highway
Counties: Armstrong, Carson, Crosby,
Ector, Irion, Lubbock,
Midland, Potter, Randall, Taylor and Tom
Green Counties in Texas.
HEAVY & HIGHWAY CONSTRUCTION
PROJECTS
Note: Under Executive Order (EO) 13658,
an hourly minimum wage of $10.95 for
calendar year 2021 applies to all contracts
subject to the Davis -Bacon Act for which
the contract is awarded (and any solicitation
was issued) on or after January 1, 2015.
If this contract is covered by the EO, the
contractor must pay all workers in any
classification listed on this wage
determination at least $10.95 per hour (or
the applicable wage rate listed on this wage
determination, if it is higher) for all hours
spent performing on the contract in calendar
year 2021. If this contract is covered by the
EO and a classification considered necessary
for performance of work on the contract
does not appear on this wage determination,
the contractor must pay workers in that
classification at least the wage rate
determined through the conformance
process set forth in 29 CFR 5.5(a)(1)(ii) (or
the EO minimum wage rate, if it is higher
than the conformed wage rate). The EO
minimum wage rate will be adjusted
annually. Please note that this EO applies to
the above -mentioned types of contracts
entered into by the federal government that
are subject to the Davis -Bacon Act itself, but
it does not apply to contracts subject only to
the Davis -Bacon Related Acts, including
Additional information on contractor
requirements and worker protections under
the EO is available at
www.dol.gov/whd/govcontracts.
Modification Number Publication Date
0 01/01/2021
* SUTX2011-002 08/02/2011
Rates Fringes
CEMENT MASON/CONCRETE
FINISHER (Paving & Structures) ... $ 13.55
ELECTRICIAN ...................... $ 20.96
FORM BUILDER/FORM SETTER
Paving & Curb ...............$ 12.36
Structures .................. $ 13.52
1 : *
Asphalt Raker ...............$ 12.28
Flagger.....................$ 9.30
Laborer, Common .............$ 10.30
Laborer, Utility ............ $ 11.80
Work Zone Barricade
Servicer....................$ 10.30
POWER EQUIPMENT OPERATOR:
Asphalt Distributer ......... $ 14.87
Asphalt Paving Machine ...... $ 13.40
Broom and Sweeper ........... $ 11.21
Crane, Lattice Boom 80
Tons or Less ................ $ 16.82
Crawler Tractor Operator .... $ 13.96
Excavator, 50,000 lbs or less ........ $ 13.46
Front End Loader Operator,
Over 3 CY...................$ 12.77
Front End Loader, 3CY or less ... $ 12.28
Loader/Backhoe..............$ 14.18
Mechanic .................... $ 20.14
Milling Machine .............$ 15.54
Motor Grader, Rough ........ $ 16.15
Motor Grader, Fine .......... $ 17.49
Pavement Marking Machine .... $ 16.42
Reclaimer/Pulverizer........ $ 12.85
Roller, Asphalt .............$ 10.95
Roller, Other ...............$ 10.36
Scraper .....................$ 10.61
Spreader Box ................ $ 12.60
Servicer .........................$ 13.98
Steel Worker (Reinforcing) ....... $ 13.50
TRUCK DRIVER
Lowboy -Float ................ $ 14.46
Single Axle ................. $ 12.74
Single or Tandem Axle Dump..$ 11.33
Tandem Axle Tractor with
Semi ........................ $ 12.49
WELDERS - Receive rate prescribed for
craft performing operation to which welding
is incidental.
Note: Executive Order (EO) 13706,
Establishing Paid Sick Leave for Federal
Contractors applies to all contracts subject to
the Davis -Bacon Act for which the contract
is awarded (and any solicitation was issued)
on or after January 1, 2017. If this contract
is covered by the EO, the contractor must
provide employees with 1 hour of paid sick
leave for every 30 hours they work, up to 56
hours of paid sick leave each year.
Employees must be permitted to use paid
sick leave for their own illness, injury or
other health -related needs, including
preventive care; to assist a family member
(or person who is like family to the
employee) who is ill, injured, or has other
health -related needs, including preventive
care; or for reasons resulting from, or to
assist a family member (or person who is
like family to the employee) who is a victim
of, domestic violence, sexual assault, or
stalking. Additional information on
contractor requirements and worker
protections under the EO is available at
www.dol.gov/whd/govcontracts.
Unlisted classifications needed for work not
included within the scope of the
classifications listed may be added after
award only as provided in the labor
standards contract clauses
(29CFR 5.5 (a) (1) (ii)).
-----------------------------
The body of each wage determination lists
the classification and wage rates that have
been found to be prevailing for the cited
type(s) of construction in the area covered
by the wage determination. The
classifications are listed in alphabetical
order of ""identifiers"" that indicate whether
the particular rate is a union rate (current
union negotiated rate for local), a survey rate
(weighted average rate) or a union average
rate (weighted union average rate).
Union Rate Identifiers
A four letter classification abbreviation
identifier enclosed in dotted lines beginning
with characters other than ""SU"" or
""UAVG"" denotes that the union
classification and rate were prevailing for
that classification in the survey. Example:
PLUM0198-005 07/01/2014. PLUM is an
abbreviation identifier of the union which
prevailed in the survey for this
classification, which in this example would
be Plumbers. 0198 indicates the local union
number or district council number where
applicable, i.e., Plumbers Local 0198. The
next number, 005 in the example, is an
internal number used in processing the wage
determination. 07/01/2014 is the effective
date of the most current negotiated rate,
which in this example is July 1,
2014.
Union prevailing wage rates are updated to
reflect all rate changes in the collective
bargaining agreement (CBA) governing this
classification and rate.
Survey Rate Identifiers
Classifications listed under the ""SU""
identifier indicate that no one rate prevailed
for this classification in the survey and the
published rate is derived by computing a
weighted average rate based on all the rates
reported in the survey for that classification.
As this weighted average rate includes all
rates reported in the survey, it may include
both union and non -union rates. Example:
SULA2012-007 5/13/2014. SU indicates the
rates are survey rates based on a weighted
average calculation of rates and are not
majority rates. LA indicates the State of
Louisiana. 2012 is the year of survey on
which these classifications and rates are
based. The next number, 007 in the example,
is an internal number used in producing the
wage determination. 5/13/2014 indicates the
survey completion date for the
classifications and rates under that identifier.
Survey wage rates are not updated and
remain in effect until a new survey is
conducted.
Union Average Rate Identifiers
Classification(s) listed under the UAVG
identifier indicate that no single majority
rate prevailed for those classifications;
however, 100% of the data reported for the
classifications was union data. EXAMPLE:
UAVG-OH-0010
08/29/2014. UAVG indicates that the rate is
a weighted union average rate. OH indicates
the state. The next number, 0010 in the
example, is an internal number used in
producing the wage determination.
08/29/2014 indicates the survey completion
date for the classifications and rates under
that identifier.
A UAVG rate will be updated once a year,
usually in January of each year, to reflect a
weighted average of the current
negotiated/CBA rate of the union locals
from which the rate is based.
WAGE DETERMINATION APPEALS
PROCESS
1.) Has there been an initial decision in the
matter? This can
be:
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting
forth a position on
a wage determination matter
* a conformance (additional classification
and rate) ruling
On survey related matters, initial contact,
including requests for summaries of surveys,
should be with the Wage and Hour Regional
Office for the area in which the survey was
conducted because those Regional Offices
have responsibility for the
Davis -Bacon survey program. If the
response from this initial contact is not
satisfactory, then the process described in 2.)
and 3.) should be followed.
With regard to any other matter not yet ripe
for the formal process described here, initial
contact should be with the Branch of
Construction Wage Determinations. Write
to:
Branch of Construction Wage
Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
2.) If the answer to the question in 1.) is yes,
then an interested party (those affected by
the action) can request review and
reconsideration from the Wage and Hour
Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7).
Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full
statement of the interested party's position
and by any information (wage payment data,
project description, area practice material,
etc.) that the requestor considers relevant to
the issue.
3.) If the decision of the Administrator is not
favorable, an interested party may appeal
directly to the Administrative
Review Board (formerly the Wage Appeals
Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative
Review Board are final.
END OF GENERAL DECISION
EXHIBIT B
Prevailing Wage Rates
Overtime Rate
The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor
Standards Act.
EXHIBIT C
Prevailing Wage Rates
Legal Holiday Rate
The rate for legal holidays shall be as required by the Fair Labor Standards Act.
SPECIFICATIONS
Page Intentionally Left Blank
City of
ubbock
TEXAS
UNPAVED ROADS
IMPROVEMENTS
PHASE 4
TECHNICAL SPECIFICATIONS
NOVEMBER 2021
UNPAVED ROADS IMPROVEMENTS PHASE 4
TABLE OF CONTENTS
DIVISION 1- GENERAL REQUIREMENTS
01010
Summary of Work..................................................................................................................... 4
01020
Measurement and Payment.............................................................................................................4
01027
Application for Payment.................................................................................................................2
01028
Change Order Procedures.......................................................................................................... 3
01039
Coordination and Meetings....................................................................................................... 2
01140
Work Restrictions...................................................................................................................... 3
01310
Progress Schedules.................................................................................................................... 2
01322
Photographic Documentation.................................................................................................... 2
01330
Submittal Procedures................................................................................................................. 6
01356
Storm Water Pollution Prevention Plan..................................................................................... 4
01400
Quality Requirements................................................................................................................ 5
01555
Barricades, Signs and Traffic Handling.................................................................................... 1
01576
Waste Material Disposal............................................................................................................ 2
01600
Product Requirements............................................................................................................... 3
01700
Contract Closeout...................................................................................................................... 3
11Ai"IfIXI y ���jI� ►iit
02050
Removal, Demolition and Salvage............................................................................................ 4
02221
Removing Existing Pavements.................................................................................................. 2
02240
Dewatering................................................................................................................................ 4
02260
Excavation Support and Protection........................................................................................... 3
02300
Earthwork..................................................................................................................................7
1�� �il�.� [��►[c�K��►�y 7 III � �I
03300 Cast in Place Concrete............................................................................................................. 13
REFERENCES
City of Lubbock Public Works Engineering Minimum Design Standards and Specifications.
November 2021 TABLE OF CONTENTS TC - 1
UNPAVED ROADS IMPROVEMENTS PHASE 4
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) Owner's Representative:
Josh Kristinek, P.E., Assistant City Engineer
(806) 775-3397
(2) Project Manager:
Zoltan Fekete, P.E., Senior Civil Engineer
(806)775-3397
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
12 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
November 2021 SUMMARY OF WORK 01010 - 3
UNPAVED ROADS IMPROVEMENTS PHASE 4
documents.
13 PROJECT DESCRIPTION
A. The purpose of this project is to improve dirt roads with asphalt pavement and curb and gutter
through various locations around the City. The purpose of this project is to improve dirt roads
with asphalt pavement and curb and gutter throughout various locations around the City. The
dirt roads to be paved are East Marlboro Street from North Magnolia Ave to North Ivory
Ave, 6th and 8th Streets from Hall to Inler Ave, Hall Avenue from 8th Street to 4th Street,
North King Ave from East Marlboro to East Newcomb Street, East 76th Street from Cedar
Ave to Ash Ave and Grinell Ave to Interstate 27 to North Avenue Q.
B. Major work items are:
(1) Installation of approximately 20,000 square yards of Type C asphalt pavement,
(2) approximately 9,000 linear feet of curb and gutter,
(3) 1,600 square yards of concrete valley gutters, fillets, and driveways.
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 Engineering
Minimum Design Standards and Specifications
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.
15 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.
November 2021 SUMMARY OF WORK 01010 - 4
UNPAVED ROADS IMPROVEMENTS PHASE 4
C. The Owner shall locate and designate all manhole access points open and accessible for the
work, and provide rights of access to these points.
D. Contractor shall coordinate with the City Solid Waste Services to maintain trash pickup
schedules when working with in the alley right of way.
1.7 CONTRACTOR'S USE OF THE PREMISES
A. The space available to the Contractor for the performance of the work, either exclusively or
in conjunction with others performing other construction as part of the project, is restricted to
the area shown on the site plan of the contract drawings unless the Contractor makes
arrangements to use additional space with the Owner.
B. The contractor shall ensure that any disturbed area is left in a condition equal to or better
condition before finishing construction in the area.
1.8 PROJECT SCHEDULE
A. The Work summarized above shall be substantially completed within 270 calendar days
from the date of the Notice to Proceed.
B. There will be a $300 per day liquidated damages for each day that exceeds the
additional 30 day limit for final completion.
C. Within five (5) business days after the date of the Substantial Completion Certificate, the
Engineer shall issue a Final Punch List of items to be corrected prior to Final Completion.
D. Punch list items shall be complete within 30 calendar days from the date of the Final Punch
List. There shall be $200 per day liquidated damages assessed for each day that exceeds the
30 day limit.
PART 2 - PRODUCTS
Not used.
PART 3 - EXECUTION
3.1 SECURITY PROCEDURES
A. Contractor shall limit access to the site to persons involved in the work.
B. Contractor shall provide secure storage for materials for which the owner has made payments
and which are stored on site.
C. Contractor shall secure completed work as required to prevent loss or damage.
D. Contractor shall secure sites by means of fencing, security guards, or other means to prevent
damage, theft, safety hazards, or other problems on the site.
November 2021 SUMMARY OF WORK 01010 - 5
UNPAVED ROADS IMPROVEMENTS PHASE 4
E. The use of security personnel shall be cleared with the Owner.
32 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.
33 PRE -CONSTRUCTION MEETING
A. A pre -construction meeting will be held at City Hall within ten (10) days of the date ofNotice
to Proceed and prior to any construction taking place.
3.4 WARRANTY
A. Contractor shall warrant 100% of the project for two (2) years after the date of substantial
acceptance of the work.
B. On the twenty-third (23) 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
November 2021 SUMMARY OF WORK 01010 - 6
UNPAVED ROADS IMPROVEMENTS PHASE 4
SECTION 01020
MEASUREMENT AND PAYMENT
PART 1- GENERAL
1.1 SCOPE
A. The following sections shall be used to define measurements and payments for this project.
The unit price bid on each item as stated in the bid proposal shall include furnishing all labor,
superintendence, machinery, equipment, and materials except as otherwise specified, necessary
or incidental to complete the various items of work in accordance with the plans and
specifications. Cost of work or materials shown on the plans or called for in the specifications
and on which no separate payment is made shall be included in the bid prices on the various
pay items. Payment will not be made for any item that is not complete, including all associated
incidental work. Only those items indicated on bid documents and plan sheets will be included
for construction and payment.
12 MOBILIZATION
A. The cost for mobilization shall be limited to no more than 5% of the Contract amount for
construction items (materials and labor) bid for this project.
B. Mobilization shall include costs associated with move -in related equipment and labor, bid
bond, performance and construction bonds and insurance related for this project. This would
include the establishment and removal of offices, plants and facilities, movement of personnel,
equipment, and supplies to and from the project or the vicinity of the project site to begin work
or complete work on Contract Items. This Item will be measured by the lump sum as the work
progresses.
C. Payment. Partial payments of the lump sum bid for mobilization will be as follows. The
adjusted Contract amount for construction Items as used below is defined as the total Contract
amount less the lump sum for mobilization.
(1) The project has Five (5) major locations, Avenue D, 74th Street, 13th Street, Avenue Q, and
Locust Avenue. Once the contractor has fully mobilize and work has been started at each
location, 20% of the mobilization lump sum bid will be paid per location.
13 STORM WATER POLLUTION PREVENTION PLAN
Payment will be made on a lump sum basis for the Storm Water Pollution Prevention Plan.
Partial payment will be made on a pro-rata basis as a percentage of the construction contract
duration. The sum of the partial payments made for storm water pollution prevention shall not
exceed 90% of the lump sum price bid for storm water pollution prevention prior to the
termination of the construction contract. No partial payment will be made for partial storm
water pollution prevention measures. Payment shall not be made for this item where the Owner
determines a lack of evidence that storm water pollution prevention measures were used, or
that the measures installed do not meet the requirements of the plan. No additional payments
will be allowed where storm water pollution prevention is required because of work being
remedied due to not meeting the requirements of the plans and specifications. The unit price
bid shall include furnishing and installing all materials, filing Notice of Intent/Termination
forms, inspections, maintenance, silt fences, hay bales, sand bags, diversion swales and any
other measure and/or incidentals required for compliance with NPDES Permit.
November 2021 MEASUREMENT AND PAYMENT 01020 - 1
UNPAVED ROADS IMPROVEMENTS PHASE 4
1.4 PREPARING OF RIGHT-OF-WAY
A. Measurement will be made on the 100-foot centerline stations. Payment will be made at the
unit price bid per centerline station of right-of-way preparation. The unit price shall include
labor, equipment, and incidentals necessary to clear, grub and remove all items that are in
conflict with proposed improvements that are not called out to remain and are not included in
the bid items. This work shall include, but not limited to, removal of landscaping features, trees,
stumps, bushes, vegetation, roots, shrubs, edging, fences, miscellaneous stone, existing utilities
to be abandoned, relocation of mailboxes, etc. No separate payment will be made for disposing
of excess material. Any existing improvement shown to remain on the plans, which is damaged
or destroyed by these operations, shall be replaced at the contractor's expense. All work shall
be performed in accordance to City of Lubbock Minimum Design Standards and Specifications
and TxDOT Specification Item 100.
