Loading...
HomeMy WebLinkAboutResolution - 2010-R0169 - Unit Price Construction Contract_ Intermountain Slurry Seal For Microsurfacing - 04_08_2010Resolution No. 2010—RO169 April 8, 2010 Item No. 5.13 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Unit Price Construction Contract for micro -surfacing at various sites, per ITB-10-064-FO, by and between the City of Lubbock and Intermountain Slurry Seal, Inc. of Watsonville, California, 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 April. 8, 2010 TOM MARTIN,MAYOR ATTEST: Rebecca CNLarza, City Secretary APPROVED AS TO CONTENT: Marsha Reed, Chief Operations �O ficer APPROVED AS TO FORM: Chad Weaver, Assistant City Attorney vw:ccdocs; RES.Contract-Intermountain Slurry Seal, Inc. March 22, 2010 oa�� 40-2010-fi0lbI CONTRACT AWARD DATE: � - (0 CITY OF LUBBOCK SPECIFICATIONS FOR Micro -Surfacing at Various Sites ITB 10-064-FO Contract 9451 Plans & Specifications may be obtained from THE REPRODUCTION COMPANY www.thereproductioiicoi-npanv.coiii Phone: (806) 763-7770 i�! L iA City of ubb o L TEXAS CITY OF LUBBOCK Lubbock, Texas CONTRACT AWARD DATE: CITY OF LUBBOCK SPECIFICATIONS FOR Micro -Surfacing at Various Sites ITB 10-064-FO Contract 9451 Plans & Specifications may be obtained from THE REPRODUCTION COMPANY www.therel2roductioncoi-npanv.coiii Phone: (806) 763-7770 city A WN-2- of ubbock TEXAS CITY OF LUBBOCK Lubbock, Texas 1_1 Cut along the outer border and affix this label to your sealed bid envelope to identify it as a "Sealed Bid". Be sure to include the naive of the company submitting the bid. c ,--------------------------------------------------------------------- SEALED BID • DO NOT OPEN BID NO: 10-064-FO TITLE: Micro -Surfacing at Various Sites DUE DATE/TIME: March 18, 2010 at 3:00 P.M. SUBNHTTED BY: (PRINT NAME OF COMPANY) ; ---------------------------------------------------------------------- Bid must be addressed to: Marta Alvarez, Purchasing Manager City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 CITY OF LUBBOCK INVITATION TO BID d FOR TITLE: Micro -Surfacing at Various Sites ADDRESS: LUBBOCK, TEXAS ITB NUMBER: 10-064-FO Contract 9451 1 PROJECT NUMBER: 92125.9240 ix CONTRACT PREPARED BY: PURCHASING AND CONTRACT MANAGEMENT e } 3 City of Lubbock, TX PURCHASING AND CONTRACT MANAGEMENT Contractor Checklist for ITB 10-064-FO Before submitting your bid, please ensure you have completed and included the following documents in the order they are listed. The contractor is only to submit (1) one original copy of every item listed: _9 1. Carefully read and understand the plans and specifications and properly complete the BID - SUBMITTAL FORM. Bid submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. Amounts shall be =3 written in both words and numerals and in the event of a discrepancy the amounts written in - words shall govern. Include corporate seal and Secretary's signature. Identify addenda received _"I (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 2. fir/ Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure �l to provide a bid surety WILL result in automatic rejection of your bid. 3. Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. This must include the signature of the agent or broker. Contractor's signature must be original. 4. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. 5. ✓ Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 6. Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS. 7. ✓ Clearly mark the bid number, title, due date and time and your company name and address on the y_. outside of the envelope or container. 8. Ensure your bid is RECEIVED by the City of Lubbock PURCHASING AND CONTRACT MANAGEMENT prior to the deadline. Late bids will not be accepted. DOCUMENTS REQUIRED WITHIN TWO BUSINESS DAYS AFTER CLOSING 9. _Z Complete and submit the FINAL LIST OF SUB -CONTRACTORS. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING 1,4 DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE U INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. TNTF.RMnTTNTATN ST.TTRRY .',RAT., TN( - (Type or Print Company Name) 4 City of Lubbock PURCHASING & CONTRACT MANAGEMENT DEPARTMENT ROOM 204, MUNICIPAL BUILDING 1625 13T" STREET LUBBOCK, TEXAS 79401 PH: (806) 775-2167 FAX: (806) 775-2164 http://purchasing.ci.lubbock.tx.us ITB #10-064-FO, Addendum #1 ADDENDUM 0 ITB #10-064-FO Micro -surfacing at Various Sites DATE ISSUED: March 10, 2010 CLOSE DATE: March 18, 2010 @ 3:00 P.M. The following items take precedence over specifications for the above named Invitation to Bid. Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Bidders attention is invite to review the following. 1. General Instructions to Bidders, Section 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS have been revised. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and agents of the City. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents All requests for additional information or clarification must be submitted in writing and directed to: Felix Orta, Senior Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806) 775-2164 or Email to forta@mylubbock.us THANK YOU, �e�ix Q'nia Felix Orta Senior Buyer City of Lubbock 10-064-FOAddend1.doc YIB #10-064-FO, Addendum #1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the bidder's responsibility to advise the City of Lubbock Purchasing Manager 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 Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. 10-064-FOAddend 1.doc INDEX `Y 1. NOTICE TO BIDDERS L2. 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 INSURANCE REQUIREMENT AFFIDAVIT 3-3. SAFETY RECORD QUESTIONNAIRE 3-4. SUSPENSION AND DEBARMENT CERTIFICATION 3-5. PROPOSED LIST OF SUB -CONTRACTORS 4. POST -CLOSING DOCUMENT REQUIREMENTS -- (to be submitted no later than two business days after the close date when bids are due.) 4-1. FINAL LIST OF SUB -CONTRACTORS US. PAYMENT BOND 6. PERFORMANCE BOND 7. CERTIFICATE OF INSURANCE 8. CONTRACT 9. GENERAL CONDITIONS OF THE AGREEMENT 10. DAVIS BACON WAGE DETERMINATIONS Lll. SPECIAL CONDITIONS (IF APPLICABLE) 12. SPECIFICATIONS L s �1 .� _____a NOTICE TO BIDDERS ITB 10-064-FO Sealed bids addressed to Marta Alvarez, Purchasing Manager, City of Lubbock, Texas, will be received in the office of the PURCHASING AND CONTRACT MANAGEMENT, City Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 3:00 P.M. on March 18 2010, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: "ITB 10-064-FO Micro -Surfacing at Various Sites" After the expiration of the time and date above first written, said sealed bids will be opened in the Purchasing Conference Room 204 and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is actually in the office of the PURCHASING AND CONTRACT MANAGEMENT for the City of Lubbock, before the expiration of the date above first written. Bids are due at 3:00 P.M. on March 18, 2010 on and the City of Lubbock City Council will consider the bids on April 8, 2010, at the City Hall, 1625 Ath Street, 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 should be issued by a company carrying a current Best Rating of "A" or better. The bond must be in a form acceptable to the City Attorney, and must include the contract award elate. 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 bid 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 bid submitted as a guarantee that bidder will enter into a. contract and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. 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. It shall be each bidder's sole responsibility to inspect the site of the work and to inform himself 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. There will be a non -mandatory pre -bid conference March 10, 2010 at 10:00 A.M. in the Purchasing Conference Room 204,1625-131h Street, Lubbock, Texas. Bidders may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405 or at www.thereproductioncompany.com. ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770. Deposit Checks shall be made PAYABLE TO THE CITY OF LUBBOCK, and will be refunded if documents are returned in good condition within Sixty (60) days after the opening of bids. Additional sets of plans and specifications may be obtained at the bidder's expense. 6 L 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 of the City of Lubbock, which document is specifically referred to in this Notice to -r Bidders. Each bidder's attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises shall 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. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid openings are available to all persons regardless of disability. If you require special assistance, please contact the PURCHASING AND CONTRACT MANAGEMENT at (806) 775-2171 or write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK ireUX ortA SENIOR BUYER I GENERAL INSTRUCTIONS TO BIDDERS u GENERAL INSTRUCTIONS TO BIDDERS F L 3 I BID DELWERY TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish ITB 10-064-FO Micro - Surfacing at Various Sites per the attached specifications and contract documents. Sealed bids will be received no later than 3:00 p.m. March 18, 2010 at the office listed below. Any bid received after the date and hour specified will be rejected and returned unopened to the bidder. Each bid and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "10-06440 Micro -Surfacing at Various Sites " and the bid opening date and time. Bidders must also include their company name and address on the outside of the envelope or container. Bids must be addressed to: Marta Alvarez, Purchasing Manager City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the PURCHASING AND CONTRACT MANAGEMENT. 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. 1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS. 1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an addendum. PRE -BID MEETING 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 at March 10, 2010 at 10:00 A.M. in the Purchasing Conference Room 204, 1625-13th Street, Lubbock, Texas. 2.1 All persons attending the meeting will be asked to identify themselves and the prospective bidder they represent. 2.2 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 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over the Internet at www.bidsync.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNE, T ACCESS may use computers available at most public libraries. 3.2 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 www.bidsync.com and will become part of the bid package having the same binding effect as provisions of the original ITB. NO VERBAL EXPLANATIONS OR 9 l' 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 a Contract Management Office no later than five (5) calendar days before the bid closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any 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. 3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 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. 4.2 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. 4.3 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 Officer 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 Officer 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 opening of bids. BID PREPARATION COSTS 5.1 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. 5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder. 6 TRADE SECRETS. CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 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. 6.2 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 j 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. 10 ! f_. Q2j i.. 3 6.3 Marking your entire bid CON FIDENTIAUPROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES, PERMITS TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may be required to pay. ,8 UTILIZATION OF LOCAL BUSINESS RESOURCES 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. 9 CONFLICT OF INTEREST 9.1 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. 9.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered, t 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. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All 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. 1 I PLANS FOR USE BY BIDDERS 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. l 2 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 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 Officer if any language, re uirements, 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. 12.2 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS INVITATION TO BID TB MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE 5 CALENDAR (ITB) ( } DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO: Felix Orta, Senior Buyer City of Lubbock Purchasing and Contract Management L 1625 13t" Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 t Email: forta@mylubbock.us 11 1 13 14 IN 16 Bidsync: www.bidsync.com r TIME AND ORDER FOR COMPLETION 13.1 The patching process covered by the contract documents shall be fully completed within 110 (ONE HUNDRED AND TEN) CALENDER DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project witliin the time specified. PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. AFFIDAVITS OF BILLS PAID t 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. MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate } the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub- contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 12 4... 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. ] 8 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to ten;sefs 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. 119 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) 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. (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. 20 TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures 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. BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23 EXPLOSIVES 23.1 The use of explosives will not be permitted 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 13 r� s' r-� 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 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 (I0) 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 A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AND ADDITIONAL INSUREDS. 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. THE ADDITIONAL INSURED ENDORESEMENT SHALL INCLUDE PRODUCTS AND COMPLETED OPERATIONS.. 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: 14 k ' 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 lie has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on weekends 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 weekends or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS m? 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 engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem ri' wages included in these contract documents. 28 PROVISIONS CONCERNING ESCALATION CLAUSES 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. All blank spaces in the form shall be correctly filled in and the bidder shall state the price both in words and 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 price written in words and the price written in figures, the price written in words shall govern. 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. The bid shall be executed in ink. 29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and i endorsed on the outside of the envelope in the following manner; 15 30 31 29.3.1 Bidder's name: 29.3.2 Bid for ITB 10-064-FO Micro -Surfacing at Various Sites 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. 29.5 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. BOUND COPY OF CONTRACT DOCUMENTS 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. 0) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. QUALIFICATIONS OF BIDDERS 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) Tile 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. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors 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. 16 32 BID AWARD 32.1 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 F` Items —I through l 7 plus the sum of any Alternate Bids or Options the City may select. 32.2 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. 32.3 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. 32.4 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. 32.5 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. 32.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR l PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS INVITATION TO BID. `33 ANTI -LOBBYING PROVISION 1 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. 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. 17 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 wluch the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. 34.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to and in accordance with the Texas Government Code, Section 2258.022. Bidders may access the U. S. Department of Labor web site at the following web address to obtain the rates to be used in Lubbock County: llup://www.gpo.gov/davisbacon/allstates.htnil 34.4 It shall be the responsibility of the successful bidder to obtain the proper wage rates from the web site for the type of work defined in the bid specifications. 34.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. -a 18 BID SUBMITTAL FORM BID SUBMITTAL FORM UNIT PRICE BID CONTRACT DATE: 3 / 18 / 10 PROJECT NUMBER: ITB 10-064-FO Micro -Surfacing at Various Sites Bid of INTERMOUNTAIN SLURRY SEAL, INC. (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: --'fhe Bidder; m co- mphance wiilPyourr-Irev>�tion To Bid for tl-ie cons�uetion of-� Micro=Surfacing-at Various -Siteg--- 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 below. Lh The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. (Payment will be for actual quantities constructed) BASE BID: Item Units and Item Unit Total No. Ouantity Description Price Amount 1. 934,000 SY Micro -Surfacing CSS-1P in accordance with TxDOT Specifications Item # 350, including labor and equipment. TOTAL ITEM 1: Two Dollars and Thirty Four Cents $ 2.34 BSI,( 2,185, 560.00 � (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 2. 6,000 EA Paint stripe tabs for all streets requiring lane line repainting, including labor, equipment, preparation of existing surface, etc. TOTAL ITEM 2: Thirty Eight Cents $ .38 /EA( 2,280.00 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 3. 920 LF 24" Surface preparation on concrete materials including grinding, sealing, pre -marking, elimination of existing markings, and installation complete and in place. TOTAL ITEM 3: Ten Dollars and Fifty Cents $ 10. 50 ILF( 9, 660. 00 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shell govern) 20 Bidder's Initials i Item Units and Item Unit Total No. Ouantity Description Price Amount 4. 1550 LF 8" Surface preparation on concrete materials including grinding, sealing, pre -marking, elimination of existing markings, and installation complete and in place TOTAL ITEM 4: Three Dollars and Fifty Cents $ 3.50 /LF( 5,425.00 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 5. 2,275 LF Type I Thermoplastic pavement marking .125 Mil 24" white stop line (TxDOT DMS 8220). Including labor, equipment, and preparation of existing surface. Complete and in place. TOTAL ITEM 5: Ten Dollars and Fifty Cents $10.50 /LF( 23, 887.50 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 6. 3,900 LF Type I Thermoplastic pavement marking .125 Mil 24" white continental crosswalk (TxDOT DMS 8220). Including labor, equipment, and preparation of existing surface. Complete and in place. TOTAL ITEM 6: Ten Dollars and Fifty Cents $ 10.50 /LF( 40, 950.00 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 7. 2,275 EA Type II A -A raised pavement marker (TxDOT DMS 8240). Including labor, equipment, and preparation of existing surface, and installation. Complete and in place. TOTAL ITEM 7: Three Dollars $ 3.00 /EA( 6,825.00 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 8. 670 EA Type II W-R raised pavement marker (TxDOT DMS 8240). Including labor, equipment, and preparation of existing surface, and installation. Complete and in place. TOTAL ITEM 8: Three Dollars $ 3 , 00 /EA( 2,010.00 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 9. 1850 EA Type I W-C raised pavement marker (TxDOT DMS 8240). Including labor, equipment, and preparation of existing surface, and installation. Complete and in place. TOTAL ITEM 9: Three Dollars $ 3.00 /EA( 5,550.00 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 10. 105 EA Type II 6" ceramic A -A RPM pavement marker (TxDOT DMS 8240). Including labor, equipment, and preparation of existing surface, and installation. Complete and in place. TOTAL ITEM 10: Sixteen Dollars $ 16.00 /EA( 1,680.00 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) ,o- Bidder's Initials 21 Item Units and Item Unit Total No. Ouantity Description Price Amount 11. 110 EA Type 16" ceramic W-C RPM pavement marker (TxDOT DMS 8240). Including labor, equipment, and preparation of existing surface, and installation. Complete and in place. TOTAL ITEM 11: Sixt Pn nol1nrg $ 16�80 /EA( 1T76() an l (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 12. 75 EA Thermoplastic pavement marking Right or Left turn arrow (TxDOT DMS 8220). Including labor, equipment, and preparation of existing surface. Complete and in place. TOTAL ITEM 12: One Hundred Twenty Five Dollars $ 125.00 /EA( 9,375.00 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 13. 