15 ASPHALT REMOVAL
A. Measurement will be made of the area, in square yards, of existing pavement structure asphalt
actually removed. Existing pavement structure will be considered all layers of material between
existing roadway surface and top of existing subgrade. Payment will be made at the unit price
bid per square yard of existing asphalt pavement structure removed. The Contractor shall
ensure that the Owner has the opportunity to measure the square yards of pavement surface
prior to removal. If pavement surface is removed without measurement by the Owner, no
payment will be made for that removal. The unit price bid shall include sawing, separating for
salvage, legal disposal, labor and equipment, and any incidental asphalt paving repair.
1.6 CONCRETE REMOVAL
A. Measurement will be made of the area, in square yards, of existing concrete pavement, valley
gutters, foundations, sidewalks, driveways, curb and gutter and other appurtenances actually
removed. Existing concrete pavement and valley gutters will be considered all layers of
material between existing roadway surface and top of existing subgrade. Payment will be made
at the unit price bid per square yard of concrete removed. The contractor shall ensure that the
Owner has the opportunity to measure the square yards of concrete prior to removal. If concrete
is removed without measurement by the Owner, no payment will be made for that removal.
The unit price bid shall include sawing, separating for salvage, legal disposal, labor and
equipment, and any incidental concrete repair.
B. Removal and relocation of miscellaneous items such as street signs as indicated on the plans
shall be considered subsidiary to this item and will not be paid for directly.
1.7 24" COL TYPE A CURB AND GUTTER
A. Measurement will be made of the linear feet of curb and gutter actually constructed. Curb and
gutter will be paid for at the unit price bid per linear foot. The unit price bid shall include
furnishing and installing all materials, forming, finishing, jointing, and all incidentals necessary
to complete the work.
B. Removal, replacement and relocation of mailboxes as indicated on the plans shall be considered
subsidiary to this bid item and will not be paid for directly.
1.8 24" COL TYPE B CURB AND GUTTER
A. Measurement will be made of the linear feet of curb and gutter actually constructed. Curb and
gutter will be paid for at the unit price bid per linear foot. The unit price bid shall include
November 2021 MEASUREMENT AND PAYMENT 01020 - 2
UNPAVED ROADS IMPROVEMENTS PHASE 4
furnishing and installing all materials, forming, finishing, jointing, and all incidentals
necessary to complete the work.
B. 5 foot curb and gutter transitions as shown in the plans will be paid as Type B Curb and Gutter.
C. Removal, replacement and relocation of mailboxes as indicated on the plans shall be considered
subsidiary to this bid item and will not be paid for directly.
19 2" HMAC COL TYPE C
A. Measurement will be made of the area, in square yards, of hot mix asphalt pavement actually
constructed. Payment will be made at the unit price bid per square yard. The unit price bid shall
include furnishing and installing all pavement structure layers including subgrade densification
and caliche base according to City of Lubbock standards, tack and prime coats, compaction,
testing and all incidentals necessary to complete the work.
B. All excavation and embankment needed to construct the roadway improvements to grade will
be subsidiary to this item.
C. Any unsuitable material shall be removed and replaced by the contractor will be subsidiary to
this bid item.
1.10 6" CONCRETE VALLEY GUTTER AND FILLETS
A. Measurement will be made of the area, in square yards, of fillets and valley gutters actually
constructed. Fillets and valley gutters will be paid for at the unit price bid per square yard. The
unit price bid shall include furnishing and installing all materials, excavation, filling,
backfilling, reinforcement, forming, finishing, jointing, utility valve adjustments and all
incidentals necessary to complete the work.
1.11 6" CONCRETE ALLEY RETURNS AND DRIVEWAYS
A. Measurement will be made of the area, in square yards, of Concrete alley returns and driveways
actually constructed. The unit price bid shall include furnishing and installing all materials,
excavation, filling, backfilling, reinforcement, forming, finishing, jointing, and all incidentals
necessary to complete the work.
1.12 ADA RAMPS
A. Measurement will be paid for at the unit bid price per each ADA ramp. ADA ramp consists of
the ramp, landing, adjacent flares or side curb, and detectable warning surface as shown on the
plans. The unit price bid shall include furnishing and installing all materials, excavation, filling,
backfilling, reinforcement, forming, finishing, jointing, truncated domes, and all incidentals
necessary to complete the work.
1.13 MANHOLE AND VALVE BOXES ADJUSTMENT
A. A count will be made of manholes and valve boxes of various type and sizes to be adjusted.
These structures will be paid for at the unit bid price per each manhole and valve box adjusted.
This price is full compensation for all materials, backfill as required, excavation, tools,
equipment, labor and incidentals per each manhole adjusted.
PART2-PRODUCTS
Not Used
November 2021 MEASUREMENT AND PAYMENT 01020 - 3
UNPAVED ROADS IMPROVEMENTS PHASE 4
PART 3 - EXECUTION
Not Used
END OF SECTION
November 2021 MEASUREMENT AND PAYMENT 01020 - 4
UNPAVED ROADS IMPROVEMENTS PHASE 4
SECTION 01027
APPLICATIONS FOR PAYMENT
PART 1- GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General
Requirements apply to work of this section.
12- SECTION INCLUDES
A. Procedures for preparation and submittal of Applications for Payment.
13 RELATED SECTIONS
A. Agreement: Contract Sum/Price and unit prices.
B. General Conditions: Progress Payments and Final Payment.
C. Section 01020 — Measurement and Payment.
D. Section 01028 - Change Order Procedures: Procedures for changes to the Work.
E. Section 01330 - Submittal Procedures.
F. Section 01700 - Contract Closeout.
1.4 FORMAT
A. EJCDC No. 1910-8-E - Application for Payment including continuation sheets when required,
or Owner forms, or Owner -approved form of the Contractor.
B. For each item, provide a column for listing: Item Number; Description of work; Scheduled
Value, Previous Applications; Work in Place; Authorized Change Orders; Total Completed;
Percentage of Completion; Balance to Finish; and Retainage.
15 PREPARATION OF APPLICATIONS
A. Present required information in typewritten form or computer generated Excel Spreadsheet.
B. Execute certification by signature of authorized officer.
C. Use data from approved Schedule of Values. Provide dollar value in each column for each line
item for portion of work performed and for stored products.
D. List each authorized Change Order as an extension on continuation sheet, listing Change
Order number and dollar amount as for an original item ofWork.
E. Prepare Application for Final Payment as specified in Section 01700.
1.6 SUBMITTAL PROCEDURES
A. Submit two (2) copies of each Application for Payment.
B. Submit an updated construction schedule, materials received, and manifest with each
Application for Payment. Payment will not be made until an up-to-date schedule is received.
C. Payment Period: Monthly, submit application for payment on or about the 10t' day of each
month.
D. Submit the following along with the application for final payment:
November 2021 APPLICATIONS FOR PAYMENTS 01027 - 1
UNPAVED ROADS IMPROVEMENTS PHASE 4
(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.
1.7 SUBSTANTIATING DATA
A. When Engineer requires substantiating information, submit data justifying dollar amounts in
question.
B. Provide one copy of data with cover letter for each copy of submittal. Show Application
number and date, and line item by number and description.
PART 2 - PRODUCTS
Not Used
PART 3 - EXECUTION
Not Used
END OF SECTION
November 2021 APPLICATIONS FOR PAYMENTS 01027 - 2
UNPAVED ROADS IMPROVEMENTS PHASE 4
SECTION 01028
CHANGE ORDER PROCEDURES
PART 1- GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General
Requirements apply to work of this section.
1.2 SECTION INCLUDES
A. Submittals.
B. Documentation of change in Contract Sum/Price and Contract Time.
C. Change procedures.
D. Stipulated Price change order.
E. Unit price change order.
F. Time and material change order.
G. Execution of change orders.
H. Correlation of Contractor submittals.
1.3 RELATED SECTIONS
A. Section 01027 -Applications for Payment.
B. Section 01330 -Submittal Procedures.
C. Section 01600 -Product Requirements.
D. Section 01700 -Contract Closeout.
1.4 SUBMITTALS
A. Submit 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: EJCDC 1910-8-B Change Order, Owner's form, or other form approved
by Owner.
1.5 DOCUMENTATION OF CHANGE IN CONTRACT SUM/PRICE AND CONTRACT TIME
A. Maintain detailed records of work done on a time and material basis. Provide full information
required for evaluation of proposed changes, and to substantiate costs of changes in the Work.
B. Document each quotation for a change in cost or time with sufficient data to allow evaluation
of the quotation.
C. Provide additional data to support computations:
1. Quantities of products, labor, and equipment.
2- Taxes, insurance and bonds.
3. Overhead and profit.
4. Justification for any change in Contract Time.
November 2021 CHANGE ORDER PROCEDURES 01028 - 1
UNPAVED ROADS IMPROVEMENTS PHASE 4
5. Credit for deletions from Contract, similarly documented.
6. If subcontracted, provide subcontractor documentation according to General Contract
Conditions and this specification. Show Contractor markup on subcontractor changes.
D. 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.
Show Contractor markup on subcontractor work.
1.6 CHANGE PROCEDURES
A. 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.
B. The Engineer may issue a Proposal Request which includes a detailed description of a proposed
change with supplementary or revised Drawings and specifications and a change in Contract
Time for executing the change. Contractor will prepare and submit an estimate within 7 days.
C. The Contractor may propose a change by submitting a request for change to the Engineer,
describing the proposed change and its full effect on the Work, with a statement describing the
reason for the change, and the effect on the Contract Sum/Price and Contract Time with full
documentation and a statement describing the effect on Work by separate or other contractors.
Document any requested substitutions in accordance with Section 01600.
1.7 CONSTRUCTION CHANGE AUTHORIZATION
A. 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 method of determining
any change in Contract Sum/Price or Contract Time.
C. Promptly execute the change in Work.
1.8 STIPULATED PRICE CHANGE ORDER
A. Based on Proposal Request and Contractor's maximum price quotation or Contractor's request
for a Change Order as approved by Engineer.
1.9 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.
November 2021 CHANGE ORDER PROCEDURES 01028 - 2
UNPAVED ROADS IMPROVEMENTS PHASE 4
1.10 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. 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.
1.11 EXECUTION OF CHANGE ORDERS
A. Execution of Change Orders: Engineer will issue Change Orders for signatures of parties as
provided in the Conditions of the Contract.
1.12 CORRELATION OF CONTRACTOR SUBMITTALS
A. Promptly revise Schedule of Values and Application for Payment forms to record each
authorized Change Order as a separate line item and adjust the Contract Sum/Price.
B. Promptly revise progress schedules to reflect any change in Contract Time, revise sub -
schedules to adjust time for other items of work affected by the change, and resubmit.
C. Promptly enter changes in Project Record Documents.
PART 2 - PRODUCTS
Not Used
PART 3 - EXECUTION
Not Used
END OF SECTION
November 2021 CHANGE ORDER PROCEDURES 01028 - 3
UNPAVED ROADS IMPROVEMENTS PHASE 4
SECTION 01039
COORDINATION AND MEETINGS
PART 1- GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division I - General
Requirements apply to work of this section.
12 SECTION INCLUDES
A. Coordination.
B. Preconstruction meeting.
C. Progress meetings.
13 COORDINATION
A. Coordinate scheduling, submittals, and work of the various Sections of the Specifications to
assure efficient and orderly sequence of installation of interdependent construction elements.
B. Coordinate completion and clean up 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.
1.4 PRECONSTRUCTION MEETING
A. Engineer will schedule a meeting with the required attendees.
B. Attendance Required: Owner, Engineer, Contractor and major Subcontractors.
C. Agenda:
1. Distribution of executed Contract Documents.
2 Submission of list of Subcontractors, list of products and progress schedule.
3. Designation of personnel representing the parties in Contract and the Engineer.
4. Procedures and processing of field decisions, submittals, substitutions, applications for
payments, proposal request, Change Orders and Contract closeout procedures.
5. Schedules.
6. Scheduling activities of construction testing lab.
7. Use of premises by Owner and Contractor.
8. Owner's requirements.
9. Construction facilities and controls provided by Owner.
10. Survey layout.
11. Security and housekeeping procedures.
12 Procedures for testing.
13. Procedures for maintaining record documents.
November 2021 COORDINATION AND MEETINGS 01039 - 1
UNPAVED ROADS IMPROVEMENTS PHASE 4
14. Inspection and acceptance of equipment or improvements put into service during
construction period.
15. Other items as deemed necessary by Owner orEngineer.
D. Engineer will record minutes and distribute copies to participants.
1.5 PROGRESS MEETINGS
A. Schedule and administer meetings throughout progress of the Work at maximum bi-weekly
intervals.
B. Engineer will 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. 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.
K 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 relating to Work.
E. Engineer will record minutes and distribute copies to participants.
PART2-PRODUCTS
Not Used
PART 3 - EXECUTION
Not Used
END OF SECTION
November 2021 COORDINATION AND MEETINGS 01039 - 2
UNPAVED ROADS IMPROVEMENTS PHASE 4
SECTION 01140
WORK RESTRICTIONS
PART 1- GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and
Division 1 - General Requirements apply to work of this section.
12 SECTION INCLUDES
A. Use of premises.
B. Special scheduling requirements.
C. Working period.
D. Noise restrictions.
E. Advance notice.
F. Water for construction.
13 USE OF PREMISES
A. Use of Site: Limit use of premises to work within defined right-of-way and easements shown
on the plans. Do not disturb portions of site beyond areas in which the Work is indicated.
1. Driveways and Entrances: Keep driveways and entrances serving premises clear and
available to employees 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.
a. Schedule construction to minimize obstruction of driveways and entrances.
1.4 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 any utility service shall be requested in writing a minimum of 14
calendar days prior to the desired date of interruption.
C. The work under this contract requires special attention to the scheduling and conduct of the
work in connection with existing operations. Identify on the construction schedule each factor
which constitutes a potential interruption to operations.
15 WORKING PERIOD
A. Working Hours - Regular working hours shall be within an 11 hour period between 7:00
a.m. and 6:00 p.m., Monday through Friday, and an eight hour period between 9:00 a.m.
and 5:00 p.m. on Saturday. Saturday work shall be restricted to those activities that do not
require observation by the Owner. The Owner reserves the right, at the Owner's discretion, to
not allow work when it interferes with holiday times and traffic. No work shall be performed
on the following holiday periods or days:
1. New Year's Day (observed)
2 Martin Luther King Day (Observed)
November 2021 WORK RESTRICTIONS 01140 - 1
UNPAVED ROADS IMPROVEMENTS PHASE 4
3. Good Friday (Observed)
4. Memorial Day Holiday (observed)
5. Independence Day Holiday (observed)
6. Labor Day Holiday (observed)
7. Thanksgiving Day Holiday plus the Friday following Thanksgiving Day (Observed).
& Christmas Eve and Christmas Day (Observed).
B. Work Outside Regular Hours - Work outside regular working hours requires Owner's approval.
Make application 7 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. Based on the justification provided,
the Owner may approve work outside regular hours. 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.
C. The drawings contain specific requirements that affect certain areas of the work.
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. Contractor shall keep on site OSHA -approved hand portable sound measurement equipment
for both the Owner's and the Contractor's use for measuring noise levels.
1.7 ADVANCE NOTICE
A. Contractor shall provide a minimum of five business days advance written notice of
construction to businesses and residences along the construction route.
1. 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.
2 The text for the advance written notice will be provided by the Owner in written form and
electronic form.
3. Reproduction shall be at the Contractor's expense.
4. Distribution shall be at the Contractor's expense.
5. Single -page flyers shall be of a paper or post -card color other than white to direct the
recipient's attention to the information.
6. The text shall contain the anticipated beginning date of inconvenience to the recipient and
the anticipated duration of that inconvenience.
7. 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).
B. Prior to closing any street or thoroughfare for any length of time, the Contractor shall notify
the following a minimum of 5 business days in advance:
November 2021 WORK RESTRICTIONS 01140 - 2
UNPAVED ROADS IMPROVEMENTS PHASE 4
1. All Emergency Services - Fire, Police, EMS
2 City of Lubbock Solid Waste Department
3. Lubbock Independent School District
4. Durham Transportation
5. TxDOT
6. Lubbock Avalanche Journal
7. Press release for local radio and television stations
1.8 WATER FOR CONSTRUCTION
A Obtaining water for construction is Contractor's sole responsibility.