73,900 LF 4" Thermoplastic lane line elimination. Including labor, equipment, and all tools necessary to remove thermoplastic markings. TOTAL ITEM 13: Sixty Cents $ .60 /LF( 44, 340.00 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 14. 4,350 LF 8" Thermoplastic lane line elimination. Including labor, equipment, and all tools necessary to remove thermoplastic markings. TOTAL ITEM 14: One Dollar and Twenty Cents $ 1.20 /LF( 5,220.00 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 15. 4,400 LF 24" Thermoplastic lane line elimination. Including labor, equipment, and all tools necessary to remove thermoplastic markings. TOTAL ITEM 15: Three Dollars and Sixty Cents $ 3.60 /LF( 15.840.00 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 16. 36 EA Thermoplastic turn arrow elimination. Including labor, equipment, and all tools necessary to remove thermoplastic markings. TOTAL ITEM 16: Seventy Five Dollars $ 75.00 /EA( 2,700.00 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 17. 3,550 EA Raised Pavement Marking elimination Including labor, equipment, and all tools necessary to remove Raised Pavement Markings. TOTAL ITEM 17: Fifty Cents $ .50 /EA( 1,775.00 ) (Unit Price Amounts shall he shown in both words and numerals In case of discrepancy, the amount shown in words shall govem.) *0 Bidder's Initials 22 ADDITIVE OPTION 1. Item Units and Item Unit Total No. Quantity Description Price Amount Al. 127,550 SY Micro -Surfacing CSS-1P in accordance with TxDOT Specifications Item # 350, including labor and equipment. TOTAL ITEM Al: Two Dollars and Thirty Cents $ 2.30 /SY( 293, 365.00 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) A2. 600 EA Paint stripe tabs for all streets requiring lane line repainting, including labor, equipment, preparation of existing surface, etc. TOTAL ITEM A2: Thirty Eight Cents $ .38 /BA( 228.00 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) A3. 315 EA Type II A -A raised pavement marker (TxDOT DMS 8240). Including labor, equipment, and preparation of existing surface, and installation. Complete and in place. TOTAL ITEM A3: Three Dollars and Fifty Cents $ 3.50 /EA( 1,102.50 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) A4. 4 EA Thermoplastic pavement marking Right or Left turn arrow (TxDOT DMS 8220). Including labor, equipment, and preparation of existing surface. Complete and in place. TOTAL ITEM A4: One Hundred Twenty Five Dollars $ 125.00 /EA( 500. 00 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) A5. 4,100 LF 4" Thermoplastic lane line elimination. Including labor, equipment, and all tools necessary to remove thermoplastic markings. TOTAL ITEM A5: Sixty Cents $ .60 /LF( 2, 460.00 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) A6. 350 LF 8" Thermoplastic lane line elimination. Including labor, equipment, and all tools necessary to remove thermoplastic markings. TOTAL ITEM A6: One Dollar and Twenty Cents $ 1.20 /LF( 420.00 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) _e AT 275 EA Raised Pavement Marking elimination Including labor, equipment, and all tools necessary to remove Raised Pavement Markings. I TOTAL ITEM A7: Fifty Cents $ . 50 /EA( 137.50 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 23 1C Bidder's Initials ADDITIVE OPTION 2. 1 Item Units and Item Unit Total No. Quantity Description Price Amount B1. 327,000 SY Micro -Surfacing CSS-1P in accordance with TxDOT Specifications Item # 350, including labor and equipment. TOTAL ITEM B1: Two Dollars and Thirty Cents 2.30 �SZ'(- 752,10000 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) B2. 300 EA Paint stripe tabs for all streets requiring lane line repainting, including labor, equipment, preparation of existing surface, etc. TOTAL ITEM 132: Thirty Eight Cents $ .38 /EA( 114.00 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) B3. 220 LF Type I Thermoplastic pavement marking .125 Mil 24" white stop line (TxDOT DMS 8220). Including labor, equipment, and preparation of existing surface. Complete and in place. TOTAL ITEM B3: Ten Dollars and Fifty Cents $ 10.50 �F( 2,310.00 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) B4. 375 LF Type I Thermoplastic pavement marking .125 Mil 24" white continental crosswalk (TxDOT DMS 8220). Including labor, equipment, and preparation of existing surface. Complete and in place. TOTAL ITEM 134: Ten Dollars and Fifty Cents $ 10.50 ILR 3,937. 50 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) B5. 2,275 EA Type II A -A raised pavement marker (TxDOT DMS 8240). Including labor, equipment, and preparation of existing surface, and installation. Complete and in place. TOTAL ITEM 135: Three Dollars $ 3.00 /EAR 6, 825. 00 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) B6. 270 EA Type II W-R raised pavement marker (TxDOT DMS 8240). Including labor, equipment, and preparation of existing surface, and installation. Complete and in place. TOTAL ITEM 136: Three Dollars $ 3. 00 /EA( 810.00 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) B7. 270 EA Type II 6" ceramic A -A RPM pavement marker (TxDOT DMS 8240). Including labor, equipment, and preparation of existing surface, and installation. Complete and in place. TOTAL ITEM 137: Sixteen Dollars $ 16.00 /EA( 4,320.00 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidder's Initials 24 Item Units and Item Unit Total No. Quantity Description Price Amount B8. 5 EA Thermoplastic pavement marling Right or Left turn arrow (TxDOT DMS 8220). Including labor, equipment, and preparation of existing surface. Complete and in place. TOTAL ITEM B8: One Hundred Twenty Five Dollars $ 125.O& 625.00 1 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) B9. 8,750 LF 4" Thermoplastic lane line elimination. Including labor, equipment, and all tools necessary to remove thermoplastic markings. t TOTAL ITEM 119: Sixty Cents $ .60 /LF( 5, 250. 00 ) --------.--(Unit-Price-Amounts-shall-be-shown-in-both.words-and•numerals-In-caseof-dsorepancy.-the-amount-shown-in-words-shall-govern.)-------_-.-.._.------.-_.._-------.----.-. B10. 300 LF 8" Thermoplastic lane line elimination. Including labor, equipment, and all tools necessary to remove thermoplastic markings. TOTAL ITEM B10: Sixty Cents $ - .60 ag( 180.00 ) (Unit Price Amounts shall be shown in both words and numerals. In can of discrepancy, the amount shown in words shall govern.) B11. 575 L.F. 24" Thermoplastic lane line elimination. Including labor, equipment, and all tools necessary to. remove thermoplastic markings. TOTAL ITEM B11: Two Dollars and Sixty Cents $ 2. 60 /LF( 1, 495. 00 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) TOTAL BASE BID, PAVEMENT ITEMS 1-17 TOTAL BID Two Million Three Hundred Sixty Four Thousand ITEMS 1-17: Eight Hundred Thirty Seven Dollars and Fifty Cent 2,364,837.50 (Unit Price Amounts shall be shown in both words and numerals. In cave of discrepancy, the amount shown in words shall govern) TOTAL ADDITIVE OPTION 1, Al thru A7 TOTAL BID Two Hundred Ninety Eight Thousand ITEMS #Al thru AT Hundred Thirteen:: -Dollars : _ $ 298, 213.00 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) TOTAL ADDITIVE OPTION 2, Bl thru B11 TOTAL BID Seven Hundred Seventy Seven Thousand ITEMS #B1 thru B11: Nine Hundred Sixty Six Dollars and Fifty Cents 777, 966.50 (Unit Price Amounts shall be shown in both words and numerals. In cave of discrepancy, the amount shown in words shall govern.) INTERMOUNTAIN SLURRY SEAL, INC. AUTHO ZED SIGNATURE GARY R. PRICE, PRESIDENT 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. Time for completion is 110(ONE HUNDRED AND TEN) CALENDER DAYS and the liquidated damages amount is $ 1,000 (ONE THOUSAND) each CALENDER DAY. Liquidated damages is the -3 reasonable amount of anticipated or actual damages for each day the completion of work is delayed, generally not enforceable under Texas common law if damages are intended to serve as a penalty or are far in excess of the amount of damages that may be reasonably forecast. The basis for liquidated damages of $1,000 per day is Project Manager $18.75/hr, Inspector (2) $14.86/hr, and Vehicle (3) $7.47/hr for 12 firs and 35% overhead at $92/day to pay employee benefits. Contractors are required under Texas Local Government Code § 252.044 to provide in the full amount of the -' contract price payment bonds for public works contracts more than $50,000 and performance bonds for public- works contracts more than $100,000, and the City withholds 5% of each progress payment as security for completion of the project. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. Aap _ Bidder's Initials 26 Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid Bond in the sum off ive percent of bid amountDollars ($5of bic), 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 ten (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(a), 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 NIADE--ON�THE-BID-S[TBI MAD FORMPRTOR TO BID OPENING. (Seal if Bidder is a Corporation) ATTEST:i Secretary \ ANANYA MUKHERJEE, ASSISTANT SECRETARY Bidder acknowledges receipt of the following addenda: Addenda No. I Date 3 ib ZOO Addenda No. 2. Date 3 o zo i o Addenda No. Date Addenda No. Date Authorizkd Signature GARY R. PRICE PRESIDENT (Printed or Typed Name) INTERMOUNTAIN SLURRY SEAL, INC. Company 585 W. BEACH STREET Address WATSONVILLE SANTA CRUZ City, County CA 95076 State Zip Code Telephone: 8 31 - 7 2 4 -1011 Fax: 831 - 768-4021 Email: FEDERAL TAX ID or SOCIAL SECURITY No. 87-0307259 M/WBE Firm: woman Black American Native American Hispanic American Asian Pacific American Other (Spec 27 oauBe CHUBB GROUP OF INSURANCE COMPANIES Surety Department, 15 Mountain View Road, P.O. Box 1615, Warren, NJ 07061.1615 Phone: (908) 903-3485 • Facsimile: (908) 903-3656 FEDERAL INSURANCE COMPANY BID BOND Bond No. NIA Amount $ Know All Men By These Presents, That we, INTERMOUNTAIN SLURRY SEAL, INC. (hereinafter called the Principal), as Principal, and the FEDERAL INSURANCE COMPANY, Warren, New Jersey, a corporation duty organized under the laws of the State of Indiana, (hereinafter called the Surety), as Surety, are held and firmly bound unto CITY OF LUBBOCK (hereinafter called the Obligee), In the sum of Five Percent (5%) of Bid Amount Dollars ($ 5% of Bid Amount------ ), for the payment of which we, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Sealed with our seals and dated this 03/15/10 WHEREAS, the Principal has submitted a bid, dated MARCH 18, 2010 for CITY OF LUBBOCK MICRO -SURFACING AT VARIOUS SITES NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that If the Obligee shall accept the bid of the Principal and the Principal shall enter Into a contract with the Obligee in accordance with such bid and give bond with good and sufficient surety for the faithful performance of such contract, or in the event of the failure of the Principal to enter into such contract and give such bond, If the Principal shall pay to the Obligee the difference, not to exceed the penalty hereof, between the amount specified In said bid and the amount for which the Obligee may legally contract with another party to perform the work covered by said bid, If the latter amount be In excess of the former, then this obligation shall be null and void, otherwise to remain in full force and effect. INTERMOUNTAIN SLURRY SEAL, INC. rinc ipal By: c nc GARY R. PRICE, PRESIDENT FEDERALINSURANC COM ANY RV. I 1It � Kathleen Schreckengost, Attorney-inct 1 Form 15-02-0002 OW. 11.99) - • -NIA ALL-PURPOSE ACKNOWLEDGMENT ..c�Mh y .AWvssA State of California County of Santa Cruz On 03/15/10 Date before me, Vanda Funk, Notary Public , Here Insen Name OM We of the r personally appeared Kathleen Schreckengost, Attorney -in -Fact erm e o VANDA FUNK Commission # 1 790252 Notary Public - California Santa Cruz County My Comm. Expires Feb 1, 2012 who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Ware subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph Is true and correct. WITNESSUmyhanand official seal Place Notary Seel Above Signature ` t�ynanx ro,y Publb OPTIONAL `3 �� Vanda Funk, Notary Public Though the Information below is not required by law, It may prove valuable to persons rvlying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than.Named Above: Capaclty(les) Claimed by Signer(s) Number of Pages: Signer's Name: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer — TIUe(s): ❑ Corporate Offlcer — Tltle(s): ❑ Partner — ❑ Limited ❑ General [IPartner — ❑ Limited ❑ General ❑ Attorney In Fact _ , • - ❑ Attorney In Fact ❑ Trustee Tap of thumb here ❑ Trustee Top of thumb here ❑ Guardian or Conservator ❑ Guardian or Conservator ❑ Other: _. ❑ Other: Signer Is Representing: Signer Is Representing: 02007NadonalNotary Association •0350DoSMAve.,P.O.Box2402•ChalaavAh,CAB1313.2402•wWNetlonallotaryorp tleme0907 Reorder.Ca6Tb&Freet400-878-627 I IcChubb POWER Federal Insurance Company Attn: Surety Department Surety OF Vigilant Insurance Company 15 Mountain View Road ATTORNEY Pacific Indemnity Company Warren, NJ 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Jigisha Desai, John Gilliland, Cynthia P. Johnson, Kathleen Schreckengost, Ananya Mukherjee and Eve Perez of Watsonville, California----------------- ----- __�_ each as their true and lawful Attorney- in- Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business on behalf i in connection with bids, proposals or contracts to or with the United States of America, any State or political subdivision thereof or any person, firm or corporation. And the execution of such bond or obligation by such Attomey- In- Fact in the Company's name and on its behalf as surety thereon or otherwise, under its corporate seal, in pursuance of the authority hereby conferred shall, upon delivery thereof, be valid and binding upon the Company. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VI%ANT INSURANCE COMPANY and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seats on this 17 day of December, 2609 enneth C. Wendel, Assistant Secretary �Norrils, e P enl STATE OF NEW JERSEY as. County of Somerset On this. I7th day of December, 2009 before me, a NotaryPublic of New Jersey, y personally came Kenneth C. Wendel, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which exacutgd the foregoing Power of Attorney, and the said Kenneth C. Wendel, being by me duly swom, did depose and say that he is Assistant Secretary of FEDERAL INSIJ,NCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such Corporate seals and were thereto affixed by authority of the By- Laws of said Companies; and that he signed said Power of Attorney as Assistant Secretary of saki Companies by like authority; and that he is acquainted with David B. Norris, Jr., and knows him to be Vice President of said Companies; end that the signature of David B. Norris, Jr., subscribed to said Power of Attorney is In the genuine handwriting of David B. Norris, Jr., and was thereto _.f subscribed by authority of said By- Laws and in deponent's presence. Notarial Se STEPHEN ill. i1lMW B. Notl» y Pdit Shft at NOW JKW ` Na 2321W N40TA R), 'Conuttiseion EVinss OCL 21L 2014 PUBL.\C'��. 1 Notary Public ' JE CERTIFICATION Extract from the By- Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: powers of attorney for and on behalf of the Company may and shall be executed In the name and on behalf of the Company, either by ,.. i the Chairman or the President or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the following officers: Chairman. President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary and the seel of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys- in. Fad for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or lacaimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached' I, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the "Companies') do hereby certify that (i) the foregoing extract of the By- Laws of the Companies Is true and correct, (ii) the Companies are duty licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S. Treasury Department; further, Federal and Vigilant are licensed in Puerto Rico and the U,S. Virgin Islands, and Federal is licensed in American Samoa, Guam, and each of the Provinces of Canada except Prince Edward Island; and OH) the foregoing Power of Attorney is true, correct and In full force and effect. Given under my hand and seals of said Companies at Warren, NJ this 03/15/10 �N THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE nNTAt'T US AT ADDRESS LISTED ABOVE. OR BY Teleohone (908) 903- 3493 Fax (908) 903- 3656 e-mail: surety@ chubb.com Form 15- t 0- Ot 54B- U (Rev.tO-02)CORP CONSENT CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Bidder and Agent Must be submitted with Bid I, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by me with the below identified 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. Contra for (Original Signature) -GARY_..R..__.PRI.C.E_,._.PRES— DENT.__.w__..� Contractor (Print) CONTRACTOR'S FIRM NAME: INTERMOUNTAIN SLURRY SEAL, INC. (Print or Type) CONTRACTOR'S FIRM ADDRESS: 585 W. BEACH STREET WATSONVILLE, CA 95076 (A"meogentB ok r: M herry & Hudson roker (Signa erine Gustayson Address ofAgentBroker: 575 Auto Center Drive City/State/Zip. Watsonville, CA 95076 Agent/Broker Telephone Number: ( 831 Date: 3-12-10 ) 724-3841 NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this bid and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Purchasing and Contract Management Officer for the City of Lubbock at (806) 775-2163. ITB 10-064-FO Micro -Surfacing at Various Sites 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 bids 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 bidder prior to awarding bids on City contracts. The definition and criteria for determining the safety record of a bidder for this consideration shall be: The City of Lubbock shall consider the safety record of the bidders 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 bidder for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the bidder and his or her ability to perform the services or goods required by the bid documents in a safe environment, both for the workers and other employees of bidder and the citizens of the City of Lubbock. In order to obtain proper information from bidders so that City of Lubbock may consider the safety records of potential contractors prior to awarding bids on City contracts, City of Lubbock requires that bidders answer the following three (3) questions and submit them with their bids: QUESTION ONE Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, 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 bidder has indicated YES for question number one above, the bidder must provide to City of Lubbock, with its bid 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. AO _ Bidder's Initials 29 UESTION TWO Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, 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. 1 YES X NO If the bidder has indicated YES for question number two above, the bidder must provide to City of Lubbock, with its bid 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. SEE APPENDIX A2 QUESTION THREE Has the bidder, or the firm, corporation, partnership, or institution represented by bidder, 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 bidder has indicated YES for question number three above, the bidder must provide to City of Lubbock, with its bid 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. 