B. Water is available from the potable water system of the City of Lubbock for construction
purposes. The Contractor is responsible for all charges and arrangements for water
consumption from the potable water system. The Contractor shall make such arrangements
directly with the City of Lubbock Water Utilities Department. The City will not furnish potable
water free of charge for the construction work. 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 Contractor from seeking other water sources for use in
construction. Such water sources shall meet the purity requirements for the intended use. Such
arrangements for water from other sources are the responsibility of the Contractor.
PART2-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. Isolated areas within the general work area which are to be saved and protected
shall also be marked or fenced. Monuments and markers shall be protected before construction
operations commence. Where construction operations are to be conducted during darkness, the
markers shall be visible. The Contractor's personnel shall be knowledgeable of the purpose for
marking and/or protecting particular objects.
END OF SECTION
November 2021 WORK RESTRICTIONS 01140 - 3
UNPAVED ROADS IMPROVEMENTS PHASE 4
SECTION 01310
PROGRESS SCHEDULES
PART 1- GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General
Requirements apply to work of this section.
12 SECTION INCLUDES
A. Format.
B. Content.
C. Revisions to schedules.
D. Submittals.
E. Distribution.
13 RELATED SECTIONS
A. Section 01027 -Applications for Payment.
B. Section 01330 -Submittal Procedures.
1.4 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. Maintain monthly updates to schedule.
15 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 Engineer.
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.
November 2021 PROGRESS SCHEDULES 01310 - 1
UNPAVED ROADS IMPROVEMENTS PHASE 4
1.7 SUBMITTALS
A. Submit initial Schedules within 10 days after date established in Notice to Proceed. After
review, resubmit required revised data within 10 days.
B. Submit revised Progress Schedules with each Application for Payment.
C. Submit the number of opaque reproductions which Contractor requires, plus two copies which
will be retained by Engineer.
1.8 DISTRIBUTION
A. Distribute copies of reviewed Schedules to Engineer's project file, Subcontractors, suppliers,
and other concerned parties.
B. Instruct recipients to promptly report, in writing, problems anticipated by projections indicated
in Schedules.
PART2-PRODUCTS
Not Used
PART 3 - EXECUTION
Not Used
END OF SECTION
November 2021 PROGRESS SCHEDULES 01310 - 2
UNPAVED ROADS IMPROVEMENTS PHASE 4
SECTION 01322
PHOTOGRAPHIC DOCUMENTATION
PART 1- GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and
Division 1 - General Requirements apply to work of this section.
12 SECTION INCLUDES
A. This Section includes administrative and procedural requirements for the following:
1. Preconstruction photographs.
2. Periodic construction photographs.
3. Preconstruction videotapes.
4. Periodic construction videotapes.
13 RELATED SECTIONS
A. Section 01330 -Submittal Procedures for submitting construction photographs.
1.4 SUBMITTALS
A. Submit two (2) complete sets of preconstruction photographs or videotape to Engineer. All
three sets will be retained by the Owner and the Engineer.
1. Identification: On back of each print, videotape, or CD, provide an applied label or
rubber-stamped impression with the following information:
a. Name of Project.
b. Name and address of photographer.
c. Name of Engineer.
d. Name of Contractor.
e. Date photograph was taken.
f. Description of vantage point, indicating location, direction (by compass point), and
elevation or story of construction.
2 Digital Images: Submit a complete set of digital image electronic files with each submittal
of prints. Identify electronic media with date photographs were taken. Submit images that
have the same aspect ratio as the sensor, uncropped.
PART2-PRODUCTS
Not Used
November 2021 PHOTOGRAPHIC DOCUMENTATION 01322 - 1
UNPAVED ROADS IMPROVEMENTS PHASE 4
PART 3 - EXECUTION
3.1 PHOTOGRAPHS, GENERAL
A. Field Office Prints: Retain one set of prints of preconstruction photographs in the field office
at Project site, available at all times for reference. Identify photographs the same as for those
submitted to Engineer.
32 CONSTRUCTION PHOTOGRAPHS
A. Preconstruction Photographs: Before starting construction, take color photographs of Project
site and surrounding properties from different vantage points, or as directed by Engineer.
1. Take photographs to show existing conditions adjacent to the property before starting the
Work.
2 Take photographs of existing structures either on or adjoining the property to accurately
record the physical conditions at the start of construction.
B. Periodic Construction Photographs: As needed to document damage either directly related to
or inadvertently related to the Contractor's operations, photograph the area in question and
provide to Engineer.
33 CONSTRUCTION VIDEOS, GENERAL
A. Narration: Describe scenes on video by audio narration by microphone while video is recorded.
Include description of items being viewed, recent events, and planned activities. Describe
vantage point, indicating location, and direction (by compass point).
3.4 CONSTRUCTION VIDEOS
A. Preconstruction Video: Before starting construction, record video of Project site and
surrounding properties from different vantage points, or as directed by Engineer.
1. Show existing conditions on and adjacent to Project site before starting the Work.
2 Show existing structures either on or adjoining Project site to accurately record the
physical conditions at the start of construction.
3. Existing condition videos shall cover the entire project route.
4. Show protection efforts by Contractor.
B. Periodic Construction Documentation: As needed to document damage either directly related
to or indirectly related to the Contractor's operations, video the area in question and provide to
Engineer.
END OF SECTION
November 2021 PHOTOGRAPHIC DOCUMENTATION 01322 - 2
UNPAVED ROADS IMPROVEMENTS PHASE 4
SECTION 01330
SUBMITTAL PROCEDURES
PART 1- GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division
1 - General Requirements apply to work of this section.
12 SUMARRY
A. This Section includes administrative and procedural requirements for submitting Shop
Drawings, Product Data, Samples, and other miscellaneous submittals.
13 DEFINITIONS
A. Action Submittals: Written and graphic information that requires Owner's or Engineer's
responsive action. Submittals may be rejected for not complying with requirements.
B. Informational Submittals: Written information that does not require Owner's or Engineer's
approval. Submittals maybe rejected for not complying with requirements.
1.4 SUBMITTAL PROCEDURES
A. Coordination: Coordinate preparation and processing of submittals with performance of
construction activities.
(1) Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals,
and related activities that require sequential activity.
(2) Coordinate transmittal of different types of submittals for related parts of the Work so
processing will not be delayed because of need to review submittals concurrently for
coordination.
a Owner and Engineer reserve the right to withhold action on a submittal requiring
coordination with other submittals until related submittals are received.
B. Submittals Schedule: Comply with requirements in Section 01310 "Progress Schedules" for
list of submittals and time requirements for scheduled performance of related construction
activities.
C. Processing Time: Allow enough time for submittal review, including time for resubmittals, as
follows. Time for review shall commence on Owner's or Engineer's receipt of submittal.
(1) Initial Review: Allow 15 days for initial review of each submittal. Allow additional time if
processing must be delayed to permit coordination with subsequent submittals. Owner or
Engineer will advise Contractor when a submittal being processed must be delayed for
coordination.
(2) If more than five submittals are transmitted for review within any five-day period, the time
allowed for review will be increased to 21 days.
(3) Concurrent Review: Where concurrent review of submittals by Engineer's consultants,
Owner, or other parties is required, allow 21 days for initial review of each submittal.
(4) If intermediate submittal is necessary, process it in same manner as initial submittal.
(5) Allow 15 days for processing each resubmittal. Each resubmittal will count toward the
submittal count in any five-day period in paragraph I A.C.2 above.
November 2021 SUBMITTAL PROCEDURES 01330 - 1
UNPAVED ROADS IMPROVEMENTS PHASE 4
(6) No extension of the Contract Time will be authorized because of failure to transmit
submittals sufficiently in advance of the Work to permit processing.
D. Format
(1) Submit all submittals digitally using .PDF file extension. Each submittal shall be a single
.PDF file including transmittal letter. Multiple files for the same submittal will not be
accepted.
(2) Submittals in any other format, including .ZIP files, will be rejected.
(3) Hard copies will not be accepted.
(4) To ensure each page is legible, .PDF pages of drawings shall be the same size/scale as a
hard copy. Where applicable, scale symbols should be provided to indicate scale. Illegible
submittals will be rejected.
E. Identification: Place a permanent label or title block on each submittal for identification.
(1) Indicate name of firm or entity that prepared each submittal on label or title block.
(2) Provide a space approximately 4 x 8 inches on label or beside title block to record
Contractor's review and approval markings and action taken by Owner or Engineer.
(3) Include the following information on label for processing and recording action taken:
a. Project name.
b. Date.
c. Name and address of Owner.
d Name and address of Contractor.
e. Name and address of subcontractor.
£ Name and address of supplier.
g. Name of manufacturer, if different than supplier.
h Unique identifier, including revision number.
i. Number and title of appropriate Specification Section.
j. Drawing number and detail references, as appropriate.
k Other necessary identification.
F. Deviations: Highlight, encircle, or otherwise identify deviations from the Contract Documents
on submittals.
G. Additional Copies: Submit five copies to Owner or Engineer. Submit additional copies if
required by Contractor for his work. Unless additional copies are required for final submittal,
and unless Owner or Engineer observes noncompliance with provisions of the Contract
Documents, initial submittal may serve as final submittal if approved by Owner or Engineer.
H. Transmittal: Package each submittal individually and appropriately for transmittal and
handling. Transmit each submittal using a consecutively numbered transmittal form. Owner
and/or Engineer will discard submittals received from sources other than Contractor.
(1) On an attached separate sheet, prepared on Contractor's letterhead, record relevant
information, requests for data, revisions other than those requested by Owner or Engineer
on previous submittals, and deviations from requirements of the Contract Documents,
November 2021 SUBMITTAL PROCEDURES 01330 - 2
UNPAVED ROADS IMPROVEMENTS PHASE 4
including minor variations and limitations. Include the same label information as the
related submittal.
(2) Include Contractor's certification stating that information submitted complies with
requirements of the Contract Documents.
(3) Transmittal Form: Use Contractor's business transmittal form. Provide locations on form
for the following information:
a Project name.
b. Date.
c. Submittal number.
d Destination (To:).
e. Source (From:).
£ Names of subcontractor, manufacturer, and supplier.
g. Category and type of submittal.
h. Submittal purpose and description.
i. Submittal and transmittal distribution record.
j. Remarks.
k Signature of transmitter.
L Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers,
fabricators, installers, authorities having jurisdiction, and others as necessary for performance
of construction activities.
J. Use for Construction: Use only final submittals with mark indicating action taken by Owner or
Engineer in connection with construction.
PART2-PRODUCTS
21 ACTION SUBMITTALS
A. General: Prepare and submit Action Submittals required by individual Specification Sections.
(1) Number of Copies: Submit five copies of each submittal, unless otherwise indicated. The
five copies will be retained by the Owner or Engineer. Any additional copies that the
Contractor may need for his operations will be in addition to the five copies required.
B. Product Data: Collect information into a single submittal for each element of construction and
type of product or equipment.
(1) If information must be specially prepared for submittal because standard printed data are
not suitable for use, submit as Shop Drawings.
(2) Mark each copy of each submittal to show which products and options are applicable.
(3) Include the following information, as applicable:
a. Manufacturer's product specifications.
b. Manufacturer's installation instructions.
c. Standard color charts.
November 2021 SUBMITTAL PROCEDURES 01330 - 3
UNPAVED ROADS IMPROVEMENTS PHASE 4
d. Manufacturer's catalog cuts.
e. Printed performance curves.
f. Compliance with recognized testing agency standards.
g. Application of testing agency labels and seals.
h. Notation of coordination requirements.
C. Shop Drawings: Prepare Project -specific information, drawn accurately to scale. Do not base
Shop Drawings on reproductions of the Contract Documents or standard printed data.
(1) Preparation: Include the following information, as applicable:
a. Dimensions.
b. Identification of products.
c. Fabrication and installation drawings.
d. Schedules.
e. Design calculations.
f. Compliance with specified standards.
g. Notation of coordination requirements.
h. Notation of dimensions established by field measurement.
(2) Sheet Size: Submit Shop Drawings on sheets at least 8-1/2 by 11 inches but no larger
than 11 x 17 inches.
(3) Number of Copies: Submit five copies of each shop drawing submittal. Owner and
Engineer will retain all five copies.
22 INFORMATIONAL SUBMITTALS
A. Manufacturer's Instructions: Prepare written or published information that documents
manufacturer's recommendations, guidelines, and procedures for installing or operating a
product or equipment. Include name of product and name, address, and telephone number of
manufacturer. Include the following, as applicable:
(1) Preparation of substrates.
(2) Required substrate tolerances.
(3) Sequence of installation or erection.
(4) Required installation tolerances.
(5) Required adjustments.
(6) Recommendations for cleaning and protection.
B. Manufacturer's Field Reports: Prepare written information documenting factory -authorized
service representative's tests and inspections. Include the following, as applicable:
(1) Name, address, and telephone number of factory -authorized service representative
making report.
(2) Statement on condition of substrates and their acceptability for installation of product.
(3) Statement that products at Project site comply with requirements.
November 2021 SUBMITTAL PROCEDURES 01330 - 4
UNPAVED ROADS IMPROVEMENTS PHASE 4
(4) Summary of installation procedures being followed, whether they comply with
requirements and, if not, what corrective action was taken.
(5) Results of operational and other tests and a statement of whether observed performance
complies with requirements.
(6) Statement whether conditions, products, and installation will affect warranty.
(7) Other required items indicated in individual Specification Sections.
C. Insurance Certificates and Bonds: Prepare written information indicating current status of
insurance or bonding coverage. Include name of entity covered by insurance or bond, limits of
coverage, amounts of deductibles, if any, and term of the coverage.
D. Construction Videotapes: Comply with requirements in Section 01322 - Photographic
Documentation.
PART 3 - EXECUTION
3.1 CONTRACTOR'S REVIEW
A. Review each submittal and check for compliance with the Contract Documents. Note
corrections and field dimensions. Mark with approval stamp before submitting to Owner or
Engineer.
B. Approval Stamp: Stamp each submittal with a uniform approval stamp. Include Project name
and location, submittal number, Specification Section title and number, name of reviewer, date
of Contractor's approval, and statement certifying that submittal has been reviewed, checked,
and approved for compliance with the Contract Documents.
32 OWNER'S AND ENGINEER'S ACTION
A. General: Owner or Engineer will not review submittals that do not bear Contractor's approval
stamp and will return them without action.
B. Action Submittals: Owner or Engineer will review each submittal, make marks to indicate
corrections or modifications required, and return it. Owner or Engineer will provide an action
review sheet and will mark appropriately to indicate action to be taken, as follows:
(1) No exception taken.
(2) Make corrections noted.
(3) Revise and resubmit.
(4) Rejected.
(5) The submittal review by the Engineer indicates that the Engineer checked for:
a General conformance with the design concept of the project and general compliance
with the information given in the contract documents. Any action shown is subject to
the requirements of the plans and specifications. Contractor is responsible for
confirming and correlating all quantities and dimensions; selecting fabrication
processes and techniques of construction; and performing his work in a satisfactory
manner.
C. Informational Submittals: Owner or Engineer will review each submittal and will not return it,
or will reject and return it if it does not comply with requirements.
D. Submittals not required by the Contract Documents will not be reviewed and may be discarded.
November 2021 SUBMITTAL PROCEDURES 01330 - 5
UNPAVED ROADS IMPROVEMENTS PHASE 4
END OF SECTION
November 2021 SUBMITTAL PROCEDURES 01330 - 6
UNPAVED ROADS IMPROVEMENTS PHASE 4
SECTION 01356
STORM WATER POLLUTION PREVENTION PLAN (SWP3)
PART 1- GENERAL
1.1 RELATED DOCUMENTS
A Drawings, Construction Contract Clauses, Supplementary Conditions and Division
1 - General Requirements apply to work of this section.
1.2 GENERAL
A The Contractor shall implement 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. 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 assessed by TCEQ or EPA for failure to comply with any part of
the permit requirements. The Contractor shall submit a Notice of Intent and a Notice of
Termination independently of the Owner.
B. The document provided in the plans is to serve as a skeleton for the Storm Water Pollution
Prevention Plan and is provided only as a convenience to the Contractor. It is the Contractor's
responsibility to ensure that his Storm Water Pollution Prevention Plan is in full compliance
with the TPDES permit. The Contractor shall modify the document as necessary to show
implementation plans, dates of construction activities, best management practices, inspection
reports, and any other information pertinent to the plan or otherwise required to ensure that
the plan remains in compliance with permit.
C Fines levied against the Owner by the TCEQ for the Contractor's failure to comply with and
maintain the SWP3 shall be paid by the Contractor.
D. Storm water must be adequately routed during construction operations in the same general
direction as currently occurs.
1.3 EROSION AND SEDIMENT CONTROLS
A General
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. 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
Stabilized access to and from the construction site shall be installed as soon as
practical and in accordance with the SWP3.