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 shall be investigated, with my full permission, and that any misrepresentations or omissions may cause my bid to be rejected. Signature GAY R. PRICE PRESIDENT Title 30 j ............... .... . . Appendix A2 - L- -- , -- _- I- - --- Granite Construction et al Environmental Violations 5 years 3/15105-3/15110 City of Lubbock July 18, 2005 GCCO — ,-- - - - - CA NOV Pollution Control permit-- -�—r- - - -- - None issued- -- - - r - P Agency July 27, 2005 JV HCD JV, Santa Ana CA NOV South Coast Trackout from construction site Included in Jan. 20, Corrected AQMD 2006 settlement Southern California, Lake County Failure to vent all tank, reactor, August 17, 2005 GCCO Kiethty Plant NOV AW and blender faculty volatile None Corrected P emissions to coder/condenser August 18, 2005 GCCO SO. CAL-Jiminez Plant NOV imperial County Exceeded the opacity of 20% in a None Corrected P APCD three minute time period Submit permit application, fuel August 18, 2D05 GCCO So. CAL-Jiminez Plant NOV Imperial County consumption and proof of None Corrected P APCD residency for PERP generators onsite Violation of Pima Pima County Failed to put the estimated flow Resubmitted Self September 21 2005 SeP , GCCO Tucson Main Office Shop County Code, Wastewater in Gallons Per Day on the self None monitoring report with Tile 13, Chapter Management monitoring report, estimatedflow data 36 Department Obtain permit + October 19, 2D05 Dnert Ads 167814 - Bishop Concrete NOV Great Basin APCD Failed to obtain a permit before pay fine (to be Obtained permit P Plant adding a baghouse to the plant determined - $500?) October 20, 2005 JV HCD JV, Santa Ana CA NOV South Coast Caused a nuisance Included in Jan. 20, Corrected' AQtAD 2006 settlement October 26, 2005aily Sacramento, CA Bradshaw NOVNOVAQMD inspections of gas tanks not None Conducted employee P GCCO being done. training. Improper management of Hired subcontractor to Ocher 31, 2005 Sacramento, CA NOyA QMD asbestos cement pipe (ACP). $27,060 handle and dispose of GCCO Pity November 7, 2005 Southern California NOV Department of Failure to adequately revegetate None Revegetate degraded P GCCO Region, Garnet Facility Conservation degraded berm berm Appendix A2 Granite Construction et al Environmental Violations 5 years 3/15/05-3/15/10 City of Lubbock Pima County Failure to obtain an Air Quality None at this time. December 6, 2005 Arizona - Construction NOV Department of Activity Permit for earthmoving, $3'300 Further information will (Job #217440) Environmental road construction, and trenching be forwarded when Quality (PDEQ) activities. available GCCO December 12, 2005 HCD - Lubbock TX - NOV USEPA Discharge of oil into Stream $500 Procedures implemented Granite Only Segment and adjoining shorelines to prevent oil spills GCCO Construction group December 16, 2005 GCCO Arizona Water Citation/ City of Tucson, Withdrawing water from fire $1 000 immediately obtained Invalid Permit Tucson Water hydrant w/expired permit permit for their activities Sacramento Running sweeper by January 3, 2006 GCCO Sacramento, CA NOV County, Water Track out at Vineyard after big None entrance, put morerock P Bradshaw: Vineyard I site Protection storm event and flooding down at entrance Division January 20, 2006 iv HCD JV, Santa Ana CA NOV South Coast Visible emissions exceeded $10,000 Deficiencies noted were AQMD permitted limits corrected. April 24, 2006 Northern California NOV Placer County Fugitive Dust from Construction $500 Corrected GCCO APCD Project May 3, 2006 No. Calif - Arcata Asphalt NOV North Coast Dust emission exceeded $0 Faulty equipment P GCCO AQMD permitted limits May 22, 2006 Utah NOV Division of Air Visual emissions observations $11,700 Corrected P GCCO Quality incomplete June 25, 2006 Arizona - Babacomari NOV Arizona DEQ Opacity exceeded permitted $0 Baghouse will replace GCCO Ranch limits wet scrubber Construction/plants August 9, 2006 Sacramento-Capay NOV Yolo-Solano Failure to notify district of $100 group notified about P GCCO AQMD portable equipment rules regarding rentals August 18, 2006 Santa Barbara, CA Bee NOV Santa Barbara Exceeded operating hours $0 Corrected P GCCO Rock Facility APCD Entrance skit and side August 21, 2006 Bakersfield -Arvin NOV San Joaquin APCD Visual Emissions opacity $3,600 panels need to be P exceeded permitted limits installed on one of the 3 GCCO sib's August 21, 2006 Santa Barbara Ops NOV CA. Fish ft Game Violation of Streambed Alteration $2,500 Corrected GCCO Agreement September 12, 2006 No. Calif - Hwy 149 Notice of Non Butte County Fugitive dust cloud crossing $1,970 Corrected GCCO Compliance AQMD freeway October 11, 2006 GCCO Sacramento, CA - Oroville Notice of Non Butte County Operating without a permit $480 Submission of paperwork 0 Compliance AQMD for Air permits Appendix A2 Granite Construction et al Environmental Violations 5 years 3/15/05-3115110 City of Lubbock October 20, 2006 iv HCD JV, US-20 Oregon Consent Oregon Department of Unpermitted fill in waters of the None Corrected Agreement State lands state,< Jobsite failed to initialize Tucson, AZ Saguaro stabilization within 14 days$0 November 13, 2006 Gcco Springs Main NOV Arizona DEQ where construction activities Corrected Infrastructure ceased Tucson, AZ Saguaro December 29, 2006 GCCO Springs Main NOV Pima County DEQ Current air permit not on jobsite $0 Corrected Infrastructure: South Florida January 3, 2007 GCCO GE -Florida US-1 Jewfish NOV Water Violation of State Water Quality $19,700 Corrected Creek Phase Management Standards District (1) Failure to treat elevated pH, Branch: Everett Washington (2) Discharging elevated pH to February 16, 2007 WILDER Jobsite: Tolt River Bridge, NOV Department odf surface water, and (3) Failure to $6,000 Corrected Carnation, WA Ecology maintain BMP's May 14, 2007 GCCO Little Rock Facility- NOV Antelope Valley Silo in opacity violation $600 Corrected P Bakersfield APCD Operating without a permit. May 23, 2007 Gcco Sacramento, CA - NOV Sacramento Failure to apply for a $2,610 Authority to Construct p Bradshaw AQMD modification of equipment (3 submitted in june rock crushers) Faiture to maintain Sonic Dry Fog May 23, 2007 GCCO Sacramento CA - NOV Sacramento Dust Supression System on $2,610 p Bradshaw AQMD Conveyor #21 Corrected Freeman Quarry, CA- County of Santa Disturbances found outside of theOrder to Comply Submitted reclamation June 27, 2007 GCCO Monterey Bay NOV Clara Reclamation Plan boundary (fill Letter issued plan amendment p placed by prior quarry operator) application While emission testing it was Made immediate July 9, 2007 GCCO Bakersfield, CA -James NOV San Joaquin APCD found that NOx was not in $0 corrections to the HMA. p Road HMA compliance Tested to be within permit emissions Appendix A2 Granite Construction et al Environmental Violations 5 years 3/15/05-3/15/10 City of Lubbock Contacted ADEQ- plant The Permittee shall schedule has not produced enough performance tests for particulate material to perform test. July 10, 2007 GCCO Babacomari Ranch Facility NOV Arizona DEQ matter and opacity on the drum $0 ADEQ requested a letter P Arizona dryer stack within 180 days of stating when the test issuance of the Authorized to can be conducted, will Operate remove the NOV from file. NOV closed as of Nov 30, 2007. (3) CARB/PERP registered Replacement stickers engines: Permit documents not were obtained and July to, zoo? Iss ISS-No. California Nevada NOV Placer County kept with equipment and $1,500 replacement permit Branch APCD registration stickers not attached books were reproduced and provided for all to engines equipment. Five Bridges Facility - Excess emissions (50%) from time July 20, 2007 Desert Aggs Bishp, CA Desert NOV Great Basin APCD silo vent $500 Corrected P Aggregate Oregon Additional storm water Department of $48,000 (plus August 29, zoo7 g iv HCD JV, US-20 Or Oregon NOV Environmental Erosion and sediment control $192,000 SEP) management systems constructed Quality August 30, zoo7 GCCO Portable Plant- NOV Imperial County Not following permit $500 Corrected P Sacramento Valley Branch APCD requirements about notifications Stopped discharge to the Addition of a pollutant to a river and developed BMP September 26, 2007 GCCO Arizona Branch -Tucson NOV ADEQ navigable waters from a point $0 for this type of Origins Heritage Park source without a permit operation. NOV closed as of Nov 28, 2007. Florida September 28, 2007 GCCO GE -Florida Consent Order Department of Improper management of used $1,500 Corrected Environmental filters Protection State of Violation of the terms of October z, 2007 WILDER GNW-dba Wilder Notice of Penalty Washington Construction General Stormwater $12,000 Corrected Construction Department of Permit No. WAR008742 Ecology Florida October 11, 2007 GCCO GE -Florida Consent Order Department of Improper disposal of oil filters. $1,500 Corrected Environmental Protection Appendix A2 October 12, 2007 Granite Constriction at al Environmental Violations 5 years 3/15105-3/15110 City of Lubbock NO[ was filed with SWRCB in 8/06Neither a N01 or Annual Corrected. This was an . State Water administrative deviation. Stockton Branch NOV Fee was filed or paid by 8/30/07. $521 O Board The N01 was finally received 2 Water quality was not affected by this action. dayslate. November 5, 2007 GCCO Ridgecrest Facility, NOV Kern County AirFailure Pollution Control to comply with Rule 427, $2,250 Corrected P Bakersfield District source test engines November 30, 2007 GCCO Arizona Branch -Portable NOV ADEQ Failure to conduct performance $0 Corrected P Plants 2 rt 3 test (stack test) on hot plant PERP registration is not valid for Applied for stationary operation of an engine that source permits. Also powers an equipment unit that upgraded engine December 13, 2007 GCCO Jiminez Site -So. California NOV Imperial County has been determined by this Air $20,000 & $31,000 technology to include P �D Resources Board to qualify as diesel particulate fitter part of a stationary source and a selective permitted by the district #112167 catalyctic reduction unit. Mendocino County Air Burn Permit violation -"Burning December 15, 2007 Quality vegetation othan than grown on $700 North Coast Area - Management the property where the fire was GCCO Branscomb Road Project NOV District set." None required. Code January 29, Thousand Palau property- Enforcement Unpermitted land use -Illegal Visited the property and 2008 GCCO So. California NOV Department- County of business None advised the leaseholder to clean up the waste. O Riverside July 17, 2008 GCCO Pleasanton Asphalt I IBAAQMD NOx emissions exceeded permit pe $1,000 Recvd. Civil Penalty Ltr Ion p Facility, Bay Area Branch NOV limit 3-30-09. Appendix A2 Granite Construction et al Environmental Violations 5 years 3/15/05-3/15/10 City of Lubbock "24,2008 Jr.CC0 Exceeding visible emission. When facility is in July Ridgecrest Facility, Allowed asphalt plant stack from $750 operation perform Bakersfield Kenn County baghouse to exceed permitted weekly VE reads and NOV APCD visual emissions. document. Stopped -new- operator Ridgecrest Facility, Exceeding visible emission. immediatey. Operator July 24, 2008 GCCO Allowed primary crusher and $750 informed to see Bakersfield Kern County conveying system to exceed the supervisor for additional NOV APCD visual emissions limitations. training. Dust greater than 20% opacity for Ridgecrest Facility, more than (4) minutes (California July 24, 2008 GCCO Code of Regulations Title 13, $1,000 Operator informed to Bakersfield Kern County Aeticte 5, Section 2457, stop immediate NOV APCD subsection 3a. operations. Permit conditions were met and water system was restructered to July 24, 2008 Gcco Ridgecrest Facility, NOV Kern County Failure to have adequate water $1,250 supply water to the Bakersfield APCD for water spray system upper and tower pit area. Water sprays were added at all drop points and observed operational on August 8, 2008 by the environmental manager. Exceeded daily hourly September 4, 2008 Gcco Jiminez Site So. California NOV Imperial County Air permit violation for permit $o limit on generators APCD #3480A1 based on a quarterly report. City of Tucson- SWPPP controls not in October 10, 2008 Gcco City of Tucson- JOC NOV Development Fail to develop, implement, or $o working order. Grading g Project Services Storm comply with a SWPPP Permit is expired. water section - City of New York- Failure to Comply with Letter of Fine to be paid within January 13, 2009 GHE Amtrak Contract #C082- NOV Environmental Approval dated June 12, 2008 by $400 next 10 business days 83501 Control Board failing to submit chloride results from March 13, 2009. on a quarterly basis Appendix A2 Granite C.onstnxxion et at Environmental Violations 5 years 3/15105-3/15110 City of Lubbock The plant has not been Fail to conduct subsequent operational since July March 3, 2009 GCCO Babacomari Ranch Facility. NOV ADEQ performance tests on an annual $0 2008. ADEQ was notified P Arizona basis of the plant shut down in a Letter submitted in February 2009. City of Requested 155 to review September 14, 2009 Albuquerque -Env. Failure to update permit with $5,250 future permitting needs II Health Dept -Air appropriate equipment at the with Environmental ISS City of Albuquerque Job NOV Quality Division site location. Dept. Plant was shut down and bags were inspected for October 23, 2009 replacement. All five P Nevada -Portable Plant at 1 bags replaced and 80 Nightingale Nevada Bureau of Failure to comply with opacity operations continued the GCCO Construction project NOV Air Pollution limit $2,400 fe $1,200 next morning. State of November 23, 2009 Washington $37,500 + Replaced a baghouse. P Washington-Dallesport Department of Exceeded permitted production Economic Benefit Meeting with Dept. of GNW (Columbia River) NOV jEcology limits. Ecology to discuss. Oregon Tanker truck overturned and Worked with cleanup November 30, 2009 Department of spilled 3,000 gallons of asphalt oil $8,000 crews to properly clean Columbia River -McCord Environmental onto road and 1,000 gallons into and replenish areas of GNW Creek Spill NOV Quality creek. the creek. Appendix A2 SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANYNAME:INTERMOUNTAIN SLURRY SEAL, INC. FEDERAL TAX ID or SOCIAL SECURITY No. 8 7- 0 3 0 7 2 5 9 Signature of Company Official: 52&� �Z,4 Printed name of company official signing above: GARY R . PRICE, PRESIDENT Date Signed: 03 / 18 / 10 31 3 PROPOSED LIST OF SUB CONTRACTORS Minority Owned Company Name Location Services Provided �AtriC.CtOtC� i i 4ed Yes No i• Uxl I m (wesmns Rat r i-rnles GM) Lu bbocl2 TK &M}�tY�u to nay ❑ `�' 2. PdvLlnftd rouser 6usM Lam. bhnm, T� Pick up Bbuz ❑ d 3. ❑ ❑_ 4. ❑ ❑ 5. ❑ ❑ 6. ❑ ❑ 7. ❑ ❑ 8. ❑ ❑ 9. ❑ Cl 10. ❑ ❑ Al. ❑ ❑ 12. ❑ ❑ 13. ❑ Cl ,_14. ❑ ❑ -15. ❑ ❑ 16. ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB— CONTRACTORS WILL BE USED PLEASE INDICATE SO 32 I POST -CLOSING DOCUMENT REQUIREMENTS '- The below -listed document must be received in the Purchasing and Contract Management Office Not Later Than TWO BUSINESS DAYS after the close date when bids are due. FINAL LIST OF SUB -CONTRACTORS 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 146. FINAL LIST OF SUB -CONTRACTORS Company Name Location Services Provided Barricades Unlimited Lubbock,TX Pavement Markings Advanced Power Sweep Lubbock,TX Pick Up Broom Sweeping Minority Owned Yes No ❑ qx Cl ❑ ❑ ❑ Cl ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ Cl ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB— CONTRACTORS WILL BE USED PLEASE INDICATE SO 34 I Lill I PAYMENT BOND 1 35 ry.D Premium; i4c.luadd Aki Performance Bond r Bond Nos.: 8219-12-84 Federal 105400163 Travelers 08995887 F&D STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) *Intermountain Slurry Seal, Inc. KNOW ALL MEN BY THESE PRESENTS, that * (hereinafter called the Principal(s), as Principal(s), and Federal Insurance Company* (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Three Million Four Hundred** Dollars ($ 3, 441, 017 ) 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. **Forty One Thousand Seventeen and 00/100 WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 8th day of April, 2010,to commence and complete the construction of certain improvements described as follows: BID 10-064-FO Micro -Surfacing at Various Sites 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. I 1 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 ZGth day of April 2010. Federal Insurance Company* Surety *B (: it e) Catherine Gustayson, Attorney -in -Fact Intermountain Slurry Seal, Inc. (Company Name) By: Ananya Mukherjee (Printed Na e) (Signature) Vice President (Title) 36 The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Johnny Shropshire 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. Shropshire Agency 5812 66th Street Lubbock, TX 79424 (806) 763-7311 Approved as to form: City of Lu>bA Federal Insurance Company -- Surety * By: (Title) Catherine Gustayson Attorney -in -Fact By: —/ —y tA"--wu-- , City Attorney * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. *Travelers Casualty and Surety Company of America, Fidelity and Deposit Company of Maryland, Jointly and Severally Liable 37 �F y Policyholder Information Notice IMPORTANT NOTICE To obtain information or make a complaint: You may call Chubb's toll -free telephone number for information or to make a complaint at 1 800-36-CHUBB You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439 You may write the Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 FAX # (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. Form 99-10.0299 (Rev. 1-08) AVISO IMPORTANTE Para obtener informaci6n o para someter una queja: Usted puede llamar al ndmero de tel6fono gratis de Chubb's para informaci6n o para someter una queja al 1-800-36-CHUBS Puede comunicarse con el Departamento de Seguros de Texas para obtener informaci6n acerca de compaiifas, coberturas, derechos o quejas al 1-800-252 3439 Puede escribir al Departamento de Seguros de Texas P.O. Box 149104 Austin, TX 78714-9104 FAX # (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concemiente a su prima o a un reclamo, debe comunicarse con el agente primero. Si no se resueve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo pars prop6sito de informaci6n y no se convierte en parte o condici6n del documento adjunto. I I 1 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Santa Cruz On April 20, 2010 before me, Vanda Funk, Notary Public Date Here Insert Name and Title of the Officer personally appeared Catherine Gustayson, Attorney -in -Fact Name(s) of Signers) ` VANDA FUNK Commission # 1790252 Notary Public - California Z Santa Cruz County My Comm. Expires Feb 1, 2012 Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hd official seal. Signature n Signature of Notary Public Vanda Funk, Notary Public OPTIONAL z""('4 - Though the information below Is not required by law, It may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than.Named Above: Papacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): _ ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHT1HUMBPB1 OF SIGNER: Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited D General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: FiIGHTTHUMBP)iINZ OF3IGNER - ©2007NatlonalNotaryAssociation•9350DeSotoAug.,P.O.Box2402•Chalsnvnh,CA91313-2402•tnvw.NatlonWNotaryorg`ltamN5907 Reorder.Ca1l7dl-Freef40"76-(M7 I I Bond Nos.: 8219-12-84 Federal 105400163 Travelers 08995887 F&D Premium: $12,044.00 PERFORMANCE BOND STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) *Intermountain Slurry Seal, Inc. KNOW ALL MEN BY THESE PRESENTS, that * (hereinafter called the Principal(s), as Principal(s), and Federal Insurance Company* (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Three Million Four Hundred** Dollars ($ 3,441,017 ) 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. **Forty One Thousand Seventeen and 00/100 t " WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 8th day of April' 2010,to commence and complete the construction of certain improvements described as followsL BID 10-064-FO Micro -Surfacing at Various Sites 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 20th day of April , 2010. Federal Insurance Company* Surety * By: (Title) Catherine Gustayson, Attorney -in -Fact Intermountain Slurry Seal, Inc. (Company Name) By: Ananya Mukherjee _ (Printed N me) (Signs e) ^ Vice President (Title) 38 r 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 maybe delivered and on whom service of process may be had in matters arising out of such suretyship. ***Johnny Shropshire Shropshire Agency 5812 66th Street Lubbock, TX 79424 (806) 763-7311 Approved as to Form Federal Insurance Company* Surety *By: (Title) Catherine Gustayson Attorney -in -Fact City of Lubb By: City orney * 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. j *Travelers Casualty and Surety Company of America, Fidelity and Deposit Company of Maryland, Jointly and Severally Liable 39 Policyholder Information Notice IMPORTANT NOTICE To obtain information or make a complaint: You may call Chubb's toll -free telephone number for information or to make a complaint at 1-800-36-CHUBB You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439 You may write the Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 FAX # (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. Form 99-10.0299 (Rev. I-08) AVISO IMPORTANTE Para obtener informacibn o para someter una queja: Usted puede llamar al ndmero de tel6fono gratis de Chubb's para informacibn o para someter una queja al 1-800-36-CHUBS Puede comunicarse con el Departamento de Seguros de Texas para obtener informacibn acerca de compaiiias, coberturas, derechos o quejas al 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas P.O. Box 149104 Austin, TX 78714-9104 FAX # (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us DISPUTES SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente primero. Si no se resueve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo pars prop6sito de informacibn y no se convierte en parte o condici6n del documento adjunto. I CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Santa Cruz On April 20, 2010 before me, Vanda Funk, Notary Public Date Here Insert Name and Tide of the Otrker personally appeared Catherine Gustayson, Attorney -in -Fact Name(a) of Signegs) VANDAFUNK Commission # 1790252 Notary Public - California ,.v Santa Cruz County My Comm. Expires Feb 1, 2012 who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my ha d and official seal Signature - Place Notary Seal Above Signature of Notary Pudic OPTIONAL Vanda Funk, Notary Public Though the Information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than.Named Above: Capacity(fes) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer — Tille(s): _ ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGH Mumopmlt& QFSiGNER'- '= r� r Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer —Titie(s): ❑ Partner — ❑ Limited ❑ General _ ❑ Attorney in Fact t ❑ Trustee Top of thumb here ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 820U7 Nalional Nolary Assodalon • 9350 De Soto A,g., P.O.Box 2402 • Chalstivrlh, CA 013M2402 • tn..NaffonalN t y.org Item N5907 fleorder. Caf TO ,Free 1-8.76-6827 No Text Chubb POWER Federal Insurance Company Attn: Surety Department OF Vigilant insurance Company 16 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 o�lular Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint David J. Bachan Dennis M. Carney, Catherine Gustayson, F.R. Hudson, Jeanette M. Mazzarino, Matthew eade and Deborah L. Ttablak of Watsonville, Callfornla--- ---------------- ----------- —---------- -----.