November 2021 STORM WATER POLLUTION PREVENTION PLAN (SWP3) 01356 - 1
UNPAVED ROADS IMPROVEMENTS PHASE 4
2 In all cases, Contractor shall ensure that any soil tracked off -site is cleaned from
existing roads, alleys, and any adjacent properties as soon as possible. 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 -me at the end of each work daL
C. Silt Fences/Diversion Berms
The Contractor shall provide silt fences and/or diversion berms as a temporary
structural practice to minimize erosion and sediment runoff. 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).
D. Sand/Gravel Bags
1. The Contractor may provide sand/gravel bags as a temporary structural practice to
minimize erosion and sediment runoff. Bags shall be properly placed to effectively
retain sediment immediately after completing each phase of work (e.g., clearing and
grubbing, excavation, embankment, and grading) in each independent runoff area
(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). Sand/gravel bags must remain in good
condition, or they shall be replaced.
E. Site Stabilization
Contractor shall disturb the least amount of site area as possible.
2 Stabilization measures may include, but are not limited to, any of the following
measures:
a. Temporary or permanent seeding or sodding.
b. Mulching.
C. Geotextiles.
d. Vegetative buffer strips.
e. Paving.
3. Stabilization measures shall be implemented in accordance with the SWP3.
PART 2 - PRODUCTS
2.1 COMPONENTS FOR SILT FENCES
A. Filter Fabric
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. The filament shall consist of a long -chain synthetic
polymer composed of at least 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. Synthetic
filter fabric shall contain ultraviolet ray inhibitors and stabilizers to
November 2021 STORM WATER POLLUTION PREVENTION PLAN (SWP3) 01356 - 2
UNPAVED ROADS IMPROVEMENTS PHASE 4
provide a minimum of six months of expected usable construction life at a temperature
range of 0 to 120 degrees F. The filter fabric shall meet the following requirements:
FILTER FABRIC FOR SILT FENCE
PHYSICAL PROPERTY TEST PROCEDURE REQUIREMENT
Grab Tensile ASTM D 4632 100 lbs. min.
Elongation ASTM D 4632 30% max.
Trapezoid Tear ASTM D 4533 55 lbs. min.
Permittivity ASTM D 4491 0.2 sec-1
AOS (U.S. Std. Sieve) ASTM D 4751 20-100
B. Silt Fence Stakes and Posts
1. The Contractor may use either wooden stakes or steel posts for fence construction.
Wooden stakes utilized for silt fence construction shall have a minimum cross section
of 2 inches by 2 inches when hardwood is used and 2 inches by 4 inches when pine is
used, and shall have a minimum length of 4 feet. 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 4 feet.
C. Identification Storage and Handling
1. Filter fabric shall be identified, stored and handled in accordance with ASTM
D 4873.
2.2 COMPOUNDS 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. The bales shall have a
standard cross section of 14 inches by 18 inches. All bales shall be either wire -bound
or string -tied. The Contractor may use either wooden stakes or 3/8" rebar to secure
the straw bales to the ground. Wooden stakes utilized for this purpose shall have a
minimum dimensions of 2 inches x 2 inches in cross section and shall have a minimum
length of 3 feet. Rebar utilized for securing straw bales shall have a minimum diameter
of 3/8" and a minimum length of 3 feet.
PART 3 - EXECUTION
3.1 STORM WATER POLLUTION PREVENTION PLAN
A. The Storm Water Pollution Prevention Plan (SWP3) will be provided by the Contractor.
Contractor must keep a copy of the SWP3 on site at all times.
November 2021 STORM WATER POLLUTION PREVENTION PLAN (SWP3) 01356 - 3
UNPAVED ROADS IMPROVEMENTS PHASE 4
B. A completed Notice of Intent (NOI) form must be submitted a minimum of 48 hours prior
to start of construction. No work will be permitted until NOI is filed.
C. Contractor shall maintain SWP3 in accordance with the TPDES permit to ensure that the
SWP3 reflects current project conditions and remains in compliance with the TPDES permit.
D. A completed Notice of Termination (NOT) form must be submitted prior to finalization of
this contract.
E. The Contractor shall furnish Owner with copy of NOI and NOT.
END OF SECTION
November 2021 STORM WATER POLLUTION PREVENTION PLAN (SWP3) 01356 - 4
UNPAVED ROADS IMPROVEMENTS PHASE
SECTION 01400
QUALITY REQUIREMENTS
PART 1- GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division
1 - General Requirements apply to work of this section.
12 SUMMARY
A. This Section includes administrative and procedural requirements for quality assurance and
quality control.
B. Construction materials testing services are required by the Contractor in order for the Engineer
to verify compliance with requirements specified or indicated. These services do not relieve
the Contractor of responsibility for compliance with the Contract Document requirements.
(1) 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.
(2) Specified tests, inspections, and related actions do not limit Contractor's quality control
procedures that facilitate compliance with the Contract Document requirements.
13 DEFINITIONS
A. Construction Materials Testing (CMT): CMT includes collecting of samples, performing well-
defined test procedures, and reporting of such data. The Contractor will provide CMT for this
project.
(1) Quality -Control Services: Tests, inspections, procedures, and related actions performed
by the Contractor during and after execution of the Work with results provided to the
Engineer to evaluate that completed construction complies with requirements. Services
do not include contract enforcement activities performed by Engineer.
B. Construction Materials Engineering (CME): The assessment of a construction material for
quality, appropriateness and acceptability is considered an engineering activity. The Contractor
will not provide CME services for this project. CME services will be performed by the
Engineer.
(1) Quality -Assurance Services: Activities, actions and procedures performed by the
Contractor before and during execution of the Work. Engineer will determine if the
results of the Contractor's activities, actions and procedures are acceptable in guarding
against defects and deficiencies and in ensuring that proposed construction complies with
requirements.
1.4 SUBMITTALS
A. Qualification Data: For individuals employed by Contractor who will perform testing as
required by the various specification Sections, submit at least 30 days prior to being used on
the project the capabilities and experience of such individuals and the types of tests that the
individual is qualified to perform. For outside testing agency employed by Contractor, submit
at least 30 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 is qualified to perform. Such testing agency shall
be acceptable to Owner prior to being used on the project.
November 2021 QUALITY REQUIREMENTS 01400 - 1
UNPAVED ROADS IMPROVEMENTS PHASE
B. Reports: Prepare and submit written reports within 14 days following the date of the test that
include the following:
(1) Date of issue.
(2) Project title and number.
(3) Name, address and telephone number of testing agency. If individual employed by
Contractor, use Contractor's name, address and telephone number.
(4) Dates and locations of samples and tests.
(5) Names of individuals making tests.
(6) Description of the work and test method.
(7) Identification of material, product and specification Section.
(8) Complete test data.
(9) Test results.
(10) Ambient conditions at time of sample taking and testing.
(11) Provide a statement indicating if the test passed or failed according to the specified
Contract Document requirements and the applicable specification Section.
(12) Name and signature of individual performing the test if employee of Contractor, or
name and signature of testing agency responsible person.
C. Professional Engineer Qualifications: 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. Testing Agency or Contractor Employee Qualifications: An agency or Contractor Employee
with the experience and capability to conduct testing indicated, according to reference
standards, and that has the capability and experience in the types of tests to be performed.
E. Preconstruction Testing: Testing agency shall perform preconstruction testing with specified
requirements for performance and test methods. The Contractor shall not perform
preconstruction testing except through a third -party testing agency.
F. Testing Agency Responsibilities: Submit written report containing the results of each test to
Contractor. State in each report whether tested work passes or fails the specified Contract
Document requirements and the applicable specification section.
15 QUALITY CONTROL
A. Owner Responsibilities: Where quality -control services are indicated as Owner's or Engineer's
responsibility, such services may be performed by Owner's own forces or by a qualified testing
agency to perform these services.
(1) Owner or Engineer will furnish Contractor with names, addresses and telephone
numbers of testing agencies engaged by Owner.
(2) Owner may elect to have own forces, or a third -party testing agency, observe and report
on competency of Contractor's personnel performing quality control testing, inspect and
report on Contractor's quality control testing equipment and the calibration of that
equipment, and inspect and report on Contractor's procedures for quality assurance of
construction materials tests and test reports.
November 2021 QUALITY REQUIREMENTS 01400 - 2
UNPAVED ROADS IMPROVEMENTS PHASE
(3) Results from tests performed by Owners forces or third party testing agency remain the
property of the Owner. The third party agency personnel are obligated to report results of
such tests only to the Owner or Engineer, not the Contractor. The Owner or Engineer
shall inform the Contractor of such results at their discretion.
(4) The Owner shall notify the Contractor of reported deficiencies revealed by the above
inspections and observations. The Contractor shall correct such deficiencies. Should such
deficiencies remain uncorrected, then the amount of the work represented by the
deficiencies will be deemed as not conforming to the requirements of the contract
documents and the specifications.
B. Contractor Responsibilities: Provide quality control services required in the various
specification Sections.
(1) Where third -party testing agency is engaged by Contractor, notify testing agency
sufficiently in advance of the time and date when work that requires testing will be
performed.
(2) Contractor shall not engage the same testing agencies as the Owner, unless the Owner
agrees in writing to such engagement.
(3) Where testing is indicated as Contractor's responsibility, submit written reports in
duplicate of each testing service, whether performed by Contractor's personnel or
Contractor -engaged testing agency. Such reports shall include failing tests and retests.
(4) Testing requested by Contractor and not required by Contract Documents are
Contractor's responsibility.
(5) Cooperate with Owner and Engineer for Owner's testing of work. Once the Owner or
Engineer has given prior notification to the Contractor that confirmation testing by the
Owner is to be performed, the Contractor shall provide or leave in place trench shields,
ladders, elevators, lifts, or other equipment or temporary construction related to safety,
access, and ingress -egress such that the Owner's testing representative can have safe
accessibility to the specific site to be tested. Failure to provide these items when
confirmation testing is scheduled shall be considered prima facie evidence that the work
does not meet specifications and the Owner has the option of withholding payment for
the work quantity that the test would represent.
(6) Where Contractor's personnel are performing tests, provide individuals with appropriate
equipment to perform the tests in accordance with the test method requirements. 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: Regardless of whether original tests were 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: Cooperate with Engineer and Contractor in performance of
duties. Provide qualified personnel and necessary equipment to perform required tests and
inspections.
(1) Notify Engineer and Contractor promptly of irregularities or deficiencies observed in the
work during performance of its services.
(2) Prepare a test report and state in each report whether tested and inspected work passes or
fails the specified requirements.
November 2021 QUALITY REQUIREMENTS 01400 - 3
UNPAVED ROADS IMPROVEMENTS PHASE
(3) Submit a written report, in triplicate, of each test.
(4) Do not release, revoke, alter, or increase requirements of the Contract Documents or
approve or accept any portion of the Work.
(5) Do not perform any duties of Contractor.
E. Associated Services: Cooperate with agencies performing required tests, inspections, and
similar quality -control services, and provide reasonable auxiliary services as requested. Notify
agency sufficiently in advance of operations to permit assignment of personnel. Provide the
following:
(1) Access to the Work.
(2) Incidental labor and facilities necessary to facilitate tests and inspections.
(3) Adequate quantities of representative samples of materials that require testing and
inspecting. Assist agency in obtaining samples.
(4) Facilities for storage and field -curing of test samples.
(5) Additional associated services required of Contractor for testing access are listed in the
specification Sections.
(6) Delivery of samples to testing agencies.
0 Preliminary design mix proposed for use for material mixes that require control by
testing agency.
(8) Security and protection for samples and for testing and inspecting equipment at Project
site.
F. Coordination: 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.
(1) Schedule times for tests, inspections, obtaining samples, and similar activities.
(2) Notify Owner's Representative at least 1 day prior to when testing of any kind is to be
performed.
G. Schedule of Tests and Inspections: Prepare a preliminary schedule of tests, inspections, and
similar quality -control services required by the Contract Documents. Submit schedule within
30 days of date established for Notice to Proceed.
(1) Distribution: Distribute schedule to Owner, Engineer, testing agencies, and each party
involved in performance of portions of the Work where tests and inspections are required.
PART2-PRODUCTS
Not Used
PART 3 - EXECUTION
3.1 REPAIR AND PROTECTION
A. General: On completion of testing, inspecting, sample taking, and similar services, repair
damaged construction and restore substrates and finishes.
November 2021 QUALITY REQUIREMENTS 01400 - 4
UNPAVED ROADS IMPROVEMENTS PHASE
(1) Provide materials and comply with installation requirements specified in other Sections
of these Specifications. Restore patched areas and extend restoration into adjoining areas
in a manner that eliminates evidence of patching.
B. Protect construction exposed by or for quality -control service activities.
C. Repair and protection are Contractor's responsibility, regardless of the assignment of
responsibility for quality -control services.
END OF SECTION
November 2021 QUALITY REQUIREMENTS 01400 - 5
UNPAVED ROADS IMPROVEMENTS PHASE 4
SECTION 01555
BARRICADES, SIGNS AND TRAFFIC HANDLING
PART 1- GENERAL
1.1 RELATED DOCUMENTS
A Drawings, Construction Contract Clauses, Supplementary Conditions and Division
1 - General Requirements apply to work of this section.
12 DESCRIPTION
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.
PART2-PRODUCTS
2.1 BARRICADES, SIGNS AND DEVICES
A All barricades, signs and other types of devices listed above shall conform to details shown on
the plans or those indicated in the Texas Manual on Uniform Traffic Control Devices
(TMUTCD). 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 GENERAL
A The Contractor shall propose his own Traffic Control Plan (TCP) as necessary for phased
construction.
R 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 are to insure
compliance with the TCP.
D. A barricade permit from the Traffic Engineering Department will be required.
32 MAINTENANCE
A All retroreflective 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 retroreflective characteristics shall equal or exceed the retroreflective characteristics of
traffic industry standard reflective panels.
END OF SECTION
November 2021 BARRICADES, SIGNS AND TRAFFIC HANDLING 01555 - 1
UNPAVED ROADS IMPROVEMENTS PHASE 4
SECTION 01576
WASTE MATERIAL DISPOSAL
PART 1- GENERAL
1.1 SUMMARY
A. Section Includes:
(1) Submittals
(2) Salvageable Material
(3) Excess Material
12 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.
PART2-PRODUCTS
Not used
PART 3 - EXECUTION
1.1 SALVAGEABLE MATERIAL
A. Asphalt Pavement and Asphalt Stabilized Base shall conform to requirements ofSection
02221 — Removing Existing Pavements.
B. Coordinate the delivery of salvageable material to a specified location with the Owner.
12 EXCESS MATERIAL
A. Vegetation, rubble, broken concrete, debris, asphaltic concrete pavement, excess soil, and
other materials not designated for salvage, shall become the property of the Contractor and
shall be removed from the job site and legally disposed of at a proper facility such as the
West Texas Region Disposal Facility (WTRDF).
B. Excess material may be disposed at the WTRDF at no additional cost to the Owner.
(1) There will be a tipping fee per ton for construction debris and for excess uncontaminated
soil.
(2) There will also be a fee per load for every truck that is not covered properly when coming
to the landfill.
November 2021 WASTE MATERIAL DISPOSAL 01576 - 1
UNPAVED ROADS IMPROVEMENTS PHASE 4
(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.
(4) All tipping fees shall be considered to be included in the Contractor's bid prices.
C. Excess soil maybe deposited on private property adjacent to the Project if approved by the
Owner and when written permission is obtained from the property owner.
D. Waste materials shall be removed from the site on a daily basis, such that the site is
maintained in a neat and orderly condition.
END OF SECTION
November 2021 WASTE MATERIAL DISPOSAL 01576 - 2
UNPAVED ROADS IMPROVEMENTS PHASE 4
SECTION 01600
PRODUCT REQUIREMENTS
PART 1- GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General
Requirements apply to work of this section.
12 SECTION INCLUDES
A. Products.
B. Transportation and handling.
C. Storage and protection.
D. Product options.
E. Substitutions.
13 RELATED SECTIONS
A. Information to Bidders: Product options and substitution procedures.
B. Section 01400 -Quality Requirements.
1.4 PRODUCTS
A. Products: Means new material, machinery, components, equipment, fixtures, and systems
forming the Work. Does not include machinery and equipment used for preparation,
fabrication, conveying and erection of the Work. Products may also include existing materials
or components required for reuse.
B. Do not use materials and equipment removed from existing premises, except as specifically
permitted by the Contract Documents.
C. Provide interchangeable components of the same manufacturer, for similar components.
15 PRODUCT DELIVERY, STORAGE AND HANDLING
A. Delivery
1. Deliver materials, products and equipment to the project site in undamaged condition in
manufacturer's original, unopened containers or packaging, with identifying labels intact
and legible.
2 Promptly inspect shipments to assure that products comply with requirements, quantities
are correct, and products are undamaged.
3. Provide equipment and personnel to handle products by methods to prevent soiling,
disfigurement, or damage.
4. Arrange deliveries in accordance with the construction schedule and in ample time to
facilitate inspection prior to installation to avoid unnecessary delays in the construction
process.
November 2021 PRODUCT REQUIREMENTS 01600 - 1
UNPAVED ROADS IMPROVEMENTS PHASE 4
B. Storage
1. Store and protect products in accordance with manufacturer's instructions, with seals and
labels intact and legible. Store sensitive products in weather -tight, climate controlled
enclosures.
2 For exterior storage of fabricated products, place on sloped supports, above ground.
3. Provide off -site storage and protection when site does not permit on -site storage or
protection.
4. Cover products subject to deterioration with impervious sheet covering. Provide ventilation
to avoid condensation.
5. Store loose granular materials on solid flat surfaces in a well -drained area. Prevent mixing
with foreign matter.
6. Provide equipment and personnel to store products by methods to prevent soiling,
disfigurement, or damage.
7. Arrange storage of products to permit access for inspection in a local warehouse.
Periodically inspect to assure products are undamaged and are maintained under specified
conditions.
K Materials, products and equipment may be stored off site in a bonded and insured local
warehouse approved by the Engineer and Owner. Pay all costs incurred for off -site storage
facilities. Products properly stored in off -site storage facilities may be included in progress
pay requests with written approval of the Owner.
C. Handling
1. Handle materials, products and equipment in a manner prescribed by manufacturer or
specified to protect from damage during storage and installation.
1.6 PRODUCT OPTIONS
A. Products Specified by Reference Standards or by Description Only: Any product meeting
those standards or description.
B. Products Specified by Naming One or More Manufacturers: Products of manufacturers named
and meeting specifications, no options or substitutions allowed.
C. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions:
Submit a request for substitution for any manufacturer not named.
1.7 SUBSTITUTIONS
A. For bidding purposes as provided in "Information to Bidders".
B. Substitutions may be considered when a product becomes unavailable through no fault of the
Contractor.
C. Document each request with complete data substantiating compliance of proposed Substitution
with Contract Documents.
D. A request constitutes a representation that the Bidder:
1. Has investigated proposed product and determined that it meets or exceeds the quality level
of the specified product.
2 Will provide the same warranty for the Substitution as for the specified product.
November 2021 PRODUCT REQUIREMENTS 01600 - 2
UNPAVED ROADS IMPROVEMENTS PHASE 4
3. Will coordinate installation and make changes to other Work which may be required for
the Work to be complete with no additional cost to Owner.
4. Waives claims for additional costs or time extension which may subsequently become
apparent.
5. Will reimburse Owner for review or redesign services associated with re -approval by
authorities.
E. Substitutions will not be considered when they are indicated or implied on shop drawing or
product data submittals, without separate written request, or when acceptance will require
revision to the Contract Documents.
F. Substitution Submittal Procedure:
1. Submit four copies of request for Substitution for consideration. Limit each request to one
proposed Substitution.
2 Submit shop drawings, product data, and certified test results attesting to the proposed
product equivalence.
3. The Engineer will notify Contractor, in writing, of decision to acceptor reject request.
PART2-PRODUCTS
Not Used
PART 3 - EXECUTION
Not Used
END OF SECTION
November 2021 PRODUCT REQUIREMENTS 01600 - 3
UNPAVED ROADS IMPROVEMENTS PHASE 4
SECTION 01700
CONTRACT CLOSEOUT
PART 1- GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General
Requirements apply to work of this section.
12 SECTION INCLUDES
A. Closeout procedures.
B. Final cleaning.
C. Adjusting.
D. Project record documents.
E. Operation and maintenance data.
F. Warranties.
13 RELATED SECTIONS
A. Section 01500 —Temporary Facilities and Controls.
1.4 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 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.
15 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.
1.6 ADJUSTING
A. Adjust operating Products and equipment to ensure smooth and unhindered operation.
November 2021 CONTRACT CLOSEOUT 01700 - 1
UNPAVED ROADS IMPROVEMENTS PHASE 4
1.7 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.
B. Store Record Documents separate from documents used for construction.
C. Record information concurrent with construction progress.
D. Specifications: Legibly mark and record at each Product section description of actual Products
installed, including the following:
1. Manufacturer's name and product model and number.
2. Product substitutions or alternates utilized.
3. Changes made by Addenda and Modifications.
E. Record Documents and Shop Drawings: Legibly mark each item to record actual construction
including:
1. Measured horizontal and vertical locations of underground utilities and appurtenances,
referenced to permanent surface improvements.
2. Field changes of dimension and detail.
3. Details not on original Contract Drawings.
4. Changes made by addenda and modification.
F. Submit documents to Engineer as line segment installation is completed and with claim for
final Application for Payment.
1.8 WARRANTIES
A. Provide duplicate notarized copies.
B. Execute and assemble documents from Subcontractors, suppliers, andmanufacturers.
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.
F. Provide Affidavit of Bills Paid as required by General Contract Conditions and Owner.
19 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 locations as directed; obtain receipt prior to final payment.
November 2021 CONTRACT CLOSEOUT 01700 - 2
UNPAVED ROADS IMPROVEMENTS PHASE 4
PART2-PRODUCTS
Not Used
PART 3 - EXECUTION
Not Used
END OF SECTION
November 2021 CONTRACT CLOSEOUT 01700 - 3
UNPAVED ROADS IMPROVEMENTS PHASE 4
SECTION 02050
REMOVAL, DEMOLITION AND SALVAGE
PART 1- GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General
Requirements apply to work of this section.
12- SECTION INCLUDES
A. Disconnecting and capping of identified utilities.
13 RELATED SECTIONS
A. Section 01039 -Coordination and Meetings
B. Section 01600 —Product Requirements.
C. Section 01700 -Contract Closeout: Project record documents.
1.4 JOINT INSPECTION
A. Prior to demolition, a joint inspection by the Owner, Engineer and Contractor will be made to
determine condition of existing structures adjacent to items being demolished. Adjacent
structures damaged by demolition operations must be restored satisfactorily at no expense to
the Owner.
15 PROJECT RECORD DOCUMENTS
A. Submit under provisions of Section 01700 —Contract Closeout.
B. Accurately record actual locations of capped utilities and subsurface obstructions.
1.6 QUALIFICATIONS
A. Experience in performing the Work of this Section.
1.7 DISPOSITION OF MATERIALS AND EQUIPMENT
A. Ownership of Material and Equipment
(1) Certain materials and equipment may be designated for reuse or salvage and will remain
the Owner's property. If the designated items are damaged during demolition, handling or
storage, the items must be restored satisfactorily at no expense to the Owner.
(2) Materials and equipment not designated for reuse or salvage become the Contractor's
property.
B. Disposal. All materials and equipment not designated for reuse or salvage shall be disposed of
by the Contractor at no expense to the Owner.
C. Reuse. Other items maybe designated for reuse as directed by the Owner's Representative.
1.8 REGULATORY REQUIREMENTS
A. Conform to applicable code for demolition of structures, safety of adjacent structures, dust
control, runoff control and disposal.
B. Obtain required permits from authorities.
November 2021 REMOVAL, DEMOLITION AND SALVAGE 02050 - 1
UNPAVED ROADS IMPROVEMENTS PHASE 4
C. Notify affected utility companies before starting work and comply with their requirements.
D. Do not close or obstruct roadways, sidewalks or hydrants withoutpermits.
E. Conform to applicable regulatory procedures when discovering hazardous or contaminated
materials.
19 SCHEDULING
A. Schedule work under the provisions of Section 01039 —Coordination andMeetings.
B. Schedule Work to coincide with new construction.
C. Describe demolition removal procedures and schedule.
PART2-PRODUCTS
Not Used
PART 3 - EXECUTION
3.1 PREPARATION
A. Provide, erect, and maintain temporary barriers and security devices.
B. Protect existing landscaping materials, appurtenances and structures which are not to be
demolished.
C. Prevent movement or settlement of adjacent structures. Provide bracing andshoring.
D. Mark location of utilities.
32 PROTECTION OF PERSONS AND PROPERTY
A. The Contractor is responsible for providing protection of persons and property, including safe
working conditions throughout work progress.
B. Minimize the spread of dust and flying particles. Execute demolition in a manner to prevent
damage from falling debris or other sources to Owner's property or adjacent property.
C. Do not interfere with use of adjacent structures; maintain free and safe access at all times. Guard
against movement or settlement of adjacent structures. The Contractor is responsible for safety
and integrity of adjacent structures and, consequently, is liable for any movement or settlement
and any resulting injuries or damage. Provide proper bracing and shoring necessary for support.
If safety of adjacent buildings appears to be endangered, cease operations. Do not resume
demolition until proper protective measures have been taken.
33 DEMOLITION REQUIREMENTS
A. Conduct demolition to minimize interference with adjacent structures.
B. Cease operations immediately if adjacent structures appear to be in danger. Notify Engineer.
Do not resume operations until directed.
C. Conduct operations with minimum interference to public or private accesses. Maintain
protected egress and access at all times.
November 2021 REMOVAL, DEMOLITION AND SALVAGE 02050 - 2
UNPAVED ROADS IMPROVEMENTS PHASE 4
D. Obtain written permission from adjacent property owners when demolition equipment will
traverse, infringe upon or limit access to their property.
E. Sprinkle Work with water to minimize dust. Provide hoses and water connections for this
purpose.
3.4 BLASTING
A. Blasting is not permitted on this project.
35 FIRES
A. Fires are not permitted on this project.
3.6 UTILITY SERVICES
A. Disconnecting
Seal abandoned storm or sanitary sewers with concrete or by another approved method.
B. Interruption
When temporary interruption of utility service to an occupied building is required by the
work, properly coordinate the outage to prevent untimely or damaging interruptions.
3.7 DEMOLITION
A. Disconnect, remove and cap designated utilities within demolition areas.
B. Remove foundation walls and footings to a minimum of four feet below finished grade 10 feet
beyond area of new construction.
C. Remove concrete slabs on grade.
D. Remove materials to be re -installed or retained in manner to prevent damage. Store and protect
in accordance with requirements of Section 01600 — Product Requirements.
E. Rough grade and compact areas affected by demolition to maintain site grades and contours.
F. Remove demolished materials from site.
G. Do not burn or bury materials on site. Leave site in cleancondition.
H. Remove all temporary work.
3.8 GENERAL WORK ITEMS
A. Contractor may use equipment and materials necessary to properly complete the demolition.
Operational procedures are at the Contractor's option but must not interfere with the execution
of other work. Materials or equipment designated for reuse or salvage shall be carefully
removed, transported and stored in approved storage areas.
B. Structures. Remove structures entirely, including footings, contents, attachments and
improvements. Carefully remove and lower structural steel.
C. Removing and Replacing Concrete. Use these procedures where existing concrete must be
removed to facilitate operations but will be replaced subsequently.
(1) Make initial cut with a concrete saw exercising care to avoid cutting reinforcement.
(2) After removing concrete, cut cross bars at center of breakout and bend back.
November 2021 REMOVAL, DEMOLITION AND SALVAGE 02050 - 3
UNPAVED ROADS IMPROVEMENTS PHASE 4
(3) Before replacing concrete, bend bars back to the original position and provide a splice bar
for each cut bar. Splice bars must be the size of cut bars and of a length to lap each cut end
a minimum of 20 diameters of the bar, unless restricted by the job conditions.
(4) Immediately before placing new concrete, thoroughly clean old concrete and apply a
heavy coat of bonding agent.
(5) Replace concrete as specified in Division 3 - Concrete.
D. Backfill
(1) Backfill holes or other hazardous openings resulting from demolition with an approved
material to the density of adjacent soil as specified in the section describing Earthwork.
(2) Backfilling with rubbish or burying on the site is notpermitted.
E. Cleaning. Keep the work areas free of accumulated debris. Materials and equipment that are
not for reuse of salvage must be removed from the site daily, unless otherwise approved.
39 MECHANICAL WORK ITEMS
A. Remove existing mechanical work items to the extent necessary to accommodate new work.
3.10 ELECTRICAL WORK ITEMS
A. Unless otherwise noted, remove all electrical materials and equipment from areas indicated for
demolition and from site.
B. Remove existing conduit to the extent necessary to accommodate new work or to a minimum
of 5 feet beyond area indicated for demolition, whichever is greater.
C. Remove all wiring from abandoned conduit.
D. Seal abandoned conduits.
E. Existing electrical services and controls to items being removed must be disconnected.
3.11 SCHEDULES
A. No salvage material or equipment shall be reused on the project unless specifically provided
for in the Specifications or so noted on the drawings.
END OF SECTION
November 2021 REMOVAL, DEMOLITION AND SALVAGE 02050 - 4
UNPAVED ROADS IMPROVEMENTS PHASE 4
SECTION 02221
REMOVING EXISTING PAVEMENTS
PART 1- GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and
Division 1 - General Requirements apply to work of this section.
12 SECTION INCLUDES
A. This section of the specifications covers the removal of existing pavements. Included, but not
limited to the following are: concrete paving, asphaltic paving, concrete curb and/or gutter,
concrete sidewalks, and miscellaneous items.
13 RELATED SECTIONS
A.
Section 01576
— Waste Material Disposal.
B.
Section 02300
— Earthwork.
C.
Section 02317
— Excavation and Backflll for Structures.
D.
Section 03300
— Cast -in -Place Concrete.
E.
City of Lubbock Public Works Engineering — Minimum Design Standards and Specifications.
1.4 REGULATORY REQUIREMENTS
A. Conform to applicable codes for disposal of debris. Refer to Section 01576 —Waste Material
Disposal.
B. Coordinate removal work with utility companies.
PART 2 - PRODUCTS
Not Used
PART 3 - EXECUTION
3.1 PREPARATION
A. Obtain advance approval from Engineer for dimensions and limits of removal work.
B. Identify all utilities below grade. Stake and flag locations.
C. Prior to removal of any concrete curb and gutter, Contractor shall survey the section of curb
and gutter to determine existing grades and elevations. Submit survey field notes to the
Engineer prior to removal of curb and gutter. All curb and gutter to be replaced will be installed
to the original grades and elevations unless otherwise shown on the drawings or as approved
by the Owner and Engineer.
November 2021 REMOVING EXISTING PAVEMENTS 02221 - 1
UNPAVED ROADS IMPROVEMENTS PHASE 4
32 PROTECTION
A. Protect the following from damage or displacement:
(1) Adjacent public and private property.
(2) Trees, plants, and other landscape features designated to remain.
(3) Utilities not designated to be removed.
(4) Pavement and utility structures not designated to be removed.
(5) Benchmarks, monuments, and existing structures not designated to be removed.
33 REMOVALS
A. Remove pavements and structures by methods that will not damage underground utilities. Do
not use a drop hammer near existing underground utilities.
B. Minimize amount of earth loaded during removal operations.
C. Where existing pavement is to remain, make straight saw cuts in existing pavement to provide
clean breaks prior to removal. Do not break concrete pavement or base with drop hammer
unless concrete or base has been saw cut to a minimum depth of 2 inches.
D. Where street and driveway saw cut locations coincide or fall within 3 feet of existing
construction or expansion joints, break out to existing joint.
E. Remove sidewalks and curbs to nearest existing dummy, expansion, or construction joint.
F. Any existing concrete which is damaged or destroyed beyond the neat lines so established shall
be replaced at the Contractor's expense.
G. Remaining concrete shall be mortared to protect the reinforcing steel and provide a neat clean
appearance.
H. Where reinforcement is encountered in the removed portions of structures to be modified, a
minimum of 1-foot of steel length shall be cleaned of all old concrete and left in place to tie
into the new construction where applicable.
3.4 BACKFILL
A. Backfill of removal zones shall be in accordance with requirements of Section 02300
— Earthwork or Section 02317 — Excavation and Backfill for Structures as applicable to the
specific portion of the work.
35 DISPOSAL
A. Remove from the site debris resulting from work under this section in accordance with
requirements of Section 01576 — Waste Material Disposal.
END OF SECTION
November 2021 REMOVING EXISTING PAVEMENTS 02221 - 2
UNPAVED ROADS IMPROVEMENTS PHASE 4
SECTION 02240
DEWATERING
PART 1- 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
12 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.
November 2021 DEWATERING 02240-1
UNPAVED ROADS IMPROVEMENTS PHASE 4
13 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.
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.
15 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.
PART2-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 orwater
accumulation.
November 2021 DEWATERING 02240-2
UNPAVED ROADS IMPROVEMENTS PHASE 4
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.
32 INSTALLATION
A. Install dewatering system utilizing wells, well points, or similar methods complete with pump
equipment, standby power and pumps, filter material gradation, valves, appurtenances, water
disposal, and surface -water controls.
B. Before excavating below ground water level, place system into operation to lower water to
specified levels.
C. Operate system continuously until drains, sewers, and structures have been constructed and
fill materials have been placed, or until dewatering is no longer required.
D. Provide an adequate system to lower and control ground water to permit excavation,
construction of structures, and placement of fill materials on dry subgrades.
E. Install sufficient dewatering equipment to drain water -bearing strata above and below bottom
of foundations, drains, sewers, and other excavations.