--------- each as their true and lawful Attomey-In- Fact to execute under such designation in their names and to affix thelrcorparste seals, to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory In the nature thereof (other than ball bonds) given or executed In the course of business, and arty instruments amending or altering the same, and consents to the modlflcallon or alteration of any Instrument referred to In said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCi? COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed mW aflesled these presents and affixed their corporate seals on this 6th day of November, 2007 Kowth C. Wendel, Assistant Secretary l Dav s, Jr., Vloe P. STATE OF NEW JERSEY County of Somerset On lhls 6th day of November, 2007 before me, a Notary Puble of NewJersey, personalty came Kenneth C. Wendel, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Kenneth C. Wendel, being by me duly swum, did depose and say that he Is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seats and were thereto affixed by authority of the By- Laws of said Companies; and that he signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that he Is acqualnled vdth David B, Norris, Jr., and knows him to be Vice President of said Companies: and that the elgnaluro of David B. Norris, Jr., subscribed to said Pourer of Attorney Is In the genuine handwriting of David B. Norris, Jr., and was thereto subscribed by authority of said By- laws and In deponenCs presence. Notarial Seal OiARY cy KATHERINE KALBACHER NOTARY PUBLIC OF NEW JERSEY PUB No. 231668$ �YJER NotaryPu IF. Commission Expires July 8, 2009 J CERTIFICATION Extract from the By- Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: •AIL powers of attorney for and on behalf of the Company may and shall be executed In the name and on behalf of the Company, either by the Chairman or the President or a Vice President or an Assistant Vice President, WnUy with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the fofiowing officers: Chairman, President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys- In- Fact for purposes only of executing and arresting bonds and undertakings and other writings obligatory In the nature thereof, and any such power of attorney or cortillcale bearing such facsimile signature or facsimile seal shag be valid and binding upon the Company and any such pourer so executed and certified by such facsimile signature and facsimile seal shell be valid and binding upon the Company with respect to any bond or undertaking to wNch It is attached,' I, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the •Companlesl do herebyceri fy that (Q the foregoing extract of the By- Laws of the Companies is true and correct, (II) the Companies are duty licensed and authorized to transact surety business in all 50 of the United Stales of Amerloa and the District of Columbia and are authorized by the U.S. Treasury Department: further, Federal and Vigilant are Ilonsed in Puerto Rico and the U.S. Virgin Islands, and Federal Is licensed in American Samoa, Guam, and each of the Provinces of Canada except Prince Edward Island: and (III) the foregoing Power of Attorney Is true, correct and in fug force and effect. Given under my hard and seats of said Companies at Warren, NJ this April 20, 2010 Kenneth 0. Wendel, Asslslant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 9W- 3493 Fax (908) 803- 3668 a -mall: surety0chubb.com Form 15-10- 022613- U (Ed. 6- 03) CONSENT I No Text WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY TRAVELERS.I Farmington Casualty Company St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney -In Fact No. 219995 Certificate No. 0 0 2 3 7 812 3 KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc, is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Dennis M. Carney, Catherine Gustayson, F. R. Hudson III, Deborah L. Tablak, Jeanette M. Mazzarino, David J. Bachan, Matthew Reade, and John R. Ullmer of the City of Watsonville , State of California , their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of,guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permittcd in any a.Ctions or proceedings allowed by law. 14th IN WITNESS WHEREOF, the Commies have caused this instru�rtent,to be signed and their corporate seals to be hereto affixed, this day of May St. Paul Guardian Insurance Company Farmington Casualty Company Fidelity and Guaranty Insurance Company ` , St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company G,,SUq StiflE/J. pRE 6 r,N INy, ' \� H$V'�"• tY A,y _�pnn (r p, v y �� �.......G,Y Jpt Ay •s gaP D� ��l:R �tA•� �p4�Y'�0 pj,{�v��'Y� /' �" 6 �y.�y,,,,,� .py,�y�i,(�� * `y�0 4 .. � �A 2:' '•. / �4.::............ .'L g•� p G •t y�y�.,,,,� V 3 (1 "`w,rNVItED ,7f 1 FL r��RPwNA�. m �W:•G� C'i 0.PaRT F' ,,, . A yti�j 1 9 8 2 0 1977 92 7 � tar _._ � ; HnarFORu, < tamPaAa 'f < BRLia State of Connecticut City of Hartford ss. By: Georg Thompson, enior ice President On this the 14th day of May 2008 before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal.OF.= My Commission expires the 30th day of June, 2011. Marie C. Tetreault, Notary Public 58440-5-07 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 20th day of April 12010 This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. 1, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company 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 in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this Kori M. Johans Assistant Secretary GPSUq stwfiJ, "�F�PE 6 F,N IMS ,•� IN�SV �•� tY AN Y 0 <1 � � � -, p� �.......Gy P ... qv •• 9JP a s �FyA Su9�, \p4in ,4tp' ry��r t p mow. 14 -r Q % .. � �4�.:......... •1• *, c �L 4 l7 S [, �p •,wnrllRATm �L ,�,�3 �ltp0.v...pA)F 'fin IW jpORVONglf::N 4 SAQ i 4F�I 1982 o d .g27 < � - m; _:a oa z HARTFORD, � I 1 �a 19 1951 a�O �.SEAL;a�o: SRLia" S 9lF # � 1• O' b '• 6•• a � To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations of the S aryland, by WILLIAM J. MILLS, Vice President, and GERALD F. HALEY, Assistant Secretary, in purs n 4 ranted by Article VI, Section 2, of the By -Laws of said Companies, which are set forth on t o an reby certified to be in full force and effect on the date hereof, does hereby nomina t' t po a sd EY, F. R. HUDSON, III, David J. BACHAN, Deborah L A e e atthew READE and Catherine GUSTAVSON, all of Wats� i , awful agent and Attorney -in -Fact, to make, execute, seal and deliver, fo as s s a and deed: any and all bonds and undertakings, and the execution of su" un a ' i ese presents, shall be as binding upon said Companies, as fully and amply, to all intWts ad been duly executed and acknowledged by the regularly elected officers of the Company at it j a re, Md., in their own proper persons. This power of attorney revokes that issued on behalf of Dennis M. , F. R. HUDSON, III, David J. BACHAN, Deborah L. TABLAK, Jeanette M. MAZZARINO, dated June 17, 2005. The said Assistant Secretary does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, this 9th day of October, A.D. 2007. ATTEST: ',gyp 9EPpS�f C./�, �•� +cP��v� o wnw O W ww e SEAL 4 "Gnl �'•' FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY i Gerald F. Haley Assistant Secretary By: ✓ William J. Mills Vice President State of Maryland . t City of Baltimore ss. On this 9th day of October, A.D. 2007, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came WILLIAM J. MILLS, Vice President, and GERALD F. HALEY, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the 3 preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. �a\e R• k�YO N Zip .Nruw Ry Dennis R. Hayden Notary Public My Commission Expires: February 1, 2009 POA-F 016-4752A EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Seni 1i Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committe f' shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Reside Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulation policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments the nature of mortgages,...and to affix the seal of the Company thereto." EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Seni Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committe ,F shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulation policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in' the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and t1l, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice -President w _ executed the said Power of Attorney was one of the additional Vice -Presidents specially authorized by the Board of Directo to appoint any Attomey-in-Fact as provided in Article VI, Section 2, of the respective By -Laws of the FIDELITY A j DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of tl Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held _ the loth day of May, 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanical reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid a binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, "_i _i this 20th day of April 2010 i - �, A Assistant Secretary d I CERTIFICATE OF INSURANCE I 40 ACORDTM CERTIFICATE OF LIABILITY INSURANCE AE1 MIDDNYYY) 046/10 PRODUCER LIC #0056172 1-831-724-3841 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION McSherry and Hudson ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 575 Auto Center Dr. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P.O. Box 2690 Watsonville, CA 95076 INSURERS AFFORDING COVERAGE NAIC # INSURED INTERMOUNTAIN SLURRY SEAL INC. INSURER A: VALLEY FORGE INS CO 20508 INSURERB: INSURERD: WATSONVILLE, CA 95077 INSURER E: nnvFRA(.FS THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR ADD'L NSR POLICY NUMBER POLICY EFFECTIVE D POLICY EXPIRATION A E D LIMITS A X GENERAL LIABILITY GL 2074978689 10/01/09 10/01/12 EACH OCCURRENCE $2,000,000 X COMMERCIAL GENERAL LIABILITY CLAIMS MADE a OCCUR PREMI ETORENTED PREMISES Eaoccurence $ 2,000,000 MED EXP (Anyone person) _ $ Nil PERSONAL &ADV INJURY $2,000,000 X Contractual Liability X XCU Hazards GENERALAGGREGATE $ 10,000,000 GENT AGGREGATE LIMIT APPLIES PER: PRODUCTS -COMP/OPAGG $2,000,000 POLICY JECOT- LOC A X AUTOMOBILE X LIABILITY ANYAUTO BUA 2074978692 10/01/09 10/01/12 COMBINED SINGLE LIMIT (Ea accident) $2,000,000 BODILY INJURY (Per person) $ ALL OWNEDAUTOS SCHEDULEDAUTOS BODILY INJURY (Per accident) $ X X HIREDAUTOS NON-OWNEDAUTOS PROPERTY DAMAGE (Per accident) $ X Contractual Liability GARAGELIABILITY AUTO ONLY .-EAACCIDENT $ -0THERTHAN. EAACC $ ANY AUTO .:.:-,.., .. . $ AUTO ONLY: AGG EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ :. :.:.:. AGGREGATE' OCCUR ...� CLAIMS MADE .: __ _ .. _ , - $ DEDUCTIBLE $ RETENTION $ A* WORKERS'COMPENSATIONAND" � -.-- WC 274.978644 - .(AOS)— -• - 10/01/09 " `-10/01/12,--X. WCST T(1 OTH: A EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE WC 274978630 (CA) 10/01/09 10/01/12 E.L. EACH ACCIDENT $2,000,000 E.L. DISEASE -EA EMPLOYEE $2,000,000 OFFICER/MEMBEREXCLUDED? If yyes, describe under SPECIALPROVISIONS below E.L. DISEASE -POLICY LIMIT $2,000,000 OTHER DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS ISS JOB #160445 CITY OF LUBBOCK MICROSURFACING THE CITY OF LUBBOCK IS NAMED AS A PRIMARY ADDITIONAL INSURED PER ATTACHED FORMS. GL PER ISO FORM CG0001 10/01; AL PER ISO FORM CA0001 10/01 I.tK I H-11.A I t IIULUCK UANUtLLAIIUN-Lu DAYS NUTIUZ OF NUN -FAX Ulf YRISmIUM SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION CITY OF LUBBOCK DATE THEREOF, THE ISSUING INSURER WILL diMKWIff MAIL 60 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, �L$Y'3it�I�AvL$X PO BOX 2000, ROOM 204 Xffiffi��KK16�kX�CPi1N8XDP76Nx7f1�xP�1dYJ�C1i7C9sffi�X Xp[B1ttMKKNW=XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX LUBBCOK, TX 79457. AUTHORIZED REPRESENTATIVE USA �yy,S,c}vlf�L/ ACORD 25 (2001/08) jnielson160 ©ACORD CORPORATION 1988 15308598 ACORD 25 (2001/08) I'l SUPP (10/00) NNA POLICY NUMBER: GL 2074978689 G-140331-B (Ed. 01/09) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED OWNERS, LESSEES OR CONTRACTORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE (OPTIONAL) Name of Additional Insured Person(s) Or Organizations (As required by written contract/agreement per Paragraph A. below.) Location(s) of Covered Operations (As per the written contract/agreement, provided the location is within the "coverage territory" of this Coverage Part.) (Coverage under this endorsement is not affected by an entry or lack of entry in the Schedu A. Section II - Who Is An Insured is amended to c. "Your work" that Js included in the include as an additional insured any person(s) or "products -completed operations;.;, haza rd" organization(s), including any person or and performed for the additional insured, organization shown in the Schedule above, Whom' but only if this Coverage Part provides such you are required to add as an additional insured on coverage, and only if the:written contract or this Coverage Part under a written contract or: written agreement --requires you to provide - written agreement, provided: the additional insured.such coverage. . a. The written contract or written agreement was 2. However, we will not provide the additional executed prior to: insured any broader coverage or any higher 1., The "bodily injury" or "property damage"; or limit of insurance than the least of those: 2. The offense that caused the "personal and a. Required by the written contract or written advertising injury" agreement; for which the additional insured seeks coverage b. Described in 6.1. above; or under this Coverage Part; and c. Afforded to you under this policy. b. The written contract or written agreement 3. This insurance is excess of all other insurance pertains to your ongoing operations or "your available to the additional insured, whether work" for the additional insured(s). primary, excess, contingent or on any other B. The insurance provided to the additional insured is basis, unless the written contract or agreement limited as follows: requires this insurance to be primary. In that 1. The person or organization is an additional event, this insurance will be prima relative to - insured only with respect to liability for "bodily insurance which covers the additional insured` o „ injury, property damage,' or personal and as a named insured. We will not require contribution from such insurance if the written advertising injury" caused in whole or in part by: contract or written agreement also requires that a. Your acts or omissions; or this insurance be non-contributory. But with b. The acts or omissions of those acting on respect to all other insurance under which the your behalf additional insured qualifies as an insured or in the performance of your ongoing operations additional insured, this insurance will be excess. for the additional insured(s) or G-140331-B Includes copyrighted material of Insurance Services Office, Inc., with its permission Page 1 of 2 (Ed. 01/09) AlIPINA ...POLICY'NUM'BER: GL 20.74978689 7 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following form: COMMERCIAL GENERAL LIABILITY COVERAGE PART Severability of Interest The insurance afforded by this policy applies severally as to each insured except that the inclusion of more than one insured shall not operate to increase the limit of the Company's liability. Waiver of Subrogation The Company waives any right of subrogation against any additional insured because of payments the Company makes for injury or damage arising out of operations performed for such additional "u insured by the named insured but, only if a written contract requires such a waiver. Notice of Cancellation This insurance policy will not be cancelled, limited, non -renewed, or any coverage reduced until sixty 60 days after receipt by any additional insured of a written notice of such cancellation, reduction of coverage or non -renewal. In the event of cancellation for non-payment of premium, ten 00) days written. notice of`such'canceilation wilt be given. "' CNA For All the Commitments You Make Policy�N,umber .B k- 4.9T& 92 .... f55s:= Valley Forge nsurance Corti `pau�y This endorsement modifies insurance provided under the following form: ADDITIONAL INSURED BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. SCHEDULE Additional Insured: Any person or organization whom the named insured is required by written contract to add as an additional insured on this policy. Who is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule but only for "bodily injury" or "property damage" resulting from the operation of an "auto" owned or used ,by the Named Insured. Primary Wording The coverage afforded to the additional insured shall operate as primary insurance, and no other, insurance shall be called on to contribute to a loss hereunder but only if the written contract requires that . . ; • .... - , this insurance be primary and non-contributory. - '- Severability of Interest The insurance afforded by this policy applies severally as to each insured except that the inclusion of 9 more than one insured shall not operate to increase the limit of the Company's liability,.,, Waiver of Subrogation The Company waives any right of subrogation against any additional insured because of payments the Company makes for injury or damage arising out of operations performed for such additional insured by the named insured but, only if a written contract requires such a waiver. Notice of Cancellation This insurance policy will not be cancelled, limited, non -renewed, or any coverage reduced until sixty 60 days after receipt by any additional insured of a written notice of such cancellation, reduction of coverage or non -renewal. In the event of cancellation for non-payment of premium, ten (10) days written notice of € ° such cancellation will be given. L WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT — CALIFORNIA We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule, Determined at Audit `fhe"a�ioil2 nel'sre?niiim-16rffiis dd?S'r sisa(l'be ayY" h°10 of tl eGaltfSrhi4•workers' comoensatldn,bt2riium-°othe q§6 if a=r5l sf�cM +'x ' = n -•n •fi=. remuneration. Schedule Person or Organization Any person or organization for whom the named insured has agreed by written contract furnish this waiver 1) This endorsement may be used to waive the company's right of subrogation against named third parties who may be responsible for an injury. (2) The sentence in ( ) is optional with the company. It limits the endorsement to apply only to specific jobs of the insured, (3) The premium charge shall be no less than 5%of the California workers' compensation premium otherwise due. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy). Endorsement Effective: 1 1 1109 Policy No.: WC 274978630 (CA) Insurance Company: Valley Forge Insurance Cc WC 04.03.06 (Ed 4-84) -------------------------------------------------------------------------------------------------- UTAH WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Utah is shown in item 3.A of the information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not endorse our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) x This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Our waiver of rights does not release your employees' rights against third parties and does not release our authority as trustee of claims against third parties. Schedlrte Person or Organization: -�x Any person or organization for whom the named insured:has agreed by written contract furnish this waiver ,:;:;:,; ;;r .,;• : u,eryrac •, : , ,,, :; This endorsement changes the policy .to which is attached and is effective on the date issued unless otherwise stated. (The information below rs required only when this endorsement is issued subsequent to preparations of the pot"icy.) Endorsement Effective: 10/01/09 Policy No. WC 274978644 Insurance Company: Valley Forge Insurance Co. nr;z tfV�4703,05. �, 1.�0`, ,:.,f;• : =t ._ � ,. ,_ .r>; ..... ,p .,.. ;t, (Ed. 7-00) ------------------------------------------------------------------------------------------------ WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT — ALL OTHER STATES We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule Person or Organization: Any person or organization-forr whom the named insured has agreed by written contract furnish this waiver_ 6A This endorsement is not applicable in California, Kentucky, New Hampshire, New Jersey, Texas and Utah This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. The information below is required only when this endorsement is issued subsequent to preparation of the policy. ` Endorsement Effective: _1011/09 Policy No. WC274978644 Insurance Company: Valley Forge Insurance Company Endorsement Effective 10/1/09 Policy No WC274978658 (NY Only) Insurance Company: Transportation Insurance Company t i WC 000 313 CERTIFICATE OF INSURANCE n 0 111 0 0 TO: CITY OF LUBBOCK DATE: P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 TYPE OF PROJECT: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL L1,1111LI7Y ❑ 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) $ AUTOAIOTII,'E 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 U GARAGE W BILITY U Any Auto Auto Only - Ench Accident $ U Other than Auto Only: Each Accident $ Aggregate $ ❑ BUILDER SRISK ❑ 100% of die Total Contract Price $ ❑ INSTALLATION FLOATER 1 $ E.1C'ESS LIABILITY ❑ Umbrella Form Each Occurrence $ Aggregate $ ❑ Other Than Umbrella Form $ IVORKERS COdIPENSATION AND EAdPLOYERS' LIABILITY The Proprietor/ n Included Statutory Limits Partners/Executive rl Excluded Each Accident $ Officers are: Disease Policy Limit $ ' Disease-Ench Employee $ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE (Name of Insurer) MUST BE SENT TO THE CITY OF LUBBOCK : The Insurance Certificates Furnished shall name the City of Lubbock as a Primary Additional Insured on General Liability and provide a Waiver of Subrogation in or of the City of Lubbock. 41 CONTRACTOR CHECKLIST 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 die 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 3CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, OR IN THE ALTERNATIVE, SHALL BE 'ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON .THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE °DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. 42 1 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 t (8) 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) include in all contracts to provide services on the project the language in subsection; (D) 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; (E) 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; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) 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 (H) 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. 43 r v E- u z 0 Ul CONTRACT 9451 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 8th day of April, 2010, 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 Intermountain Slurry Seal, Inc. of the City of Watsonville, County of Santa Cruiz and the State of California 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: BID 10-064-FO Micro -Surfacing at Various Sites 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 Conditions of Agreement. Intermountain Slurry Seal, Inc.'s bid dated March 18, 2010 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 bid 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: Intermountain Slurry Seal, Inc. r By: A, -- PRINTED NAME: Ananya Mukher j ee TITLE: Vice President COMPLETE ADDRESS: Company Intermountain Slurry Seal, Inc. Address 585 W. Beach Street City, State, Zip Watsonville, CA 95076 ATTEST: Corporate Secretary , Ron; ld L , CITY OF LUBBOCK, TEXAS (OWNER): By: MAYOR ATTEST: - (Q 'U" --� City Sec Lirecior APP V AST ORM: City Attorney 45 � � I-J F ; � z: ,. � Ij F I GENERAL CONDITIONS OF THE AGREEMENT 46 A GENERAL CONDITIONS OF THE AGREEMENT i 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 Intermountain Slurry Seal, 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 Kevin Lair, Street Superintendent, so designated who shall 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 shall 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, Bid, 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 shall 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. 47 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 shall 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 copies of all Plans and Specifications without expense to Contractor and d 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 shall not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor shall 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 shall not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES All lines and grades shall be furnished whenever Owner's Representative 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 shall 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 are 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. 48 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 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 t 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 (l5) 1 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 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. 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. 49 Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment are 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 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 shall 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 through oversight or otherwise. 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 shall 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..1 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 .j requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such 50 1_ 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 t 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 bid, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction 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 i 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; 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. _..i 51 In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for. the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the I. 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 shall 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 bid, 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 bids are received, and if no such notice is received by the Owner's Representative prior to the opening of bids, then it shall be deemed that the Contractor 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 Contractor does not notify Owner's Representative 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 opening of bids. 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. 52 I 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY JThe 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 s 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 a Construction" of Associated General Contractors of America, except where incompatible with federal, state or y municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner 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 0i 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 F,i" 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 shall 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 Pany Y payment of 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 ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEME, NT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. ADDITIONAL INSURED SFIALL INCLUDE COMPLETED OPERATIONS FOR THREE YEARS. 53 A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) C. I] E. F The contractor shall have Comprehensive General Liability Insurance with limits of $300,000 Combined Single Limit in the General Aggregate and per occurrence to include: Products & Completed Operations AGG Contractual Liability Heavy Equipment Personal & Adv. Injury PRODUCTS/COMP/OP MUST BE INCLUDED IN ADDITIONAL INSURED ENDORSEMENT Owner's and Contractor's Protective Liability Insurance. NOT REQUIRED 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, $200,000 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. Builder's Risk Insurance/Installation Floater Insurance. NOT REQUIRED Umbrella Liability Insurance. NOT REQUIRED 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 $500,000 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 food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements 54 of Texas Labor Code, Section 401.01](44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity shall 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 tile 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 55 (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 shall provide services on the project shall 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. l i. Tile 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 tale 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 bid 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) Tile 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. 56 (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the 5 project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) U 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 "Tire late 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. " J "Call the Texas Workers' Compensation Couunission at 800-372-7713 or 512-804- 4000 (www.tdi.state.tx.us) to receive information of the legal requirements for coverage, to veryywhether 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; 57 (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 ofthe 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 _J FURNISHERS OF MACHINERY. EQUIPMENT AND SUPPLIES 1 it Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the j Contractor agrees that it will indemnify and save the Owner and all of its officers, agents and employees, 58 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, 9. discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION t 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 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 L-11 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 bidding. 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 v; the Owner, 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 bidding 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, g, 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 therefrom. 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. L3 3. 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 contract documents, of work to be done hereunder are 59 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. 1 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 is $ $ 1,000 (ONE THOUSAND) each CA -LENDER DAY. , not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36, TIME OF PERFORMANCE The Contractor agrees that it has submitted its bid 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 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 executingthe contract, the Contractor agrees that in undertaking to complete the work within the time herein � g g P i... fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such 60 work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are l approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their bids 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 L'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. L39. 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 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 bid 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 t 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 -a 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 I agents and employees, which have not theretofore been timely filed as provided in this contract. i 61 .p 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. T The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the tenns of the contract documents. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. 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 62 46. b 47 48. shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (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. 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. 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. 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: 63 (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, ff then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or t- (b) Tile Owner, under sealed bids, 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. 64 i_ I 49. LIMITATION ON CONTRACTOR'S REMEDY 50. r�SI. 53. P 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. :• 1 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 an approved Surety Company authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. Tile 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. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at &I , 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. 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, sh all not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the i 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 65 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 4 ` 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. 66 l DAVIS BACON WAGE DETERMINATIONS 67 EXHIBIT A r-GENERAL DECISION: TX20080028 02/08/2008 TX28 Date: February 8, 2008 General Decision Number: TX20080028 02/08/2008 Superseded General Decision Number: TX20070028 State: Texas Construction Types: Heavy and Highway L1Counties: Ector, Lubbock, Midland, Potter, Randall, Taylor and Tom Green Counties in Texas. ;HEAVY (excluding tunnels & dams) and HIGHWAY PROJECTS (does not include building structures in rest area projects). ,Modification Number Publication Date 0 02/08/2008 * SUTX2004-001 11/09/2004 Rates Fringes _ Asphalt Distributor Operator ... $ 9.25 0.00 Asphalt Heater Operator ........ $ 11.21 0.00 Asphalt paving machine operator$ 11.16 0.00 Asphalt Raker ..................$ 9.51 0.00 i Broom or Sweeper Operator ...... $ 8.57 0.00 Bulldozer operator ...........$ 9.76 0.00 v_a Carpenter ......................$ 12.61 0.00 Concrete Finisher, Paving ...... $ 13.26 0.00 Concrete Finisher, Structures..$ 11.20 0.00 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator ..................... ..$ Electrician ....................$ 11.00 17.00 0.00 0.00 Form Builder/Setter, Structures$ 9.26 0.00 Form Setter, Paving & Curb ..... $ 9.82 0.00 Front End Loader Operator ...... $ 10.52 0.00 Laborer, common ................$ 8.51 0.00 Laborer, Utility ...............$ 10.46 0.00 Mechanic .......................$ Motor Grader Operator Rough .... $ 16.85 11.75 0.00 0.00 Motor Grader Operator, Fine Grade ..........................$ 13.50 0.00 Planer Operator ................$ 13.36 0.00 Roller Operator, Pneumatic, Self -Propelled .................$ 7.67 0.00 Roller Operator, Steel Wheel, Flat Wheel/Tamping.............$ 8.06 0.00 Roller Operator, Steel Wheel, Plant Mix Pavement .............$ 7.50 0.00 Scraper Operator ...............$ Servicer 8.50 8.98 0.00 0.00 .......................$ 68 Slip Form Machine Operator ..... $ 13.64 0.00 Tractor operator, Pneumatic .... $ 12.00 0.00 Traveling Mixer Operator ....... $ 12.00 0.00 Truck driver, lowboy -Float ..... $ 12.67 0.00 Truck driver, Single Axle, Heavy ..........................$ 8.50 0.00 Truck driver, Single Axle, Light ..........................$ 8.08 0.00 Truck Driver, Tandem Axle, Semi -Trailer ...................$ 8.66 0.00 Welder .........................$ 15.25 0.00 Work Zone Barricade Servicer... ---------------------------------------------------------------- $ 8.28 0.00 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. ---------------------------------------------------------------- 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 69 200 Constitution Avenue, N.W. Washington, DC 20210 L2.) 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. ki, i ________________________________________________________________ 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. 't t Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. 70 No Text SPECIAL CONDITIONS 71 TIME AND ORDER FOR COMPLETION The micro -surfacing process covered by the contract documents shall be fully completed within 110 (ON'1C HUNDRED AND TEN) calendar days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. A. The Micro -Surfacing, with locations and materials as designated by the City's representative, shall not begin before May 17, 2010 and shall be completed no later than September 3, 2010 The Contractor may begin as soon as they receive the Notice to Proceed, and proceed until all designated locations are completed. B. The repairs shall be completed in 110 consecutive calendar days. The Contractor shall pay to the owner $1,000.00 per day for each calendar day after that until completion as liquidated damages. No credit will be given for bad weather days or other delays. In the event it is determined by the City that the progress of the work is not satisfactory, the City may direct the Contractor to take such action as the City deems necessary to insure completion of the project within the time specified. 2. CHANGES IN THE WORK The Street Department may make changes in the scope of the work required to be performed by the Contractor under the Contract or making additions thereto, or by omitting work there from, without involving the Contract, and without relieving or releasing the Contractor from any of his obligations under the contract or any guarantee given by him pursuant to the Contract provisions, and without affecting the validity of the guaranty bonds, and without relieving or releasing the surety or sureties of said bonds. All such work shall be executed under the terms of the original Contract unless it is expressly provided otherwise Except for the purpose of affording protection against any emergency endangering health, life, limb or property, the Contractor shall make no change in the materials used or in the specified manner of constructing and/or installing the improvements or supply additional labor, services or materials beyond that actually required for the execution of the contract, unless in pursuance of a written order from the local Public Agency authorizing the Contractor to proceed with the change. No claim for an adjustment of the contract price will be valid unless so ordered. If applicable unit prices are contained in the agreement (established as a result of either a unit price bid or a Supplement Schedule of Unit Prices) the Street Department may order the Contractor to proceed with desired changes in the work, the value of such changes to be determined by the measured quantities involved and the applicable unit prices specified in the contract; provided that in case of a unit price contract the net value of all changes does not increase or decrease the original total amount shown in the Agreement by more than twenty-five (25%) percent. SUPERINTENDENCE The Contractor's Superintendent and/or his assistants will not be allowed to serve two functions simultaneously, such operating machinery and acting as Superintendent at the same time. The Contractor's Superintendent must be free of individual responsibilities to enable him to give the entire project his constant attention to facilitate the progress thereof. The Contractor's Superintendent will be responsible for establishing grade control on concrete removal and replacement. PROSECUTION OF WORK The Contractor will, before starting any work on any street, erect barricades and signs, or provide sufficient flagmen, as approved by the Street Superintendent, to give notice to vehicular traffic. During the construction the Contractor is to close to traffic streets, as approved by the Street Superintendent. At no time during the period of construction shall driveways and/or alleys be left impassable between the night hours of 6 P.M. to 6 A.M., except during the construction of the curb and gutter for which the driveways and/or alleys shall remain closed not more than 4 days including 72 hours for curing. Tile Contractor will, during the progress of the work, erect and maintain for twenty-four hours a day such barricades and warnings, as approved by the Street Superintendent, necessary to give notice to vehicular and pedestrian traffic of any and all obstructions and insofar as possible keep the streets and/or alleys on which work is being done in a 72 passable condition. During the time the concrete is curing in the alleys and until it can be opened to traffic, the Contractor shall maintain warning signs on barricades with lights at each end of the block until the alley can be opened to traffic. The flagmen will be required to wear vests and use the type of flag as shown on flagging detail sheet in -` specifications. All equipment working on the streets will at all times have at least two (2) red, orange or fluorescent red -orange flags at least 16" x 16" in size. These flags shall be mounted high enough on the equipment so that they will be visible to all traffic meeting or passing the equipment. Before work is started on any street it will be the responsibility of the Contractor to notify each property owner that has a car or cars parked in their driveways or garages so that each owner might have the opportunity to move their cars. The Contractor shall schedule his work on major thoroughfares and collectors at least 5 days in advance, in order that businesses may have time to adjust their plans. On all thoroughfares and collectors, the Contractor and the City's Representatives will work with each of the businesses, hospitals, schools, etc., so that only part of the driveways into their parking lots will be closed. At no time will any parking lot be completely closed, without prior approval from the Owner's Representative, unless the work is being accomplished at night and the businesses are closed. The Contractor shall be responsible for notifying affected businesses of the proposed work and the projected schedule for completion of this work. Immediately after each re -construction the Contractor shall clean, remove any paving materials from gutters, rubbish and temporary structures from the street, restore in an acceptable manner all property, both public and private which has been damaged during the prosecution of the work, and leave the site of the work in a neat and presentable condition throughout. The cost of the "cleanup" shall be included as part of the cost of the various items of the work involved, and no direct compensation will be made for this work. The Contractor should familiarize himself with the Texas Manual on UNIFORM TRAFFIC CONTROL DEVICES for Streets and Highways. Part Vl. 5. BARRICADES AND DANGER WARNING AND DETOUR SIGNS AND TRAFFIC HANDLING The Contractor shall have the sole responsibility for providing, installing, moving, replacing, maintaining, cleaning and removing upon completion of work, all barricades, warning signs, barriers, cones, lights, signals and other such type devices for handling traffic control as indicated in the plans or as directed by the Street Superintendent. All barricades, warning signs, barriers, cones, I ights,s igna Is and other such type devices shall conform to details shown on the plans and as indicated in the Texas Manual on Uniform Traffic Control Devices. The Contractor may provide special signs not covered by plans to protect the traveling public against special conditions or hazards, provided however, that such signs are first approved by the Street Superintendent. Upon completion of the work, all barricades, warning signs, barriers, cones, lights, signals and other such type devices and evident thereof shall be removed by the Contractor. 