F. Do not permit open -sump pumping that leads to loss of fines, soil piping, subgrade softening,
and slope stability.
G. Reduce hydrostatic head in water -bearing strata below subgrade elevations of foundations,
drains, sewers, and other excavations.
R Maintain piezometric water level a minimum of sixty (60) inches below surface of
excavation.
L 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.
33 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.
November 2021 DEWATERING 02240-3
UNPAVED ROADS IMPROVEMENTS PHASE 4
B. Observe and record daily elevation of ground water and piezometric water levels in
observation wells.
C. Repair or replace, within twenty-four (24) hours, observation wells that become inactive,
damaged, or destroyed.
D. Suspend construction activities in areas where observation wells are not functioning properly
until reliable observations can be made.
E. Add or remove water from observation well risers to demonstrate that observation wells are
functioning properly.
F. Fill observation wells, remove piezometers, and fill holes when dewatering is completed.
END OF SECTION
November 2021 DEWATERING 02240-4
UNPAVED ROADS IMPROVEMENTS PHASE 4
SECTION 02260
EXCAVATION SUPPORT AND PROTECTION
PART 1- GENERAL
1.1 SUMMARY
A. This Section includes temporary excavation support and protection systems.
B. Section Includes:
(1) Submittals
(2) Performance Requirements
(3) Project Conditions
(4) Materials
(5) Preparation
(6) Sheet Piling
(7) Trench Boxes
(8) Trenching Procedures
12 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.
13 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
November 2021 EXCAVATION SUPPORT AND PROTECTION 02260-1
UNPAVED ROADS IMPROVEMENTS PHASE 4
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) 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
21 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.
R Promptly repair damages to adjacent facilities caused by installing excavation support and
protection systems.
November 2021 EXCAVATION SUPPORT AND PROTECTION 02260-2
UNPAVED ROADS IMPROVEMENTS PHASE 4
32 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.
D. Cut tops of sheet piling to uniform elevation at top of excavation.
33 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.
II 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.
35 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
November 2021 EXCAVATION SUPPORT AND PROTECTION 02260-3
UNPAVED ROADS IMPROVEMENTS PHASE 4
SECTION 02300
EARTHWORK
PART 1- GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General
Requirements apply to work of this section
12 SECTION INCLUDES
A. This section of the specifications refers to general excavation of various materials at storm sewer
inlets, storm sewer outlets, channel grading, subgrade preparation related to paving, flexible base,
topsoil placement, and other miscellaneous grading items. For trenching -specific earthwork and
excavations at least five feet deep, refer to Section 02317 — Excavation and Backfill for Utilities.
13 RELATED SECTIONS
A. Section 01400 —Quality Requirements.
B. Section 02317 — Excavation and Backfill for Utilities.
C. Section 03300 - Cast -in -Place Concrete.
D. City of Lubbock Public Works Engineering — Minimum Design Standards and Specifications.
1.4 REFERENCES
AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM)
ASTM C 136 (2001) Sieve Analysis of Fine and Coarse Aggregates
ASTM D 422 (1963; R 2002) Particle -Size Analysis of Soils
ASTM D 698 (2000a) Test Method for Laboratory Compaction Characteristics of Soil
Using Standard Effort (12,400 ft — lb/ft3).
ASTM D 1140 (2000) Amount of Material in Soils Finer than the No. 200 (75-
micrometer) Sieve
ASTM D 1556 (2000) Density and Unit Weight of Soil in Place by the Sand -Cone
Method
ASTM D 1557 (2002) Test Methods for Laboratory Compaction Characteristics of Soil
Using Modified Effort (56,000 ft — lbf/ft3)
ASTM D1586 (1999) Penetration Test and Split -Barrel Sampling of Soils
ASTM D 2487 (2000) Classification of Soils for Engineering Purposes (Unified Soil
Classification System)
ASTM D 2922 (2001) Density of Soil and Soil -Aggregate in Place by Nuclear Methods
(Shallow Depth)
November 2021 EARTHWORK 02300 - 1
UNPAVED ROADS IMPROVEMENTS PHASE 4
ASTM D 3017 (2001) Water Content of Soil and Rock in Place by Nuclear Methods
(Shallow Depth)
ASTM D 4318 (2000) Liquid Limit, Plastic Limit, and Plasticity Index of Soils
15 DEFINITIONS
A. Backfill: Soil materials used to fill an excavation.
B. Base Course: Layer placed between the subbase course and asphalt paving.
C. Borrow: Satisfactory soil imported from off -site for use as fill or backfill.
D. Excavation: Removal of material encountered above subgrade elevations.
1. Additional Excavation: Excavation below subgrade elevations as directed by Engineer.
Additional excavation and replacement material will be paid for according to Contract
provisions for changes in the Work.
2. Bulk Excavation: Excavations more than 20 feet in width and pits more than 30 feet in either
length or width, and not associated with trenching for pipe installation.
3. Unauthorized Excavation: Excavation below subgrade elevations or beyond indicated
dimensions without direction by Engineer. Unauthorized excavation, as well as remedial
work directed by Engineer, shall be without additional compensation.
E. Fill: Soil materials used to raise existing grades.
F. Structures: Buildings, footings, foundations, retaining walls, slabs, tanks, curbs, mechanical and
electrical appurtenances, or other man-made stationary features constructed above or below the
ground surface.
G. Subbase Course: Layer placed between the subgrade and base course for asphalt paving, or layer
placed between the subgrade and a concrete pavement or walk.
H. Subgrade: Surface or elevation remaining after completing excavation, or top surface of a fill or
backfill immediately below subbase, drainage fill, or topsoil materials.
I. Utilities: Include on -site underground pipes, conduits, ducts, and cables.
Suitable Material: Suitable soil materials are those meeting specification requirements.
Unsuitable soils meeting specification requirements for suitable soils after treatment with lime or
cement are considered suitable, unless otherwise indicated.
K. Unsatisfactory Materials: Materials which do not comply with the requirements for satisfactory
materials are unsatisfactory. Unsatisfactory materials also include man-made fills; trash; refuse;
backfills from previous construction; and material classified as satisfactory which contains root
and other organic matter or frozen material. The Engineer shall be notified of any contaminated
materials.
L. Cohesionless and Cohesive Materials: Cohesionless materials include materials classified in
ASTM D 2487 as GW, GP, SW, and SP. Cohesive materials include materials classified as GC,
SC, ML, CL, MH, and CH. Materials classified as GM and SM will be identified as cohesionless
only when the fines are nonplastic. Testing required for classifying materials shall be in
accordance with ASTM D 4318, ASTM C 136, ASTM D 422, and ASTM D 1140.
November 2021 EARTHWORK 02300 - 2
UNPAVED ROADS IMPROVEMENTS PHASE 4
M. Degree of Compaction: Degree of compaction required is expressed as a percentage of the
maximum density obtained by the test procedure presented in ASTM D 698 or ASTM D 1557 as
designated in the Contract Documents abbreviated as a percent of laboratory maximum density.
Procedure A, B or C shall be applied as applicable along with corrections according to ASTM D
4718. For free draining soils, use maximum reference density according to ASTM D 4253.
N. Topsoil: Material suitable for topsoils obtained from offsite areas or the top 3 feet of excavated
material shall be defined as clean and uncontaminated soils capable of sustaining plant life.
1.6 SUBMITTALS
A. Material Reports
1. Classification according to ASTM D 2487 for each site of borrow soil material.
2 Laboratory compaction curve according to ASTM D 698 for each on -site or borrow soil
material.
1.7 QUALITY ASSURANCE
A. Refer to Section 01400 —Quality Requirements.
PART2-PRODUCTS
21 SOIL MATERIALS
A. General: Provide borrow soil materials when sufficient satisfactory soil materials are not
available from excavations. Refer to Section 02318 — Borrow.
B. Satisfactory Soils: ASTM D 2487 soil classification groups GW, GP, GM, SW, SP, and SM, or
a combination of these group symbols; free of rock or gravel larger than 3 inches in any
dimension, debris, waste, frozen materials, vegetation, and other deleterious matter. Satisfactory
soils should have a liquid limit of 45 maximum and a plasticity index of 15 maximum.
C. Unsatisfactory Soils: ASTM D 2487 soil classification groups GC, SC, ML, MH, CL, CH, OL,
OH, and PT, or a combination of these group symbols.
1. Unsatisfactory soils also include satisfactory soils not maintained within 2 percent of
optimum moisture content at time of compaction.
D. Backfill and Fill: Satisfactory soil materials.
E. Subbase: Satisfactory soils.
F. Flexible Base:
1. The material for flexible base shall consist of crushed caliche (limestone, calcareous clay
particles, conglomerate, gravel, or other approved granular materials) produced from
oversized quarried aggregate, sized by crushing and produced from a naturally occurring
single source except that blending of clean crushed concrete will be allowed. Blended
material must meet requirements for flexible base as defined in this and other sections. The
material source shall be subject to approval by the Engineer. If material characteristics within
the approved source change, the material shall be subject to retesting and re- approval prior
to continued use. The Contractor shall not change material sources without approval by the
Engineer.
November 2021 EARTHWORK 02300 - 3
UNPAVED ROADS IMPROVEMENTS PHASE 4
2. Refer to City of Lubbock Public Works Engineering Minimum Design Standards and
Specifications, 8.08.02 Flexible Base (Caliche).
G. Subgrade:
1. Subgrade material for concrete or asphalt construction shall consist of suitable native soil or
off site soil, free from vegetation or other objectionable matter. All unstable or objectionable
material shall be removed from the subgrade and replaced with approved material.
2. Refer to City of Lubbock Public Works Engineering Minimum Design Standards and
Specifications, 8.08.01 Subgrade.
22 ACCESSORIES
A. Warning Tape: Acid- and alkali -resistant polyethylene film warning tape manufactured for
marking and identifying underground utilities uncovered during prosecution of the work,
6 inches wide and 4 mils thick, continuously inscribed with a description of the utility; colored
as follows:
1. Red: Electric.
2. Yellow: Gas and oil.
3. Orange: Telephone and other communications.
4. Blue: Water systems.
5. Green: Sewer systems.
B. Warning tape to be placed within 3 feet of ground surface.
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 earthwork
operations.
B. Protect subgrades and foundation soils against freezing temperatures or frost.
C. Provide erosion -control measures to prevent erosion or displacement of soils and discharge of
soil -bearing water runoff or airborne dust to adjacent properties and walkways.
32 STRIPPING OF TOPSOIL
A. Topsoil will be separately excavated, stored, and used for surface finish in preparation for
seeding, sodding, or other planting, only where topsoil is definitely superior for grass and plant
growth as compared with the remainder of the excavated material. In general, this shall be
considered as the top 6 inches of excavated material. Surface soil that is heavy clay,
predominantly sandy, or is lean in grass -and plant -growth qualities, will not be saved. The
hauling, spreading, smoothing, and maintenance of the topsoil in preparation for the seeding and
planting operations are generally considered under a separate section, and therefore are not
considered in this specification.
November 2021 EARTHWORK 02300 - 4
UNPAVED ROADS IMPROVEMENTS PHASE 4
33 FROZEN MATERIAL
A. Soils shall not be placed on a foundation which contains frozen material, or which has been
subjected to freeze -thaw action. This prohibition encompasses all foundation types, including the
natural ground, all prepared subgrades (whether in an excavation or on an embankment) and all
layers of previously placed and compacted earth fill which become the foundations for successive
layers of earth fill. All material that freezes or has been subjected to freeze -thaw action during
the construction work, or during periods of temporary shutdowns, such as, but not limited to,
nights, holidays, weekends, winter shutdowns, or earthwork operations, shall be removed to a
depth that is acceptable to the Engineer and replaced with new material. Alternatively, the
material will be thawed, dried, reworked, and recompacted to the specified criteria before
additional material is placed. The Engineer will determine when placement of fill or backfill shall
cease due to cold weather. The Engineer may elect to use average daily air temperatures, and/or
physical observation of the soils for his determination. Embankment material shall not contain
frozen clumps of soil, snow, or ice.
3.4 EXCAVATION FOR WALKS AND PAVEMENTS
A. Excavate surfaces under walks, pavements and similar paths to indicated cross sections,
elevations, and grades.
35 SUBGRADE PREPARATION
A. Refer to City of Lubbock Public Works Engineering Minimum Design Standards and
Specifications, 8.08.01 Subgrade.
3.6 UNSUITABLE MATERIAL
A. If unsuitable material is encountered during subgrade preparation regardless of how it is
discovered, the Contractor shall take corrective action as directed by the Engineer. If removal
and replacement of the material is required or if drying is required deeper than 6 inches below
subgrade it will be considered over excavation and paid for separately. Contractor shall back fill
any over excavation with suitable material and compact to 95% of Modified Proctor Density at a
moisture content within 2% of optimum in accordance to ASTM D698.
3.7 FLEXIBLE BASE CONSTRUCTION
A. Areas behind curbs shall be backfilled and leveled with approved topsoil prior to placing base
material.
B. Refer to City of Lubbock Public Works Engineering Minimum Design Standards and
Specifications, 8.08.02 Flexible Base (Caliche).
3.8 STORAGE OF SOIL MATERIALS
A. Stockpile satisfactory excavated soil materials. Stockpile soil materials without intermixing.
Place, grade, and shape stockpiles to drain surface water. Cover or spray with dust suppressant
to prevent windblown dust.
1. Stockpile soil materials away from edge of excavations. Do not store within drip line of
trees.
39 UTILITY TRENCH BACKFILL
A. Refer to Section 02317 —Excavation and Backfll for Utilities.
November 2021 EARTHWORK 02300 - 5
UNPAVED ROADS IMPROVEMENTS PHASE 4
3.10 FILL
A. Preparation: Remove vegetation, 6" of topsoil, debris, unsatisfactory soil materials, obstructions,
and deleterious materials from ground surface before placing fills.
B. Plow, scarify, bench, or break up sloped surfaces steeper than 1 vertical to 4 horizontal so fill
material will bond with existing material.
C. Place and compact fill material to required elevations as directed in Paragraph 3.12 using
satisfactory soil material.
3.11 MOISTURE CONTROL
A. Uniformly moisten or aerate subgrade and each subsequent fill or backfill layer before
compaction to within 2 percent of optimum moisture content.
1. Do not place backfill or fill material on surfaces that are muddy, frozen, or contain frost or
ice.
2. Remove and replace, or scarify and air-dry, otherwise satisfactory soil material that exceeds
optimum moisture content by 2 percent and is too wet to compact to specified dry unit weight.
3.12 COMPACTION OF FILLS
A. Place fill materials in layers not more than 6 inches in loose depth for material compacted by
heavy compaction equipment, and not more than 4 inches in loose depth for material compacted
by hand -operated tampers.
B. Each layer of backfill or fill material should be compacted to a minimum of 95% of Modified
Proctor Density at a moisture content within 2% of optimum.
C. Use only hand -operated tamping equipment or place flowable backfill to achieve a minimum
cover of 12 inches over pipes, conduits, and ducts. Do not use heavy compacting equipment until
adequate cover is attained to prevent damage to pipes, conduits, or ducts. Do not use vibratory
equipment unless approved by the Owner and until 5 feet of cover over pipes, conduits and ducts
is obtained. Use of vibratory equipment within 10 feet measured from the top of finished surface
or adjacent to existing structures will only be permitted if approved by the Owner on a case -by -
case basis.
3.13 TESTING
A. Testing Agency: Contractor shall perform construction materials testing in conformance with
Section 01400 — Quality Requirements. Contractor shall be responsible for paying for failing tests
conducted by Owner. Such failing tests shall include pro-rata technician time charges, pro- rata
mileage expense and other pro -rated agency charges.
B. Allow testing agency to inspect and test subgrades and each fill or backfill layer. Proceed with
subsequent earthwork only after Engineer has verified that test results for previously completed
work comply with requirements.
November 2021 EARTHWORK 02300 - 6
UNPAVED ROADS IMPROVEMENTS PHASE 4
C. Testing agency will test compaction of soils in place according to ASTM D 1556 and ASTM
D 2922, as applicable. Tests will be performed at the following locations and frequencies:
Paved Areas: At subgrade and at each compacted fill layer, at least one test for every 5000
sq. ft. or less of paved area, but in no case fewer than three tests.
2. Trench Backfill: Refer to Section 02317 — Excavation and Backfill for Structures.
D. When testing agency reports that subgrades, fills, or backfills have not achieved degree of
compaction specified, scarify and moisten or aerate, or remove and replace soil to depth required;
recompact and retest until specified compaction is obtained. Contractor shall be responsible for
paying for failing tests conducted by Owner. Such failing tests shall include pro-rata technician
time charges, pro-rata mileage expense and other pro -rated agency charges.
3.14 GRADING
A. General: Uniformly grade areas to a smooth surface free from irregular surface changes. Comply
with compaction requirements and grade to cross sections, lines, and elevations indicated.
Provide a smooth transition between adjacent existing grades and new grades.