6. MAINTENANCE OF DETOURS The Contractor shall do such work as may be necessary to maintain detours and facilities for safe public travel in accordance with the Traffic Control Plan and these specifications. There shall be maintained in passable condition, such temporary roads and structures as may be necessary to accommodate public travel. Temporary approaches and crossings of intersecting highways shall be provided and maintained in a safe and passable condition by the Contractor at his entire expense. 7. PUBLIC SAFETY AND CONVENIENCE L Ingress and egress to private property shall be provided as specified in the plans or as directed by the Street Superintendent. j The Contractor shall plan and execute his operations in a manner that will cause the minimum interference with traffic. i_ 73 The Contractor shall secure the Street Superintendent's approval of his proposed plan of operation, sequence of work, and methods of providing for the safe passage of traffic before it is placed into operation. if at any time during construction the approved plan does not accomplish the intended purpose, due to weather or other conditions affecting the safe handling of traffic, the Contractor shall immediately make necessary changes therein to correct the unsatisfactory conditions. At night or otherwise, all equipment not in use shall be stored in such a manner and at such locations as not to interfere with the safe passage of traffic. The Contractor shall provide and maintain flaggers at such points an for such periods of time as may be required to provide for the safety and convenience of public travel and Contractor's personnel, and as directed by the Street Superintendent. Flaggers shall be English speaking, courteous, well informed, physically and mentally able to effectually perform their duties in safeguarding and directing traffic and protecting the work, and shall be neatly attired and groomed at all times when on duty. When directing traffic, flaggers shall use standard attire, flags and signals and follow the flagging procedures set forth in the Texas Manual on Uniform Traffic Control Devices for Streets and Highways. Plli 8. REMOVING OBSTRUCTIONS The Contractor shall familiarize himself with the existing obstructions including sidewalks, trees, poles, etc., prior to building. It shall be the Contractor's responsibility to remove these obstructions at the direction of the Street Superintendent, except that the utility companies will move their equipment at no cost to the Contractor. The Contractor will receive no compensation for delay caused by the Utility Companies in relocating or removing their equipment. 9. TEST OF MATERIALS -, The City of Lubbock Pavement Management laboratory test results shall be the sole consideration for approval of materials, mix designs, adequacy of procedures, etc. The results of such testing shall be evaluated and final approval given by the Street Superintendent. A. CONCRETE MATERIALS Before Concrete materials can be used on any street, a current mix design (not older than 30 days) with test reports will be submitted to the Street Superintendent for approval. During the construction period, concrete tests that fail will require the location to be cored at the contractor's expense. If the concrete cores fail, the concrete work will be removed and replaced at no additional cost to the City of Lubbock. B. HOT MIX The Contractor, or supplier of such materials, shall submit a mix design to the City Pavement Management office, at least thirty (30) days prior to the reconstruction, a mix design it shall include, but not limited to crushed face counts, Flakiness Index tests, and magnesium sulfate(soundness) tests. The gradation requirements shall be that as necessary to meet the gradation requirements of Item 6.3 (HMAC Mix Design Requirements). The crushed face count, Flakiness Index, and Magnesium Sulfate requirements shall meet those established in City of Lubbock Standard Paving Specifications, Item number 6.4. 10. SUBCONTRACTOR The Contractor shall not award any work to any subcontractor without prior written approval of the Owner, which approval will not be given until the Contractor submits to the Owner a written statement concerning the proposed award to the subcontractor, which statement shall contain such information as the Owner may require. The Contractor shall be as fully responsible to the Owner for the acts and omissions of his subcontractors, and of persons either directly or indirectly employed by them, as he is for the acts and omissions of persons directly employed by him. The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the work to bind subcontractors to the Contractor by the terms of the General Conditions and other contract documents insofar as applicable to the work of subcontractors and to give the Contractor the same power as regard terminating any subcontract that the Owner may exercise over the Contractor under any provision of the contract documents. Nothing contained in this contract shall create any contractual relation between any subcontractor and the Owner and said subcontractor will look exclusively to contractor for any payments due subcontractor. 74 11. UNDERGROUND UTILITIES The Contractor's attention is directed to the fact that pipelines and other underground installations as may be shown on the plans have been taken from the best available information. There may be other pipelines or installations. The Contractor shall hold harmless the City from any and all suits or claims resulting from damage by his operations to any pipeline or underground installation. It is the Contractor's responsibility, during the period of street construction, to insure that all utility cuts in the limits of street construction have been properly backfilled, compacted, and the top 6" inches backfilled with 2-sack flowable fill. It is not the intent to require the Contractor to provide for the utility cut repair but for the individual utility company making the cut to provide their own repairs. In the case of a City underground installation, the Contractor may be required, at the Street Superintendent's option, to repair the cut with 2-sack flowable fill at the unit price bid. 12. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment. Owner's Representative shall review said application for partial payment 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. 13. CORRECTION OF WORK AFTER FINAL PAYMENT Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of responsibility for faulty materials or workmanship, and he shall remedy and defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from date of final acceptance of the project. The Owner or the Owner's Representative shall give notice of observed defects with reasonable promptness. 14. LABOR The Contractor must abide by the Wage and Hour Laws of the State of Texas, or the U.S. Department of Labor, and must not pay less than the rate legally prescribed or as set forth herein, whichever is higher. Payment for time worked over forty -hours per week shall be made at one and one-half (1-1/2) times the above prevailing rates. Payment for time worked on legal holidays shall be paid at one and one-half (1-1/2) times the regular governing per diem wage rates. Any laborer, workman or mechanic required or permitted to work in excess of eight (8) hours per calendar day, under the emergency exceptions to House Bill No. 115 of the 44th Legislature invoked by HCR No. 201 of the 47th Legislature shall be paid on the basis of eight (8) hours constituting a day's work. 15. NOTIFICATION OF CITIZENS All citizens shall be notified by door hangers a minimum of 24 hours and a maximum of 48 hours in advance of the Micro -Surfacing being placed on their street. The door hangers shall contain the following information on them. The company doing the work as well as a contact name and number. The contact person shall be an on site contact that is familiar with the project, and shall be capable of dealing with citizens in a cordial manner. The door hanger shall contain a time frame in which the work shall take place Example: 8 AM to 7 PM. The door hanger shall lay out exactly what the citizens should expect, and shall let them know how long access to their home could be affected. Example: During this time access to your driveway could be limited or blocked for 1 to 2 hours. If your vehicle is in your driveway we can usually get you out in 20 to 30 minutes. Citizens shall be asked not to park their cars in the street during construction. The dates on the door hanger can have multiple dates but shall not exceed three working days. If this schedule is not met then the contractor will be required to hang door knockers again with a more accurate schedule. The door hangers shall also allude to unexpected equipment problems or unexpected weather problems. The door hangers shall be submitted to the City of Lubbock Street Superintendent for approval. 75 0 � 76 Furnish and Install THERMOPLASTIC MARKING MATERIALS CITY OF LUBBOCK Material and Installation Specifications The City of Lubbock will receive bids for Type I, Thermoplastic Pavement Marking Materials and Installation as described by the State of Texas in 2004 "Standard Specifications for Construction of Highways, Streets and Bridges". Item 666 Reflectorized Pavement Markings, Item 677 Eliminating Existing Pavement Markings, Item 678 Pavement Surface Preparation for Markings, Item 672 Raised Pavement Markers materials used must comply with Texas Department of Transportation, Departmental Materials Specification Sheets DMS — 8220 Thermo, DMS — 4200 RPM, DMS — 8240 Pre -Form, DMS -- 8290 Beads. This requirement is for four -inch (4"), eight -inch (8") lane lines. This will include, Type I markings minimum thickness shall be 0.100 inches (100 mil) for edge line markings that include any markings next to medians and 0.100 inches (100 mil) for lane line, gore and center-line/no-passing barrier -line markings. This will also include both solid and dashed white and yellow lines, as required by the City of Lubbock and called for by the City of Lubbock Traffic Engineering Department Head . Type I marking minimum thickness shall be 0.125 inches (125 mil) Twenty-four inch (24") :Continental crosswalks or 0.125 inches (125 mil) Twelve inch (12") Transverse crosswalks and Twenty-four inch (24") Stop Lines or Gore Lines shall be installed. All areas may or may not be previously painted or marked by the City for the proper patterns. All streets should be tabbed. Pre -marking will be required to adjust for bike lane changes. The proportion rof yellow to white will depend on the layout being marked. The standard City of Lubbock layout consisting of two solid lines, two dashed yellow lines and two or four dashed white lane lines can be expected. Raised pavement markers on concrete are required to be installed with epoxy adhesive. Estimated quantities are not guaranteed: Estimated Quantity (feet) Or (each) Description .125 mil White 12" Transverse crosswalk - .125 mil White 24" Stop Line & Xing L .125 mil Yellow Solid 24" Gore Lines R or L Turn Arrow Pavement Markings Railroad Xing not including stop bars 4" Surface Preparation on Concrete 8" Surface Preparation on Concrete 12" Surface Preparation on Concrete 24" Surface Preparation on Concrete Arrow Elimination and Surface Prep Type II A -A raised pavement marker Type Il. W-R raised pavement marker r Type I W-C raised pavement marker DOT - rabbit tracks 6" Ceramic Type II A -A RPM 40" Pre -Form Handicap pavement markings �f 77 R Material is to be applied throughout a 4-month period starting from the date of selection by the City. The contractor will have a minimum of 5 days and a maximum of 15 days after sealcoat on a section of roadway to start Pavement Markings installation. The contractor shall complete Pavement Markings installation within fourteen (14) acceptable working days of that section of roadway. Any extension on time must be approved by the Engineer or his representative. Type I pavement markings shall meet all requirements of Item 666 of the 2004 State of Texas "Standard Specifications for Construction of Highways, Streets and Bridges", for a minimum of 30 calendar days after installation. Pavement Markings that fail to meet all requirements of this specification shall be removed and replaced by the Contractor at the Contractor's expense. The Contractor shall replace all pavement markings failing the requirements of this specification within 30 calendar days following notification by the City of Lubbock Traffic Engineering Department Head of such failing. All replacement markings shall also meet all requirements of this specification for a minimum of 30 calendar days after installation. The work performed and materials furnished in accordance with all requirements of this specification will be paid for at the unit price bid for "Thermoplastic Marking Materials" of the various types, colors, shapes, sizes, widths, and thickness (Type 1 markings) pavement markings specified. This price shall be full compensation for furnishing all materials; for application of pavement markings; and for all other labor, tools, equipment and incidentals necessary to complete the work on CONCRETE or ASPHALT roadways as required. Elimination City of Lubbock Traffic Engineering Department Approved by Sharmon Owens City Traffic Engineering Department Head 78 CITY OF LUBBOCK PUBLIC WORKS ENGINEERING STANDARD PAVING SPECIFICATIONS IL 10 44 October 1, 2009 CITY OF LUBBOCK PUBLIC WORKS ENGINEERING STANDARD PAVING SPECIFICATIONS TABLE OF CONTENTS SECTION PAGE NUMBER 1.1 GENERAL, 5 1.2 Specifications 5 1.3 Warranty and Acceptance 6 1.4 'Testing and Inspection 6 1.5 Cleanup and Site Restoration 6 1.6 Notification of Property Owners 7 1.7 Protection of utilities and Irrigation Systems 7 1.8 Water for Construction 7 2.1 CONCRETE 8 2.2 Classification 9 2.3 Mix Design 9 2.4 Strength Requirements 10 2.5 Cement 10 2.6 Aggregate 11 2.7 Plowable Fill 12 2.8 Water 12 2.9 Admixtures 12 2.10 Reinforcing Materials 12 2.11 Joints 13 2.12 Joint Sealing Materials 14 2.13 Curing Compounds 14 2.14 Forms for Concrete 14 2.15 Placing and Finishing Concrete 15 3.1 SUBGILaDE 16 4.1 FLEXIBLE BASE (CALICHE) 17 4.2 Materials Tests 17 4.3 Flexible Base Construction 18 2 5.1 ASPHALT S`I`ABLIZED BASE; (ASB) 1.8 5.2 ASB Mix design 19 5.3 Placing AS13 20 5.4 ASB Compaction 20 6.1 HOT MIX ASPHALT CONCRETE SURFACE (HMAC) 20 6.2 Thickness of HMAC Surface 21 6.3 Mix Design 22 6.4 Coarse Aggregate 23 6.5 Fine Aggregate 24 6.6 Asphalt 24 6.7 Production and Placement of HMAC 24 6.8 Compaction 26 6.9 Prime. and Tack Coats 27 6.10 Emulsified Asphalt Sealer 27 6.11 Release agents 27 6.12 Sampling of HMAC 28 7.1 STORM SEWER 28 7.2 Reinforced Concrete Pipe 28 7.3 Mortar 28 7.4 Preformed Bituminous Gasket Joints 29 7.5 Manholes 29 7.6 Manhole Frames and Covers 30 7.7 Construction Methods 30 7.8 Excavation 31 7.9 Pipe Installation 32 7.10 Backfilling 33 7.11 Trench Protection 34 8.1 FENCES 35 9.1 SALVAGE OF ASPHALT PAVING 35 10.1 BARRICADES 35 11.1 PROSECUTION OF THE WORK ANDWORK NG DAYS 36 11.2 Working Days Definition 36 11.3 Work Between November 1 and January 2 37 3 12.1 MEASUREMENT AND PAYMENT 37 12.2 Curb and Gutter 38 12.3 Concrete Flat Slabs 38 12.4 Curb Ramps 38 115 Concrete Drainage Chaivnel 35 12.6 Retaining Udall or Curb on Drain Channel or Curb Ramp 39 12.7 Concrete Median 39 1.2.8 Concrete Street Paving 39 12.9 Sawing and Sealing Joints 39 12.10 Storm Sewer Inlet Boxes and Manholes 40 12.11 Headwalls 40 12.12 Storm Sewer Pipe 40 12.13 Extra Vertical Feet of Manhole 40 12.14 Curb and Gutter Removal 40 12.15 Concrete Slab Removal 41 12.16 2 Sack Flowable Fill 41 12.17 Asphalt Paving 41 12.1.8 Asphalt Paving Repair 41 12.19 Excavation and Grading 42 12.20 Ditch Grading and unpaved Street Surface Grading 42 13.1 STANDARD DETAILS 43 Street Crown Elevations Typical Asphalt Street Cross -sections Typical 24 inch Curb and Gutter Typical 30 inch Curb and Gutter Concrete Valley Gutter Alley Return and Alley Paving Tee Alley Typical Handicap Ramp Driveway with 4 Foot Property Line Sidewalk Driveway with 5 Foot (residential) or 6 Foot (thoroughfare) Curb Back Sidewalk 14.1 MIRCUSURFACING 15.1 REJUVENATOR 43 46 4 CITY OF LUBBOCK PUBLIC WORKS ENGINEERING STANDARD PAVING SPECIFICATIONS 1_.1 GENERAL The construction and materials for any City of Lubbock Public Works Engineering project shall conform to the following specifications and associated plan sheets. Any construction or materials failing to meet the requirements of these specifications or the plan sheets shall be removed and replaced at the Contractor's expense. No consideration will be given to requests for reduced payments, except as specified or extended warranties for construction or materials not in conformance with these specifications or the plan sheets. The Engineer may require certificates from manufacturers certifying that materials or equipment to be incorporated into the work meet these specifications. Material Safety Data Sheets (MSDS) shall be required on all materials. All materials or equipment shall be subject to approval by the Engineer before being incorporated into any project. After approval; the source and/or character of materials shall not be changed without varitten authorization by the Engineer The term Engineer used in these specifications may refer to the City of Lubbock City Engineer or an individual designated by the City Engineer to administer these specifications and associated plans. 1.2 SIECIFICATIONS Any references to these specifications, ASTIM. AASHTO, TxDOT, or other designated tests, procedures, quality standards, or requirements which are included in these specifications or any associated plans shall be the latest edition and revision thereof. When information indicated on plan sheets is different from these specifications, the information on the plans shall govern. 1.3 WARRANTY AND ACCEPTANCE All equipment, materials, and construction incorporated into any project covered by these specifications shall be guaranteed against defective material and workmanship. Prior to final acceptance, the contractor shall furnish to the Engineer, a Maintenance Bond 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 or from such defects when such defects appear within one year from the date of acceptance of the wrork. The determination of the necessity during the warranty period for the contractor to repair or replace the work in whole or in part shall rest with the Engineer. 1.4 TESTING AND INSPECTION All work shall be inspected and`or tested by a representative designated by the Engineer, who shall have the authority to halt construction when, in his opinion, construction is being perfonned contrary to these specifications or associated plans. Whenever any portion of these specifications or associated plans is violated, the Engineer may order that portion of construction that is in violation to cease until such violation is corrected. Contractor shall cooperate with the Engineer in providing for sampling and testing procedures. In the event City tests indicate out of specification materials, additional tests may be provided by the contractor at his expense. Conflicting tests provided by the contractor will not automatically be considered as compliance with specifications, but will be considered only as additional information to be used by the Engineer to determine the compliance of the material or construction in question. The testing and inspection provided by the City is intended only to verify that materials and construction comply with plans and specifications. The City's testing and inspection are not intended to replace the contractor's responsibility to comply with the specifications. With respect to new material sources, or where the City lab has determined materials do not meet specifications, the City will not re -test until the contractor has provided his own testing to demonstrate the materials and construction are in compliance with the plans and specifications. Upon completion of construction, the contractor shall flood all paving improvements within the project. Any improvements holding water one quarter inch or more in depth, or extending more than 10 feet in length shall be removed and replaced. 1.5 CLEANUP AND SITE RESTORATION After any construction covered by these specifications is completed, the Contractor shall remove all equipment, surplus materials, and rubbish from the site. The contractor shall restore all disturbed areas to their original condition satisfactory to the Engineer. 1.6 NOTIFICATION OF PROPERTY OWNERS The contractor shall be responsible for maintaining positive communication with adjacent property owners. The contractor shall notify all affected property owners with respect to pending construction, restricted access, and driveway locations. 1.7 PROTECTION OF UTILITIES AND IRRIGATION SYSTEMS The plans show only approximate locations of utilities as obtained from various utility companies. It is not implied that all utilities or accurate locations are shown on the plans. It is the contractor's responsibility to familiarize himself with all utilities and locations. The contractor shall comply with all laws, ordinances, and regulations with respect to utility notification and protection, including underground Facility Damage Prevention Notification Centers. The contractor shall call DIG TESS 1-800-545-6005 and provide time for all utilities to be identified prior to construction. On all projects the contractor shall exercise care not to damage any sanitary sewer pipe, manholes, storm sewers, water lines, valves and boxes, communication cables, power cables, gas lines, nor any other pipe or utility. The contractor will be responsible during the construction period for damages to any utilities. Irrigation systems affected by construction shall be properly repaired with materials equal the existing system. The repairs shall be pressure tested to the satisfaction of the Engineer prior to being covered. 