2. Cut out soft spots, fill low spots, and trim high spots to comply with required surface
tolerances.
B. Site Grading: Finish subgrades to required elevations within the following tolerances:
Lawn or Unpaved Areas: Plus or minus 1 inch.
2. Walks: Plus or minus 1 inch.
Pavements: Plus or minus 3/8 inch.
3.15 PROTECTION
A. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep
free of trash, debris and excess weeds.
B. Repair and reestablish grades to specified tolerances where completed or partially completed
surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent
construction operations or weather conditions.
Scarify or remove and replace soil material to depth as directed by Engineer; reshape and
re -compact.
C. Where settling occurs before Project correction period elapses, remove finished surfacing,
backfill with additional soil material, compact, and reconstruct surfacing.
Restore appearance, quality, and condition of finished surfacing to match adjacent work,
and eliminate evidence of restoration to the greatest extent possible.
3.16 DISPOSAL OF SURPLUS AND WASTE MATERIALS
A. Disposal: Remove surplus satisfactory soil and waste material, including unsatisfactory soil,
trash, and debris, and legally dispose of it off Owner's property according to Section 01576 —
Waste Material Disposal.
END OF SECTION
November 2021 EARTHWORK 02300 - 7
UNPAVED ROADS IMPROVEMENTS PHASE 4
SECTION 03300
CAST -IN -PLACE CONCRETE
PART 1- GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General
Requirements apply to work of this section.
1.2 SECTION INCLUDES
A. This Section includes, but is not limited to cast -in place concrete, including formwork,
reinforcing, mix design, placement procedures, curing, and finishes.
B. Cast -in -place concrete includes but is not limited to the following:
(1) Concrete Rip -rap.
(2) Sign anchors.
(3) ADA ramps.
(4) Illumination pole foundations.
(5) Inlets, headwalls, wingwalls, and aprons.
(6) Utility encasements.
(7) Cast -in -place manhole bases and manhole riser supports at pipe tee locations.
C. Concrete for pavement, sidewalk, curb and gutter, driveways, and alleys shall meet the City of
Lubbock Public Works Engineering MinimumDesign Standards and Specifications.
1.3 SUBMITTALS
A. General: Submit the following according to Conditions of the Contract and Division 1
Specification Sections.
B. Product data for proprietary materials and items, including reinforcement and forming
accessories, admixtures, patching compounds, joint systems, curing compounds, and others if
requested by Engineer.
C. Design Mixes: For each concrete mix.
D. Shop drawings for reinforcement detailing fabricating, bending, and placing concrete
reinforcement. Comply with ACI 315 "Manual of Standard Practice for Detailing Reinforced
Concrete Structures" showing bar schedules, stirrup spacing, bent bar diagrams, materials, steel
grades, and arrangement of concrete reinforcement and methods of support. Include special
reinforcing required for openings through concrete structures.
E. Laboratory test reports for concrete materials and mix designtest.
F. Formwork shop drawings: Prepared by or under supervision of a qualified Professional
Engineer detailing fabrication, assembly, and support of formwork. Design and Engineering of
formwork are Contractor's responsibility.
G. Shoring and Reshoring: Indicated proposed schedule and sequence of stripping formwork,
shoring removal and installing and removing reshoring.
November 2021 CAST -IN -PLACE CONCRETE 03300 - 1
UNPAVED ROADS IMPROVEMENTS PHASE 4
1.4 QUALITY ASSURANCE
A. Codes and Standards: Comply with provisions of the following codes, specifications, and
standards, except where more stringent requirements are shown or specified:
(1) American Concrete Institute (ACI) 301, "Specifications for Structural Concrete for
Buildings."
(2) ACI 318, "Building Code Requirements for Reinforced Concrete."
(3) Concrete Reinforcing Steel Institute (CRSI) "Manual of Standard Practice."
(4) American Concrete Institute (ACI) 305R, "Hot Weather Concreting."
(5) American Concrete Institute (ACI) 306R, "Cold Weather Concreting."
(6) American Concrete Institute (ACI) 306.1, "Standard Specification for Cold Weather
Concreting."
(7) American Concrete Institute (ACI) 350R, "Environmental Engineering Concrete
Structures."
(8) American Concrete Institute (ACI) 117, "Specifications for Tolerances for Concrete
Construction and Materials."
B. Concrete Testing Service: Engage a testing agency acceptable to Owner to perform material
evaluation tests and to design concrete mixes. Agency shall be qualified according to ASTM C
1077 and ASTM E 329 to conduct the testing indicated.
(1) Personnel conducting field test shall be qualified as ACI Concrete Field Testing
Technician, Grade 1, according to ACI CP-1 or an equivalent certification program.
C. Materials and installed Work may require testing and retesting at any time during progress of
Work. Tests, including retesting of rejected materials for installed Work, shall be done at
Contractor's expense.
D. 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.
E. Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed concrete
products complying with ASTM C 94, "Requirements for Production Facilities and
Equipment."
(1) Manufacturer must be certified according to the National Ready Mixed Concrete
Association Certification of Ready Mixed Concrete Production Facilities.
PART2-PRODUCTS
2.1 FORM MATERIALS
A. Refer to city of Lubbock Public Works Engineering Minimum Design Standards and
Specifications.
2.2 REINFORCING MATERIALS
A. Refer to city of Lubbock Public Works Engineering Minimum Design Standards and
Specifications.
November 2021 CAST -IN -PLACE CONCRETE 03300 - 2
UNPAVED ROADS IMPROVEMENTS PHASE 4
2.3 CONCRETE MATERIALS
A. Refer to city of Lubbock Public Works Engineering Minimum Design Standards and
Specifications.
2.4 CURING COMPOUND
A. Liquid -type membrane -forming curing compound with white pigment complying with ASTM
C 309, Type 2, Class A. Moisture loss not more than 1.0 pounds per square yard when applied
at 200 sq. ft./gal.
2.5 RELATED MATERIALS
A. Dovetail Anchor Slots: Hot -dip galvanized sheet steel, not less than 0.0336 inch thick with bent
tab anchors. Fill slot with temporary filler or cover face opening to prevent intrusion of concrete
or debris.
B. Sand Cushion: Clean, manufactured or natural sand with plasticity index of 8 or less.
C. Bonding Agent: Polyvinyl acetate or acrylic base.
D. Epoxy Adhesive: ASTM C 881, two -component material suitable for use on dry or damp
surfaces. Provide material type, grade, and class to suit Project requirements.
2.6 PROPORTIONING AND DESIGNING MIXES
A. Prepare design mixes for each type and strength of concrete by either laboratory trial batch or
field experience methods as specified in ACI 301. For the trial batch method, use an
independent testing agency acceptable to Engineer for preparing and reporting proposed mix
designs.
(1) Do not use the same testing agency as Owner for field quality control testing.
B. Submit written reports to Engineer of each proposed mix for each class of concrete at least 15
days prior to start of Work. Do not begin concrete production until proposed mix designs have
been reviewed by Engineer. Do not submit mix designs for other projects or that are over 60
days of age. Do not submit concrete cylinder strength reports from other projects that are older
than 45 days, or that are not of the proposed mix design.
C. Standard design mix to be used unless noted otherwise, provide normal weight concrete with
the following properties:
(1) Refer to city of Lubbock Public Works Engineering Minimum Design Standards and
Specifications.
D. Water related structures mix design: Provide normal weight concrete with the following
properties:
(1) 4500 psi, 28-day compressive strength.
(2) Type I cement
(3) Fly Ash: 30% of total cementitious weight.
(4) Minimum slump: 6 inches
(5) Maximum slump: 8 inches
(6) Maximum water cementitious material ratio:.40
November 2021 CAST -IN -PLACE CONCRETE 03300 - 3
UNPAVED ROADS IMPROVEMENTS PHASE 4
(7) Add air -entraining admixture at manufacturer's prescribed rate to result in concrete at
point of placement having an air content of 5 to 7 percent, unless otherwise indicated.
(8) Water proofing admixture.
(9) Floor hardener admixture.
E. Adjustment to Concrete Mixes: Mix design adjustments may be requested by Contractor when
characteristics of materials, job conditions, weather, test results, or other circumstances
warrant, as accepted by Engineer. Laboratory test data for revised mix design and strength
results must be submitted to and accepted by Engineer before using in Work.
2.7 ADMIXTURES
A Use water -reducing admixture or high -range water -reducing admixture (superplasticizer) in
concrete, as required, for placement and workability.
B. Use accelerating admixture in concrete slabs placed at ambient temperatures below 50 deg F.
C. Use admixtures for water reduction and set accelerating or retarding in strict compliance with
manufacturer's directions.
D. Use water -reducing admixture in pumped concrete, concrete required to be water tight, and
concrete with a water cementitious materials ratio below0.50.
E. Limit water-soluble, chloride ion content in hardened concrete to 0.15 percent by weight of
cement.
2.8 CONCRETE MIXING
A Ready -Mixed Concrete: Comply with requirements of ASTM C 94, and as specified.
(1) When air temperature is between 85 deg F and 90 deg F, reduce mixing and delivery time
from 1-1/2 hours to 75 minutes, and when air temperature is above 90 deg F, reduce mixing
and delivery time to 60 minutes.
2.9 FLOWABLE FILL
Flowable fill shall consist of a concrete mixture of pea gravel and sand with a cement content of 2
sacks per cubic yard. Flowable fill shall be used for backfill in all utility ditches within the right of
way, and other areas as specified.
PART 3 - EXECUTION
3.1 GENERAL
A Coordinate the installation of joint materials, vapor retarder, and other related materials with
placement of forms and reinforcing steel. Before concrete placement operations begin, the
substrate shall be fully prepared. Contractor shall be responsible for verifying that all work
which will be embedded is complete and necessary inspections have been performed. Pour
stops or bulkheads shall be in place and reinforcement shall be secured in proper location.
UPAI M91. "V I
A General: Design, erect, support, brace, and maintain formwork to support vertical, lateral, static,
and dynamic loads that might be applied until concrete structure can support such loads.
Construct formwork so concrete members and structures are of correct size, shape, alignment,
elevation, and position. Maintain formwork construction tolerances and surface irregularities
complying with the following ACI 347 limits:
November 2021 CAST -IN -PLACE CONCRETE 03300 - 4
UNPAVED ROADS IMPROVEMENTS PHASE 4
(1) Provide Class A tolerances for concrete surfaces exposed to view.
(2) Provide Class C tolerances for other concrete surfaces.
B. Construct forms to sizes, shapes, lines, and dimensions shown and to obtain accurate alignment,
location, grades, level, and plumb work in finished structures. Provide for openings, offsets,
sinkages, keyways, recesses, moldings, rustications, reglets, chamfers, blocking, screeds,
bulkheads, anchorages and inserts, and other features required in the Work. Use selected
materials to obtain required finishes. Solidly butt joints and provide backup at joints to prevent
cement paste from leaking.
C. Fabricate forms for easy removal without hammering or prying against concrete surfaces.
Provide crush plates or wrecking plates where stripping may damage cast concrete surfaces.
Provide top forms for inclined surfaces where slope is too steep to place concrete with bottom
forms only. Kerf wood inserts for forming keyways, reglets, recesses, and the like for easy
removal.
D. Provide temporary openings for clean -outs and inspections where interior area of formwork is
inaccessible before and during concrete placement. Securely brace temporary openings and set
tightly to forms to prevent losing concrete mortar. Locate temporary openings in forms at
inconspicuous locations.
E Chamfer exposed corners and edges as indicated, using wood, metal, PVC, or rubber chamfer
strips fabricated to produce uniform smooth lines and tight edge joints.
F. Provisions for Other Trades: Provide openings in concrete formwork to accommodate work of
other trades. Determine size and location of openings, recesses, and chases from trades
providing such items. Accurately place and securely support items built into forms.
G. Cleaning and Tightening: Thoroughly clean forms and adjacent surfaces to receive concrete.
Remove chips, wood, sawdust, dirt, or other debris just before placing concrete. Retighten
forms and bracing before placing concrete, as required, to prevent mortar leaks and maintain
proper alignment.
3.3 PLACING REINFORCEMENT
A General: Comply with Concrete Reinforcing Steel Institute's recommended practice for
"Placing Reinforcing Bars," for details and methods of reinforcement placement and supports
and as specified.
(1) Avoiding cutting or puncturing vapor retarder during reinforcement placement and
concreting operations. Repair damages before placing concrete.
B. Clean reinforcement of loose rust and mill scale, earth, ice, and other materials that reduce or
destroy bond with concrete.
C. Accurately position, support, and secure reinforcement against displacement. Locate and
support reinforcing by metal chairs, runners, bolsters, spacers, and hangers, as approved by
Engineer.
D. Place reinforcement to maintain minimum coverages as indicated for concrete protection.
Arrange, space, and securely tie bars and bar supports to hold reinforcement in position during
concrete placement operations. Set wire ties so ends are directed into concrete, not toward
exposed concrete surfaces.
November 2021 CAST -IN -PLACE CONCRETE 03300 - 5
UNPAVED ROADS IMPROVEMENTS PHASE 4
E Install welded wire fabric in lengths as long as practicable. Lap adjoining pieces at least one
full mesh and lace splices with wire. Offset laps of adjoining widths to prevent continuous laps
in either direction.
F. Do not weld reinforcing bars unless specifically shown. Where shown on the plans, comply
with AWS D 1.4. Bars to be welded shall conform to ASTM A706.
3.4 JOINTS
A A. Sawed Joints
(1) The Contractor shall provide sawing equipment adequate in number of units and power to
complete the sawing to the required dimensions. The Contractor shall provide at least one
standby saw in good working order and a supply of saw blades atthe site of the work at all
times during sawing operations.
(2) Joints shall be cut as shown on the plan. The circular cutter shall be capable of cutting a
groove in a straight line and shall produce a slot of at least 1/8-inch wide and to the depth
shown on the plans. When shown on the plans or required by the specifications, the top
portion of the slot or groove shall be widened by means of a second shallower cut.
(3) Sawing of the joints shall commence as soon as the concrete has hardened sufficiently to
support the saws (no longer than 6 hours after surface finishing) and permit cutting without
chipping, spalling, or tearing (per ACI 330R).
(4) Sawing shall be carried on both during the day and night as required to meet minimum time
constraints. The joints shall be sawed at the required spacing consecutively in sequence of
the concrete placement, unless otherwise approved by the Engineer.
B. Curb and gutter (Class A concrete) shall be constructed with an expansion joint at the tangent
point of each return at intersections and at intervals not more than 40 feet between the
intersections.
(1) Construction joints formed by removable metal templates accurately shaped to the cross-
section of the curb and gutter shall be located at the midpoint of each section between
expansion joints, or as directed by the Engineer.
(2) Tooled contraction joints cut at least one quarter the concrete depth shall be placed at 10
foot intervals.
C. Construction Joints: Locate and install construction joints so they do not impair strength or
appearance of the structure, as acceptable to Engineer.
D. Place construction joints perpendicular to main reinforcement. Continue reinforcement across
construction joints except as indicated otherwise. Do not continue reinforcement through sides
of strip placements.
E Use bonding agent on existing concrete surfaces that will be joined with fresh concrete.
E Waterstops: Provide waterstops in construction joints as indicated. Install waterstops to form
continuous diaphragm in each joint. Support and protect exposed waterstops during progress
of work. Field fabricate joints in waterstops according to manufacturer's printed instructions.
G. Isolation Joints in Slabs -on -Grade: Construct isolation joints in slabs -on -grade at points of
contact between slabs -on -grade and vertical surfaces, such as column pedestals, foundation
walls, grade beams, and other locations, as indicated.
November 2021 CAST -IN -PLACE CONCRETE 03300 - 6
UNPAVED ROADS IMPROVEMENTS PHASE 4
H Contraction (Control) Joints in Slabs -on -Grade: Construct contraction joints inslabs-on-grade
to form panels of patterns as shown.
3.5 INSTALLING EMBEDDED ITEMS
A General: Set and build into formwork anchorage devices and other embedded items required
for other work that is attached to or supported by cast -in -place concrete. Use setting drawings,
diagrams, instructions, and directions provided by suppliers of items to be attached.
B. Install dovetail anchor slots in concrete structures as indicated ondrawings.
C. Forms for Slabs: Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve
required elevations and contours in finished surfaces. Provide and secure units to support screed
strips using strike -off templates or compacting -type screeds.
D. Ends of storm sewer pipe to be embedded in cast -in -place walls shall be in place prior to setting
formwork and reinforcement, floor slab inclusive.
3.6 PREPARING FORM SURFACES
A General: Coat contact surfaces of forms with an approved, nonresidual, low-VOC, form -
coating compound before placing reinforcement.
B. Do not allow excess form -coating material to accumulate in forms or come into contact with
in -place concrete surfaces against which fresh concrete will be placed. Apply according to
manufacturer's instructions.
(1) Coat steel forms with a nonstaining, rust -preventative material. Rust -stained steel formwork
is not acceptable.
3.7 CONCRETE PLACEMENT
A Inspection: Before placing concrete, inspect and complete formwork installation, reinforcing
steel, and items to be embedded or cast in. Notify other trades to permit installation of their
work.
B. General: Comply with ACI 304, "Guide for Measuring, Mixing, Transporting, and Placing
Concrete," and as specified.
C. Deposit concrete continuously or in layers of such thickness that no new concrete will be placed
on concrete that has hardened sufficiently to cause seams or planes of weakness. If a section
cannot be placed continuously, provide construction joints as specified. Deposit concrete to
avoid segregation at its final location.
D. Placing Concrete in Forms: Deposit concrete in forms in horizontal layers no deeper than 24
inches and in a manner to avoid inclined construction joints. Where placement consists of
several layers, place each layer while preceding layer is still plastic to avoid cold joints.
(1) Consolidate placed concrete by mechanical vibrating equipment supplemented by hand -
spading, rodding, or tamping. Use equipment and procedures for consolidation of concrete
complying with ACI 309.
November 2021 CAST -IN -PLACE CONCRETE 03300 - 7
UNPAVED ROADS IMPROVEMENTS PHASE 4
(2) Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators
vertically at uniformly spaced locations no farther than the visible effectiveness of the
machine. Place vibrators to rapidly penetrate placed layer and at least 6 inches into
preceding layer. Do not insert vibrators into lower layers of concrete that have begun to set.
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 to
segregate.
E Placing Concrete Slabs: Deposit and consolidate concrete slabs in a continuous operation,
within limits of construction joints, until completing placement of a panel or section.
(1) Consolidate concrete during placement operations so that concrete is thoroughly worked
around reinforcement, other embedded items and into corners.
(2) Bring slab surfaces to correct level with a straightedge and strike off. Use bull floats or
darbies to smooth surface free of humps or hollows. Do not disturb slab surfaces prior to
beginning finishing operations.
(3) Maintain reinforcing in proper position on chairs during concrete placement.
E Cold -Weather Placement: Comply with provisions of ACI 306 and as follows. Protect concrete
work from physical damage or reduced strength that could be caused by frost, freezing actions,
or low temperatures.
G. When air temperature has fallen to or is expected to fall below 40 deg F, uniformly heat water
and aggregates before mixing to obtain a concrete mixture temperature of not less than 50
deg F and not more than 80 deg F at point of placement.
(1) Do not use frozen materials or materials containing ice or snow. Do not place concrete on
frozen subgrade or on subgrade containing frozen materials.
(2) Do not use calcium chloride, salt, or other materials containing antifreeze agents or
chemical accelerators unless otherwise accepted in mix designs.
H Hot -Weather Placement: When hot weather conditions exist that would impair quality and
strength of concrete, place concrete complying with ACI 305R and as specified.
(1) Cool ingredients before mixing to maintain concrete temperature at time of placement to
below 90 deg F. Mixing water may be chilled or chopped ice may be used to control
temperature, provided water equivalent of ice is calculated to total amount of mixing water.
Using liquid nitrogen to cool concrete is Contractor's option.
(2) Cover reinforcing steel with water -soaked burlap if it becomes too hot, so that steel
temperature will not exceed the ambient air temperature immediately before embedding in
concrete.
(3) Fog spray forms, reinforcing steel, and subgrade just before placing concrete. Keep
subgrade moisture uniform without puddles or dry areas.
(4) Use water -reducing retarding admixture when required by high temperatures, low
humidity, or other adverse placing conditions, as acceptable to Engineer.
I Water may be added to the concrete at the project site, subject to the following conditions:
(1) Truck tickets indicate maximum amount of water that can be added without exceeding the
maximum specified water/cement ratio.
(2) Water is added in a manner to control volume added.
November 2021 CAST -IN -PLACE CONCRETE 03300 - 8
UNPAVED ROADS IMPROVEMENTS PHASE 4
(3) Concrete is properly re -mixed after addition ofwater.
(4) Inspector is notified, if concrete placement requires inspection.
(5) Site added water should be done prior to taking concrete samples for testing.
(6) Do not add water to concrete after adding high range water -reducing admixtures to mix.
3.8 FINISHING FORMED SURFACES
A Rough -Formed Finish: Provide a rough -formed finish on formed concrete surfaces not exposed
to view in the finished Work or concealed by other construction. This is the concrete surface
having texture imparted by form -facing material used, with tie holes and defective areas
repaired and patched, and fins and other projections exceeding 1/4 inch in height rubbed down
or chipped off.
B. Smooth -Formed Finish: Provide a smooth -formed finish on formed concrete surfaces exposed
to view or to be covered with a coating material applied directly to concrete, or a covering
material applied directly to concrete, such as waterproofing, dampproofing, veneer plaster,
painting, or another similar system. This is an as -cast concrete surface obtained with selected
form -facing material, arranged in an orderly and symmetrical manner with a minimum of seams.
Repair and patch defective areas with fins and other projections completely removed and
smoothed.
C. Smooth -Rubbed Finish: Provide smooth -rubbed finish on scheduled concrete surfaces that
have received smooth -formed finish treatment not later than 1 day after form removal.
(1) Moisten concrete surfaces and rub with carborundum brick or another abrasive until
producing a uniform color and texture. Do not apply cement grout other than that created
by the rubbing process.
D. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces
adjacent to formed surfaces, strike -off smooth and finish with a texture matching adjacent
formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent
unformed surfaces unless otherwise indicated.
3.9 MONOLITHIC SLAB FINISHES
A Float Finish: Apply float finish to monolithic slab surfaces to receive trowel finish and other
finishes as specified; slab surfaces to be covered with membrane or elastic waterproofing,
membrane or elastic roofing, or sand -bed terrazzo; and where indicated.
(1) After screeding, consolidating, and leveling concrete slabs, do not work surface until ready
for floating. Begin floating, using float blades or float shoes only, when surface water has
disappeared, or when concrete has stiffened sufficiently to permit operation of power -
driven floats, or both. Consolidate surface with power -driven floats or by hand -floating
if area is small or inaccessible to power units. Finish surfaces to tolerances of F(F) 18 (floor
flatness) and F(L) 15 (floor levelness) measured according to ASTM E 1155 . Cut
down high spots and fill low spots. Uniformly slope surfaces to drains. Immediately after
leveling, refloat surface to a uniform, smooth, granular texture.
(2) Remove any efflorescence as soon as feasible after its appearance. If the efflorescence
hardens, then remove with a mild detergent or a mild acid cleaner.
November 2021 CAST -IN -PLACE CONCRETE 03300 - 9
UNPAVED ROADS IMPROVEMENTS PHASE 4
B. Trowel Finish: Apply a trowel finish to monolithic slab surfaces exposed to view and slab
surfaces to be covered with resilient flooring, carpet, ceramic or quarry tile, paint, or another
thin film -finish coating system.
(1) After floating, begin first trowel -finish operation using a power -driven trowel. Begin final
troweling when surface produces a ringing sound as trowel is moved over surface.
Consolidate concrete surface by final hand -troweling operation, free of trowel marks,
uniform in texture and appearance, and finish surfaces to tolerances of F(F) 20 (floor
flatness) and F(L) 17 (floor levelness) measured according to ASTM E 1155. Grind smooth
any surface defects that would telegraph through applied floor covering system.
C. Nonslip Broom Finish: Apply a nonslip broom finish to exterior concrete platforms, steps, and
ramps, and elsewhere as indicated.
(1) Immediately after float finishing, slightly roughen concrete surface by brooming with fiber -
bristle broom perpendicular to main traffic route. Coordinate required final finish with
Engineer before application.
3.10 MISCELLANEOUS CONCRETE ITEMS
A Filling In: Fill in holes and openings left in concrete structures for passage of work by other
trades, unless otherwise shown or directed, after work of other trades is in place. Mix, place,
and cure concrete as specified to blend with in -place construction. Provide other miscellaneous
concrete filling shown or required to complete Work.
3.11 CONCRETE CURING AND PROTECTION
A General: Protect freshly placed concrete from premature drying and excessive cold or hot
temperatures. In hot, dry, and windy weather protect concrete from rapid moisture loss before
and during finishing operations with an evaporation -control material. Apply according to
manufacturer's instructions after screeding and bull floating, but before power floating and
troweling.
B. Start initial curing as soon as free water has disappeared from concrete surface after placing
and finishing.
C. Curing Methods: Cure concrete by curing compound, and moisture -retaining cover curing.
D. Apply curing compound on exposed interior slabs and on exterior slabs, walks, and curbs as
follows:
(1) Apply curing compound to concrete slabs as soon as final finishing operations are complete
(within 1 hours and after surface water sheen has disappeared). Apply uniformly in
continuous operation by power spray. Recoat areas subjected to rainfall within 3 hours after
initial application. Maintain continuity of coating and repair damage during curing period.
A General: Formwork not supporting weight of concrete, such as sides of beams, walls, columns,
and similar parts of the work, may be removed after cumulatively curing at not less than 50
deg F for 24 hours after placing concrete, provided concrete is sufficiently hard to not be
damaged by form -removal operations, and provided curing and protection operations are
maintained.
March 2021 CAST -IN -PLACE CONCRETE 03300 - 10
UNPAVED ROADS IMPROVEMENTS PHASE 4
3.13 REUSING FORMS
A Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or
otherwise damaged form -facing material will not be acceptable for exposed surfaces. Apply
new form -coating compound as specified for new formwork.
a When forms are extended for successive concrete placement, thoroughly clean surfaces,
remove fins and laitance, and tighten forms to close joints. Align and secure joint to avoid
offsets. Do not use patched forms for exposed concrete surfaces except as acceptable to
Engineer.
3.14 CONCRETE SURFACE REPAIRS
A Patching Defective Areas: Repair and patch defective areas with cement mortar immediately
after removing forms, when acceptable to Engineer.
R Mix dry -pack mortar, consisting of one part portland cement to 2-1/2 parts fine aggregate
passing a No. 16 mesh sieve, using only enough water as required for handling and placing.
(1) Cut out honeycombs, rock pockets, voids over 1/4 inch in any dimension, and holes left by
tie rods and bolts down to solid concrete but in no case to a depth less than 1 inch. Make
edges of cuts perpendicular to the concrete surface. Thoroughly clean, dampen with water,
and brush -coat the area to be patched with bonding agent. Place patching mortar before
bonding agent has dried.
(2) For surfaces exposed to view, blend white portland cement and standard portland cement
so that, when dry, patching mortar will match surrounding color. Provide test areas at
inconspicuous locations to verify mixture and color match before proceeding with
patching. Compact mortar in place and strike -off slightly higher than surrounding surface.
C. Repairing Formed Surfaces: Remove and replace concrete having defective surfaces if defects
cannot be repaired to satisfaction of Engineer. Surface defects include color and texture
irregularities, cracks, spalls, air bubbles, honeycomb, rock pockets, fins and other projections
on the surface, and stains and other discolorations that cannot be removed by cleaning. Flush
out form tie holes and fill with dry -pack mortar or precast cement cone plugs secured in place
with bonding agent.
(1) Repair concealed formed surfaces, where possible, containing defects that affect the
concrete's durability. If defects cannot be repaired, remove and replace the concrete.
D. Repairing Unformed Surfaces: Test unformed surfaces, such as monolithic slabs, for
smoothness and verify surface tolerances specified for each surface and finish. Correct low and
high areas as specified. Test unformed surfaces sloped to drain for trueness of slope and
smoothness by using a template having the required slope.
(1) Repair finished unformed surfaces containing defects that affect the concrete's durability.
Surface defects include crazing and cracks in excess of 0.01 inch wide or that penetrate to
the reinforcement or completely through nonreinforced sections regardless of width,
spalling, popouts, honeycombs, rock pockets, and other objectionable conditions.
(2) Correct high areas in unformed surfaces by grinding after concrete has cured at least 14
days.
(3) Correct low areas in unformed surfaces during or immediately after completing surface
finishing operations by cutting out low areas and replacing with patching mortar. Finish
March 2021 CAST -IN -PLACE CONCRETE 03300 - 11
UNPAVED ROADS IMPROVEMENTS PHASE 4
repaired areas to blend into adjacent concrete. Proprietary underlayment compounds may
be used when acceptable to Engineer.
(4) Repair defective areas, except random cracks and single holes not exceeding 1 inch in
diameter, by cutting out and replacing with fresh concrete. Remove defective areas with
clean, square cuts and expose reinforcing steel with at least 3/4 inch clearance all around.
Dampen concrete surfaces in contact with patching concrete and apply bonding agent. Mix
patching concrete of same materials to provide concrete of same type or class as original
concrete. Place, compact, and finish to blend with adjacent finished concrete. Cure in same
manner as adjacent concrete.
E Repair isolated random cracks and single holes 1 inch or less in diameter by dry -pack method.
Groove top of cracks and cut out holes to sound concrete and clean of dust, dirt, and loose
particles. Dampen cleaned concrete surfaces and apply bonding compound. Place dry -pack
before bonding agent has dried. Compact dry -pack mixture in place and finish to match adjacent
concrete. Keep patched area continuously moist for at least 72 hours. If random cracks and
single holes indicate weeping and leakage under adjacent hydrostatic head, seal with Avanti
International Scotch Seal 5600 urethane, water -activated grout prior to dry packing.
E Perform structural repairs with prior approval of Engineer for method and procedure, using
specified epoxy adhesive and mortar.
G. Repair methods not specified above maybe used, subject to acceptance of Engineer.
3.15 HYDRAULIC LEAKAGE REPAIR
A Joints, embedments and penetrations that exhibit leakage or weeping when under adjacent
hydrostatic pressure shall be sealed with Avanti International Scotch Seal 5600 water -activated
urethane grout. Procedures and surface finish over urethane grout shall be as approved by the
Engineer.
3.16 QUALITY CONTROL TESTING DURING CONSTRUCTION
A Sampling and testing for quality control during concrete placement shall be performed in
accordance with the City of Lubbock Public Works Engineering Minimum Design Standards
and Specifications.
(1) Strength level of concrete will be considered satisfactory if averages of sets of three
consecutive strength test results equal or exceed specified compressive strength and no
individual strength test result falls below specified compressive strength by more than 500
psi.
R Test results will be reported in writing to Engineer, ready -mix producer, and Contractor within
24 hours after tests. Reports of compressive strength tests shall contain the Project identification
name and number, date of concrete placement, name of concrete testing service, concrete type
and class, location of concrete batch in structure, design compressive strength at 28 days,
concrete mix proportions and materials, compressive breaking strength, and type of break for
both 7-day tests and 28-day tests.
C. Additional Tests: The Contractor will make additional tests of in -place concrete when test
results indicate specified concrete strengths and other characteristics have not been attained in
the structure, as directed by Engineer. The Owner may require the Contractor to conduct tests
to determine adequacy of concrete by cored cylinders complying with ASTM C 42, or by other
methods as directed.
March 2021 CAST -IN -PLACE CONCRETE 03300 - 12
UNPAVED ROADS IMPROVEMENTS PHASE 4
D. Questionable Concrete
(1) Concrete shall be considered "Questionable Concrete" where any of the following test
evaluations occur:
a. Individual test strength is below specified strength; or
b. Samples of concrete for acceptance test cylinders are not representative of
concrete in -place in the structure; or
C. Insufficient or inadequate concrete curing; or
d. Insufficient number of acceptance test cylinders for day's concreting were made
for testing.
(2) Except where core tests will impair the strength of the structure, core test as directed by the
Owner shall be made at no cost to the Owner to resolve Questionable Concrete. If core tests
fail to demonstrate the test strength required by the contract documents or structural
analysis does not confirm the adequacy of the structure, the Owner may, at his discretion,
reject the work or require load tests or additional construction. Should structural analysis
confirm the adequacy of the structure, the Owner may, at his discretion, accept the concrete
with credit for the full value of the concrete delivered to the site in accordance with the
General Conditions.
(3) The Contractor shall pay all costs incurred in providing the additional testing or analysis to
resolve the acceptability of Questionable Concrete.
(4) Core Tests
a. Three representative cores shall be taken from each member or area of concrete
for each test considered questionable. Location of cores shall be as directed by
the Owner to least impair the strength of the structure. Damaged cores shall be
replaced.
b. Cores shall be obtained and tested in accordance with ASTM C42 except that
if concrete in the structure will be dry under service conditions the cores shall
be air dried (temperature 60 degrees F. to 80 degrees F., and relative humidity
less than 60%) for 7 days before test and shall be tested dry. If the concrete in
the structure will be more than superficially wet under service conditions, the
cores shall be immersed in water for at least 48 hours and testedwet.
C. Questionable concrete will be considered structurally acceptable if the average
of the cores is equal to or greater than 90% of the specified strength and no
single core is greater than 500 psi below specified strength.
END OF SECTION
March 2021 CAST -IN -PLACE CONCRETE 03300 - 13
Page Intentionally Left Blank
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.