1.8 WATER FOR CONSTRUCTION The City will not furnish water at no charge for construction. To use City water for construction the contractor shall acquire a water meter for use on a City fire hydrant, and will be charged the applicable rate for the quantity of water used. The contractor shall contact Lubbock Power and Light Customer Service Department (775-2509) and establish a utility account. The contractor must pay the current deposit for a fire hydrant meter. After the account is established and the deposit is paid, the contractor may pick up a meter from the City Water Department at 600 Municipal Drive. Fire hydrants shall be operated only by use an approved fire hydrant wrench. No pipe wrenches, or other unapproved devices, shall be used to open and close a fire hydrant. For top loading trucks or containers the contractor shall provide a back flow prevention assembly on the discharge side of the meter. The backflow prevention assembly shall be in the form of two spring loaded ball check valves. When filling the truck or container there shall be an air gap of at least two times the opening diameter of the truck or container. For bottom loading trucks the contractor shall provide a Reduced Pressure Zone (RPZ) type backflow prevention assembly. All Reduced Pressure Zone type back flow prevention assemblies must be tested, and the test results approved by the City prior to use. The test results shall be sent to the City of Lubbock Water Utilities Department, Meter and Customer Service Supervisor for approval. In accordance with City of Lubbock Ordinance No. 10208 "Pertaining to Backflow Prevention". the City representatives are authorized to suspend water use from a fire hydrant by a contractor until the proper and correct backflow prevention devices are installed. 2.1 CONCRETE These specifications shall govern Portland cement concrete used for curb and gutter, valley gutters, alley paving, sidewalks, street paving, drainage channels. The concrete shall be produced at a Ready -Mix Concrete Batch Plant conforming to ASTM C 94. The concrete shall be transported to the project location in approved Revolving Drum Agitator Trucks, and shall be placed within one hour of mixing time. The concrete shall be continuously mixed during transit. No patching of any nature shall be allowed in repairing any damage to concrete improvements. Where damage occurs, the section shall be removed to the nearest joints and shall be replaced with new construction. Small cracks with no evidence of displacement may be repaired with epoxy, only where approved by the Engineer. All concrete shall have 5%, minus 1.5% to plus 3%, air entrainment in conformance with AST' C 260. All concrete street pavement shall include proper jointing as determined by the Engineer and a minimum reinforcement of number 4 bars on 18" centers both ways, or as indicated on plans. When delivered to the jobsite each truck shall provide the load ticket indicating weights of all concrete ingredients; including cement, aggregates, water, and admixtures. 8 2.2 CLASSIFICATION The following City of Lubbock classes of concrete shall be used: Class A Curb and gutter; sidewalks, curb ramps, drainage channels, medians; inlet boxes, headwalls, junction boxes, driveways, and retaining wails. Class B Valley gutters and fillets, alley returns, and alley paving. Class C Concrete street pavement. Class D Utility encasements Class E Fast setting concrete pavement such as "Fast Track" Concrete Pavement or, other special design. 2.3 MIX DESIGN Twenty to thirty days prior to beginning any concrete construction the contractor shall submit the following to the Engineer for approval: 1. Test certificates from an approved commercial testing laboratory on all proposed aggregate. Certificates shall indicate material source, gradation, and loss from 5 cycle Magnesium Sulfate or Sodium Sulfate test (not to exceed 18%) 2. A mix design based on water -cement ratio. 3. Results of compression tests in conformance with ASTM C 39 and/or flexural tests in conformance with ASTM C 78, made by an approved commercial testing laboratory. Tests shall be made on 6 cylinders and/or 6 beams at curing times appropriate to the class of concrete. W, "The City Engineer will approve or reject the mix design and materials based on these submittals. This approval shall be subject to additional testing during construction, Mix designs for various classes of concrete shall conform to the following: Minimum Sacks Maximum Gal Maximum Slump Class Cement per CY Water_per Sack Inches A 5.0 6.5 5 B 5.5 5.5 5 C 6.0 6.0 3 D 4.5 6.5 5 E 7.0 5.0 As specified by concrete batch plant 2.4 STRENGTH REOUIREMENTS The various classes of concrete shall conform to the following mininiu n strengths in psi as determined by the average of two test cylinders or beams. When cores are subsequently used to prove compressive strength where test cylinders indicate failures, the cores will be tested in accordance to ACI C42. The required compressive strength shall be increased by 10%. C0MPRESSIVE FLEXURAL Class 3 Dav 7 Dav 28 Dav A - 2100 3000 - B 2500 3000 - - C - 2500 3600 600 (28 day) D - - 2500 - E 3000 psi at 24 hours 2.5 CEMENT Cement shall be Type I, Type 11. or -Type III cements, conforming to ASTM C 150 "Standard Specification for Portland Cement". 10 2.6 AGGREGATE Concrete aggregate shall consist of natural, washed and screened sand, and washed and screened gravel or clean crushed stone conforming to ASTM C 3 3. The aggregates shall be well graded from coarse to fine with a maximum size of 1-11`2 inches, and shall conform to ASTM C 136. All aggregate shall be free injurious amounts of clay, soft or flaky_ materials, loam, organic impurities, or other deleterious materials. Coarse aggregate for Class C or E concrete shall be crushed limestone (Brownwood type or equivalent). Crushed gravel will be allowed if on the TxDOT Quarterly Monitoring Program, or if specifically approved by the engineer. Pine aggregate shall be graded from fine to coarse and shall conform to ASTN1 C 136. The gradation for aggregate shall meet the following requirements by weight: FINE AGGREGATE COARSE AGGREGATE Sieve Percent Retained Sieve Percent Retained 3/8 inch 0 1-3/4 inch 0 No. 4 0-5 1-1 /2 inch 0-5 No.16 20-55 3/4inch 10-40 No. 30 45-75 1/2 inch 40-75 No. 50 70-90 No. 4 95-100 No. 100 98-100 Aggregate Quality Requirements shall comply with TxDOT Item 302 as follows: Deleterious Material 2.0% maximum Decantation 1.5% maximum Flakiness Index 17 maximum Magnesium Sulfate Soundness 25% Stockpiles shall be protected from dusty conditions by drift fences or other methods approved by the Engineer. Stockpiling methods used shall not allow aggregate to roll down the slope as it is added to existing stockpiles. Stockpiles shall be built in layers of uniform thickness. Equipment shall not be permitted to operate over the same lift repeatedly. I 2.7 FLOWABLE FILL Flowable fill shall consist of a concrete mixture of pea gravel and sand with a cement content of l -I i2 sacks per cubic yard_ Plowable fill shall be used for backfil l in all utilitN- ditches within the right of way, and other areas as specified. utility ditches in existing paved streets shall be backfilled with flowable fill from the bottom of the ditch to the paving surface. Use of concrete in place of flowable fill is not acceptable, and if used in place of flowable fill shall be removed by the contractor at his expense. 2.8 WATER Water shall be clean, clear, free from oil, acid or organic matter and free from injurious amounts of alkali, salts, or other chemicals and shall conform to AASIJTO T26. 2.9 ADMIXTURES Admixtures may be applied to the concrete mix design when approved by the Engineer to achieve any desired special properties. Chemical admixtures shall conform to ASTM C 494. Chemical admixtures shall not be used as a substitute for Cement. Mineral admixtures such as Class C Ash and Natural Poz✓olans in conformance with ASTM C 618 may be used with Types 1, II, and III, Portland Cement. When fly ash is permitted to be used, "cement" in relation to mix design shall be defined as "cement plus fly ash". Fly ash may constitute a maximum of 30% by weight of the cement. 2.10 REINFORCING MATERIALS GENIaRAL - All concrete, including curb and gutter, shall incorporate wire mesh or fiber reinforcement, and/or other reinforcement as indicated on plan sheets. Metal reinforcement shall be grade 40 (40KSI) unless indicated otherwise on plan sheets. All steel reinforcing materials shall be securely held in proper position with devices appropriate to the type of reinforcement used, subject to approval by the Engineer. STEEL - Wire mesh shall conform to ASTM A 185, and shall be 6"x 6"-10 gauge welded wire fabric, or size as indicated on plan sheets. Reinforcing bars shall be open-hearth basic oxvp-en or electric furnace new billet steel manufactured in accordance with ASTM 12 A 615 and ASTM A 305. Steel reinforcing materials stored at any location shall be protected from accumulations of grease, mud or other foreign matter, and rust producing materials. When incorporated into construction, steel reinforcement shall be free from rust, scale, oil, mud, and structural defects. Dowels for slip joints shall be smooth plain round bars free from burrs, rough surfaces, and deformations. Sleeves or wrapping shall be as indicated on plan sheets. Chairs shall be used to support the reinforcing steel in the correct position while concrete is being placed. Chairs shall be made of plastic (preferred) or steel, and shall be of adequate size to positively hold the reinforcing materials in position. FIBER - Fiber reinforcement may be used in place of wire mesh only if approved by the City Engineer. Fiber reinforcement shall be either 100% virgin polypropylene, collated, Fibrillated fibers specifically manufactured for use as concrete reinforcement, containing no reprocessed olefin materials, or steel fibers equivalent to Novocon Xorex. The quantity of fiber reinforcement used shall be 1.5 pounds per cubic yard, or as recommended by the fiber manufacturer. The minimum physical characteristics on the fiber shall be as follows: Specific Gravity Tensile Strength Length 2.11 JOINTS 0.91 70,000 psi to l 10,000 psi 3/4" 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. The 40 foot intervals may be omitted for machine placed curb and gutter. 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. Tooled contraction joints, cut at least one quarter the concrete depth, shall be placed at 10 foot intervals. Alley paving (Class B concrete) shall be constructed with an expansion joint at each cold joint. Tooled contraction joints, cut 3,4 inch wide 1-5!8 inch deep, shall be placed at 13 foot intervals. Alley paving contraction joints shall be sealed with an asphaltic sealer. Street Paving (Class C or E concrete) shall be constructed with contraction and expansion joints as indicated on plan and detail sheets. Unless otherwise specified, the joints shall be sawed 1.12 inch wide and to depth equal to 1!4 of the pavement thickness plus one halt` inch. Joints shall be saw cut within 12 hours of placement of the concrete paving. The joints shall be sealed with an elastomeric system as specified in section 2.12. 13 Valley gutters and fillets shall be constructed with tooled construction joints. The joints shall be sealed with an elastomeric system as indicated in section 2.12. 2.12 JOINT SEALING MATERIALS Bituminous premolded expansion joint material shall conform to ASTM D 1751, and shall be placed as indicated on plan sheets or elsewhere in these specifications. Elastomeric sealant for contraction joints shall be, or shall be equivalent to, W.R. Meadows "SOF-SEAL", W.R. Meadows #158 cold applied, or "GARDOX" as required by plan sheets. Hot poured sealant for joints between Portland cement concrete and Bituminous concrete shall conform to ASTM D 3405. Hot poured joint sealant for all other joints in Portland cement concrete pavement, shall conform to ASTM D 3406. Cold poured joint sealant shall conform to ASTM C 920. Elastomeric joint sealant shall be mixed and applied in accordance with the manufacturer's recommendations. Prior to application, joints shall be cleaned by sandblasting and otherwise prepared so that the sealant adheres to the surfaces to form an effective seal against moisture and solid particles. The sealant shall be a soft, highly flexible, rubber like material after curing which shall not track, flow, crack, or break when exposed to hot and cold temperature extremes typical of local conditions. Backer rod used with elastomeric sealant shall be 25% greater in diameter than the joint width. It shall be made of polyethylene foam or other material as recommended by the sealant manufacturer. Compression of the backer rod material shall be approximately 25% shrinkage at 8 psi applied stress. The material shall not melt, shrink, evaporate, or absorb water, and shall be compatible with the application of the sealant to be used. 2.1.3 CURING COMPOUNDS All fresh concrete surfaces shall be completely painted with a liquid membrane forming curing compound and the application shall conform to DMS - 4650 and TxDOT Item "Concrete Structures - Curing Materials". No other methods of moisture retention on fresh concrete shall be used unless specifically approved by the Engineer. 2.14 FORMS FOR CONCRETE Dorms for concrete construction shall be set to the lines and grades established by the Engineer after subgrade has been prepared. The forms shall be held together and in place in such a manner that they will not move during the placing and working- of the concrete. The forms shall be cleaned and oiled prior to placing concrete. 14 fi Face forms and construction joints (removable metal plates) shall be set to hold the concrete in place until it is to be finished. i Forms that are warped or damaged in any manner so as to make them unacceptable to the Engineer shall not be used. Forms for radii shall be set in the same manner as straight forms, and shall be set to produce curves true to the plans. Face forms will not be required for curb and gutter on radii if a true section can be obtained by other methods .. acceptable to the Engineer. 2.15 PLACING AND FINISHING CONCRETE Placing of concrete shall not start before sunrise, and shall stop one hour before sunset. Concrete shall be placed as close to its proper location as practical. Sufficient concrete shall be placed to allow for shrinkage and extra material for finishing. The concrete shall be floated and troweled to the approximate section. No water shall be added during placement or finishing of any concrete, unless specifically authorized by the Engineer. When water is needed for finishing purposes it must be dispensed by a pressurized canister with a misting nozzle. For curb and gutter removal of face forms and finishing shall be started after a partial set occurs. For all concrete construction approved forms, templates, and tools shall be used to form the cross -sections indicated on plan or detail sheets. Concrete shall not be placed when the ambient temperature is below 40 degrees F or if sustained winds are 25mph or higher as determined by the National Weather Service continuous broadcast, 748-1071 selection 2. If, while pouring concrete, the sustained winds exceed the 25mph all placement operations will cease immediately. Concrete shall not be placed on frozen subgrade. The contractor shall have available sufficient covering material, approved by the Engineer, to immediately protect concrete should the air temperature fall below 33 degrees F. This protection shall remain in place as long as the temperature continues below 32 degrees, to a maximum of 5 days. No salt or other chemical admixtures shall be added to the concrete to prevent freezing. All concrete placed for pavement shall be consolidated by use of mechanical vibrators approved by the Engineer and designed to vibrate the concrete internally. Vibrators shall be operated in a manner not to interfere with joints, and shall not come in contact with t , forms. The surface of concrete street paving shall incorporate a tined finish. All other concrete surfaces shall be completed with a light broom finish. When forms are used for concrete paving the forms must stay in place for 3 days or until the concrete reaches 2400 t , p.si, Wreck sets u`71_l be made by the City of Lubbock inspectors. Finished concrete surfaces shall not have irregularities in excess of 1i8 inch when tested with a 10 foot straightedge. Prior to acceptance, the contractor shall apply sufficient water to all concrete and paving to determine locations of ponding. Ponded areas shall be 15 c removed and replaced. Any concrete construction damaged by equipment, tools, vandals, or other influences shall be replaced at the contractor's expense. € , 3.1 SUBGRADE 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. The material shall be suitable for forming a stable embankment and shall meet the following requirements: Liquid Limit 45 maximum PIasticity Index 5 minimum and 20 maximum Linear Shrinkage 2 minimum and 10 maximum Subgrade material which does not meet the above requirements may be conditioned with lime, sand or caliche screenings. The conditioning shall produce a uniform subgrade material which meets all of these specified subgrade requirements. All testing of subgrade will be completed prior to any placement of curb and gutter. Subgrade will be processed the entire width of the roadway including under the curb and gutter section. Subgrade shall be prepared in conformance with the lines and grades shown on the plans, or as directed by the Engineer, by scarifying and compacting to a minimum of 95% of Standard Proctor Density at optimum moisture content plus or minus 2%. Subgrade shall be constructed in maximum of 6 inch lifts. The total thickness of the subgrade shall be 6 inches minimum for streets 36 feet wide or less, 12 inches minimum for streets greater than 36 feet wide, or as indicated on plan sheets. The compaction method for subgrade shall provide for each lift to be compacted to the specified density using appropriate equipment. After each section of subgrade is complete, moisture/density testing will be performed by The City of Lubbock inspection staff. At any time the City Engineer n'lay require proof rolling on streets or alleys with a 25 ton pneumatic roller, to test the uniformity of compaction. Rollers will be completely loaded with water or wet sand to ensure they meet the manufacturer's weight requirements. All utility ditches shall be determined to be stable prior to construiction of subgrade over such utility ditch. :Any fill placed within existing or proposed street right of way in execution of an approved cut and fill plan shall meet these specifications for materials and construction. 16 Cut and fill operations shall comply with Chapter 25 of the City of Lubbock Code of Ordinances. -' Subgrade which has become wet, or othei,%vise altered, after completion may be subject to retesting and reprocessing as determined by the Engineer. 4.1 FLEXIBLE BASE (CALICIIE) The material for flexible base shall consist of crushed caliche, limestone, calcareous clay particles, conglomerate, gravel, sand, or other approved granular materials produced from oversize quarried aggregate, sized by crushing and produced from a naturally occurring single source. Blending of sources shall be allowed only if all sources individually meet the requirements of these specifications. 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. All base material sources are subject to approval by the Engineer. Approved sources that do not test consistently within the limits of these specifications during construction may be rejected by the Engineer. 4.2 MATERIAL TESTS Flexible base material shall conform to the following test requirements: Sieve Analysis Sieve Size 2-1/2" 1-3/4" 7/8" 18" #4 #40 %Retained 0 0-10 10-35 30-50 45-65 70-85 Atterberg Limits Material passing the No. 40 Sieve shall be kno` m as "Soil Binder" and shall meet the following requirements: Liquid Limit 45 maximum Plasticit3y Index 15 maximum and 3 minimum Linear Shrinkage 10 maximum Wet Ball Mill When tested in accordance with Tex-116-E (Wet I3all Mill) the base material shall have a value not to exceed 50. The percent of material passing the #40 sieve shall not increase by'more than 30 during the test. 17 4.3 FLEXIBLE BASE CONSTRUCTION Areas behind curbs shall be backfilled and leveled with approved topsoil prior to placing base material. Approved flexible base material shall be hauled in vehicles of uniform capacity and dumped evenly along the project length for processing and compaction. Processing shall be accomplished in multiple lifts of 3 inches compacted thickness. Each course shall be wetted and rolled with a pneumatic roller as required to produce a uniform compaction of 100% minimum of Standard Proctor Density with a moisture content of' 1 % above to 2% below optimum. Densities will be taken by The City of Lubbock inspection staff. At any time the Engineer may require proof rolling with a 25 ton pneumatic roller to ensure uniform compaction of base. Processing for compaction of caliche base with a sheep's foot type roller will not be permitted. The base shall be maintained by blading, watering, or other methods until the wearing surface is placed. Windrow caliche shall not be removed until the base has passed finish inspection. Base which becomes wet, or other wise altered. may be subject to retesting and reprocessing as determined by the Engineer. The compacted flexible base shall be finished and shaped immediately preceding the application of the surface treatment. All loose or unconsolidated material shall be removed and the surface moistened and rolled with a steel wheel roller. All irregularities, depressions, or weak spots which develop shall be corrected by scarifying, adding or removing material as required, reshaping, and recompacting, or other methods approved by the Engineer. Any deviation in the surface of the finished base in excess of 3/8 inch from the established grade or true cross-section, using a 10 foot long straight edge, shall be corrected as provided above. 5.1 ASPHALT STABILIZED BASE (ASB) Asphalt stabilized base shall consist of a compacted mixture of graded gravel aggregate (caliche is not an acceptable aggregate for ASB) and asphalt cement mixed hot in a mixing plant in accordance with these specifications. The contractor's plant and equipment are subject to approval by the Engineer, and shall be appropriate and in suitable condition to producee the base material consistently in compliance with these specifications. In place compaction control is _required for all AS. Locations of Cores, when required, will be determined by City of Lubbock personnel and marked. The ASB will be cored by the City inspection staff to determine composition, compaction, thickness, and density. The contractor shall replace the pavement removed from core holes at no cost to the City. ASB found to be deficient in composition, compaction; thickness, or density shall be corrected att the contractor's expense as directed by the Engineer. 18 5.2 ASB MIX DESIGN ASB shall be designed in accordance to TXDOT 340 specifications Type B (fine base) using the "Texas gyratory compaction method (TX206-F).The contractor shall provide a current mix design, less.than one Year old, using the approved materials indicating gradation and optimum asphalt content. The aggregate mixture shall confonn to the following master gradation: Sieve Size 1" 3/4" 3/8 #4 #8 #30 450 #200 VMA % Passing by Weight: 0 98-100 60-80 40-60 29-43 13-28 6-20 2-7 12% plant Material passing the #40 sieve shall be known as soil binder and shall meet the following requirements: Liquid Limit shall not exceed 45 Plasticity Index shall not exceed 15 Linear Shrinkage shall not exceed 5 The mineral aggregate shall not contain more than 0.5% moisture prior to entering the pugmill for mixing with asphalt. The ASB mixture shall consist of a uniform mixture of mineral aggregate and asphaltic material. The mineral aggregate shall conform to the gradation requirements specified. Optimum asphalt shall be determined in accordance with design method TX204-F, with a target density of 96.5% lab molded density. Asphalt content tolerances will be plus or minus .3%. Outside these parameters corrective action must be taken immediately, over .5% shall require immediate cease of production. No more than 20% RAP will be allowed in ASB designs. The percent asphaltic material shall be determined in accordance with Test Method Tex.-236F. Asphalt for the mixture shall meet the requirments of TxDOT Item "Asphalt., Oils, and Emulsions", and must be a performance graded (PG) 70-28 or better. The grade of asphalt and source must be approved by the Engineer prior to use. The contractor shall submit the mix design prepared by a qualified lab for approval by the Engineer. The Engineer will approve the asphalt content to be used in the mixture after design tests have been made with the aggregate to be used. The asphalt content of the Job- Mix Formula during production shall not vary from the design more than 0.3% dry weight based on total mixture. I NJ 5.3 PLACING ASB Asphalt Stabilized Base shall be placed and compacted in 3 inch lifts to form the specified thickness of compacted base, unless otherwise directed by the Engineer. Prior to placing ASB, the subgrade shall be prepared as previously specified. The cross-section shall be constructed to form the specified crown on the I• MAC surface at the centerline of the street, or as indicated on the plans. ASB shall not be placed when the air temperature, as reported by the National Weather Service 748-1071 selection 2, less than 50 degrees F ambient or 60 degrees surface temperature. During June; July, and August ASB shall be placed at a temperature between 255 and 285 degrees F. During other months ASB shall be placed at a temperature between 275 and 325 degrees F. Any ASB material that is above, or below the specified temperature range may be rejected by the engineer. No payment will be made for any rejected material. Any ASB material that is rejected shall be disposed of at a location observed and approved by the engineer's representative. The ASB material shall be laid on the approved prepared surface using an approved laydown machine. The material shall be placed in such a manner that when properly compacted the finished course is smooth, of uniform density, and in conformance with the cross -sections and grades shown on the associated plans. 5.4 ASB COMPACTION The ASB shall be compacted thoroughly and uniformly with approved rollers to a density consistently between 92° o and 95% (but must be between 90% and 97%) of the theoretical maximum gravity with a lab molded target of 96.5% plus or minus l %. All results will be calculated using the maximum; theoretical Rice gravity. Lab molding will take place in accordance to the asphalt manufacturer's recommended temperature. Rolling patterns shall be set by using a thin lift nuclear gauge in order to ensure maximum compaction. All roller marks shall be removed and compaction completed prior to the ASB mixture cooling below 185 degrees F. 6.1 HOT MIX ASPHALT CONCRETE SURFACE (HMAC) Hot mix asphalt concrete surface shall consist of a minimum of one and one half inch th1C1{ compacted mixture Of coarse aggregate, fine aggrerrate; !n?neral filler and asphalt cement mixed hot in a mixing plant in accordance with these specifications. lnless otherwise specified, the materials and construction shall conform to TxDOT Item 340 Dense Graded Hot Mix Asphalt Method. 20 E, i' Mix designs will be in accordance with TX204-F with a lab molded density of 96.0% g _ i using the Texas gyratory compaction method. With a target VMA (voids in mineral aggregate) to be determined according to type of FIMAC utilized. New designs shall be submitted annually, or when material properties change. h, The contractor's.plant and_equipment are.subject to approval by the Engineer, and shall be appropriate and in suitable condition to produce the HMAC surface consistently in compliance with these specifications. Approval of the source and character of the materials shall be obtained from the Engineer prior to use. The combined mineral aggregate , after final processing by the mixing plant and prior to addition of asphalt and mineral filler, shall have a sand equivalent value of not less than 45 when tested in accordance with Test Method Tex 203-F. The percent of flat and elongated slivers of stone for any aggregate shall not exceed 25% when tested in accordance with Test Method Tex 224-F. Asphaltic mixtures with aggregates which exhibit stripping characteristics shall be conditioned with either lime in accordance with DMS-6350, or liquid anti -stripping agent approved by the Engineer. Anti -stripping agents shall meet requirements of TXDOT Item "Asphalt Anti -stripping Agents", and shall be added at the manufacturer's recommended dosage and temperature range. Core locations will be marked and cored at random locations by the City of Lubbock personnel. Cores must be at least 1- 1/4" prior to being trimmed. A minimum of 2 cores/600' block will be taken to determine compaction, thickness, and density. Cores will be taken in pairs and averaged to determine the percent air voids based on the theoretical maximum gravity. HMAC surface found to be deficient shall be corrected at the contractor's expense as directed by the Engineer. The contractor shall replace the pavement removed from core holes immediately after testing at no cost to the City. 6.2 THICKNESS OF HMAC SURFACE The thickness of HMAC surface shall be a minimum of one and one half (1 -1i2) inches, unless otherwise indicated on plans. If only one core measures zero to 1,14 inch less than required thickness no corrective action shall be required. If two or more cores measure at least 1/4 inch less than the specified thickness; the HMAC surface shall be considered deficient with respect to thickness. Additional cores will be taken at 25 foot spacing to define the limits of deficiency. No additional compensation will be made to the contractor for thickness of HMAC surface greater than specified. The paving surface shall not have variations exceeding 11 /8 inch between any tvvo contact points on a 10 foot straightedge. Defects shall be remedied as directed by the engineer 21 using methods specified in TXDOT Item 585 Ride Quality for Pavement Surfaces, `hype ' A. .._ 6.3 MIX DESIGiV The contractor shall provide a current HMAC mix design using the approved materials, indicating gradation and optimum asphalt content as determined by Test Method Tex 2041. The aggregate mixture shall conform to the following master gradation: Tvpe "C" (Coarse Graded Surface Course - Streets -Qreater than 36 feet wide Percent passing 3/4" 95-100 Percent passing 3/8" 70-85 Percent passing No. 4 43-63 Percent passing No.8 32-44 Percent passing No. 30 1.4-28 Percent passing No. 50 7-21 Percent passing No. 200 2-7 VMA Design Minimum 14% Plant Produced Minimum 13% Tvpe "D" ( Dine Graded Surface Course - Streets 36 feet or less wide Percent passing 1/2" 98-100 Percent passing 3/8" 85-100 Percent passing No. 4 50-70 Percent passing No. 8 35-46 Percent passing No.30 15-29 Percent passing No. 50 7-20 Percent passing No. 200 2-7 VMA Design Minimum 15% Plant Produced Minimum 14% Lab molded density will be plus or minus 1.0% of design before corrective action is required. Plus or minus 1.5% will require immediate cease in production operations with removal and replacement of HMAC laid at that location. Production will cease until which time the contractor has sufficiently proven they have taken corrective actions. Asphalt content will be plus or minus 0.3% before corrective action is required. Plus or minus 0.5% will require immediate cease in production operations with removal and replacement of HMAC laid at that location. Production will cease until which time the contractor has sufficiently proven they have taken corrective actions. 22 i Material passing the No. 40 sieve shall be known as soil binder and shall meet the following requirements: Liquid Limit shall not exceed 45 Plasticity Index shall not exceed 15 Linear Shrinkage shall not exceed 5 The mineral aggregate shall not contain more than 0.5% moisture prior to entering the pugmill for mixing with asphalt. The I-IMAC mixture shall consist of a uniform mixture of mineral aggregate and asphalt material. The contractor's materials and mix design shall meet all the perfonmance criteria addressed in these specifications. 6.4 COARSE AGGREGATE Only coarse aggregate approved for usage must be on the TXDOT source rating catalog. The coarse aggregate shall be the material retained on a No. 4 sieve, and shall consist of clean, washed, tough, durable fragments of crushed stone of uniform quality. Mixing or combining of crushed gravel and crushed stone will not be permitted. Coarse aggregate shall be crushed to the extent that produces a minimum of 80% crushed a faces for both "Type "C" IIMAC, and 'Type "D" I-IMAC, when tested in accordance with Test Method Tex -460-A Part I "Determination of Crushed Face Count". Decantation will be a maximum of 1.5%. Deleterious will be a maximum of l .5%. 1-1 Coarse aggregate shall have a maximum loss of 20% when subjected to 5 cycles of the Magnesium Sulfate Soundness Test ASTM C-88. The amount of organic matter, clays, foams, or particles coated therewith, or other undesirable materials shall not exceed 1.5 percent. When subjected to the Los Angeles Abrasion Test, the coarse aggregate shall not have a loss greater than 40 percent by weight. 23 6.5 FINE AGGREGATE r The fine aggregate is defined as that part of the aggregate passing the No. 10 sieve and shall be of uniform quality throughout. A maximum of 15% of the total virgin aggregate may be field sand or other crushed fine aggregate. Screenings shall be of the same or similar material as specified for coarse aggregate. Linear shrinkage shall be a maximum of 3% Mineral filler shall consist of thoroughly dry stone dust, slate dust, Portland cement or other material dust approved by the Engineer. The mineral filler shall be free of foreign and other injurious matter and shall meet the following gradation: Percent passing on No. 30 Sieve 95-100 Percent passing on No. 80 Sieve 75 minimum Percent passing on No. 200 Sieve 55 minimum 6.6 ASPHALT Asphalt shall be a Performance graded (PG) 70-28 or better, unless otherwise shown on plans. The contractor shall notify the Engineer of the source of asphaltic material for approval prior to production of the asphaltic mixture. Optimum asphalt content will be determined by Test Method TEX 204-F. The contractor may select a JMF asphalt content which yields 96% compaction provided it is within 0.3% of the design. Asphalt content will be plus or minus 0.3% of design during production. When asphalt content falls outside these parameters immediate action is required. if at anytime the asphalt content falls to .5% immediate cease in production will take place until which time the contractor has provided sufficient evidence of the problem being corrected. 6.7 PRODUCTION AND PLACEMENT OF HNIAC Prior to production beginning, contractor must submit in writing a job mix formula (JMF) for the mix design they want to run on that project. "17he JMF will be held to tolerances as outlined. Difference Difference Description ---- - -_ _ - _ from JMF from city - Individualmpercent retained for #10 sieve and larger �5.0% +5 0% _ - Individual percent retained from =t 1 Os�200 ±3.0% ±3.0% Percent passing 4200 t2.0% 1.6°io 1 Asphalt content percentage _ - =.3% ±.3% -- L.aboratory molded density percenta�e f1.0%f-1.0% 24 HMAC surface constructed compacted thickness: Type D 1.5 inches minimum 2.5 inches maximum Type C 2.0 inches minimum 3.5 inches maximum. The pavement shall be constructed on the previously approved base. Placing of HMAC shall not start until 30 minutes after sunrise, and must stop and all equipment off the right of way 30 minutes prior to sunset. HMAC surface shall not be placed until at least 48 hours after the application of the prime coat. Air temperature requirements for placing HMAC shall be as follows: November 1 to April I It l-IMAC shall not be placed when the air temperature is below 55 degrees F and falling. I-IMAC may be placed when the air temperature is above 50 degrees F and rising. April 1 to November 1 HMAC shall not be placed when the air temperature is below 50 degrees F and falling. HMAC may be placed when the air temperature is above 45 degrees and rising. Air temperature shall be determined by the National Weather Service hourly report, 748-1071 selection 2. if the temperature of any HMAC, measured awhile passing through the lay down machine, is plus or minus 25 degrees F from the mixing temperature, the load shall be rejected. No payment will be made for rejected material. Any HMAC material that is rejected shall be disposed of at a location observed and approved by the engineer's representative. When weather is producing high winds, contractor must provide a water truck in order to keep the blowing dust down. if the sustained winds reach 25 mph, all concrete and hotmix operations will cease production immediately. The asphaltic mixture shall be dumped and spread on the approved prepared surface using an approved spreading and finishing machine. The material shall be placed in such a manner that when properly compacted the finished course is smooth, of uniform density, and in conformance with the cross -sections and grades shown on the associated plans. Wings of the laydown machine may not be dumped unless they are dumped after every load. A level up course, 1/2 inch or more in thickness shall require the use of ASB or a coarse grade of HMAC approved by the Engineer. When the asphaltic mixture is placed in a small area where use of a finishing machine is not practical, the contractor may use other methods approved by the Engineer provided a satisfactory surface can be obtained. Adjacent to curbs gutters or other flush structures, the surface shall be finished uniformly high so that when compacted it will be 1/4 inch above the curb or flush structure. 2; All joints shall present the same texture, density, and smoothness as other sections of the t course. The joints between old and new pavements or between successive day's work shall be made to insure a continuous bond between the old and new sections of the course. The transverse edges of old pavement and, if required by the Engineer, the successive day's pavement shall be cut with an approved concrete saw to expose an even vertical surface for the full thickness of the course. All contact surfaces of previously f constructed pavement shall be painted with a thin uniform coat of approved tack coat ' before the fresh mixture is placed. r. 6.8 COMPACTION HMAC surface compaction shall be consistently be between 92% and 95%, but must be between 90% to 97%, of the theoretical maximum gravity (Rice gravity). Using appropriate rollers approved by the Engineer, the pavement shall be compacted thoroughly and uniformly. Gasoline, oil, grease, solvents, or other foreign matter shall not be permitted to fall on the pavement when rollers are in operation or standing. Places inaccessible to the rollers may be compacted using lightly oiled tamps. Trenches and other limited areas where required compaction cannot be obtained using a three wheel roller shall be compacted with a trench type roller. 1 LJ 26 �i The surface of the pavement after compaction shall be smooth and true to the established line, grade, and cross-section. When tested with a 10 foot straight edge placed parallel to the centerline of the roadway, or other means acceptable to the Engineer, the maximum deviation shall be not exceed 1/8 inch in I0 feet. An acceptable 10 foot straight edge shall be provided by the contractor. Any point in the surface not meeting this requirement shall be corrected as directed by the Engineer. When placed on existing surfaces, the 1 /8 inch maximum deviation requirement may be waived by the Engineer. 6.9 PRIME AND TACK COATS Prior to placing HMAC on flexible base, the surface shall be primed, and cured 72 hours, using an application of 0.20 gallons of asphalt per square yard of surface. Before any asphaltic mixture is laid, the surfaces against which the pavement is to be placed shall be cleaned to the satisfaction of the Engineer. The surfaces shall be given a uniform application of tack coat using asphaltic materials of this specification. Prime coat will not be used as a tack coat. The tack coat shall be applied as directed by the Engineer with an approved sprayer. Where the pavement mixture will adhere, as determined by the Engineer, to the surfaces on which it is to be placed without the use of a tack coat, the Engineer may waive the requirement for the tack coat. All contact surfaces of curbs, structures, and joints shall be painted with a thin uniform tack coat. The prime coat should be MC 30 or AEP, the tack coat shall be asphalt materials such as PG, AC-10, or a similar product as approved by the engineer. 6.10 EMULSIFIED ASPHALT SEALER All HMAC surface courses shall be sprayed with an emulsified asphalt sealer consisting of a 15/85 mixture of CSS-111, or 20/80 SS-1, liquid anionic asphalt and distilled water. The emulsified asphalt sealer shall be applied after the HMAC surface has cooled to below 70 degrees F, and shall be applied at a rate of 0.I0 to 0.12 gallons per square yard of surface. 6.11 RELEASE AGENTS Diesel shall not be used as a release agent. Only approved agents (such as Black Magic or equivalent) will be used. Diesel will not be permitted to be used on any tools or machinery, that comes into contact with the HMAC. 27 6.12 SAMPLING OF HMAC When sampling of mix for testing purposes, the City of Lubbock representative will determine when the sample is taken and will split the sample with the contractor (at the contractor's request). A "Referee" sample will be taken at the same time and held at the city laboratory until all test results are completed. If the contractor results differ from. the. city's results by more than the amount outlined in section 6.7 then the referee will be utilized and it will be run at an independent laboratory at the expense of the contractor, at which time all tests are final. If the contractor does not run quality control samples then no referee will be utilized and the Cit;, of Lubbock test results will be final. 7.1 STORM SEWER Storm sewer shall include installation of pipe, manholes, inlet structures and outlet structures. Contractor shall use only materials, tools, methods, and equipment considered standard by the pipeline construction industry, and approved by the Engineer. Grade and horizontal alignment shall be maintained using a laser or batter boards. 7.2 REINFORCED CONCRETE PIPE Storm sewer shall be constructed using reinforced concrete pipe, either precast or cast in place. The pipe shall conform to the requirements of AASHTO M-170 or ASTM C-76. Pipe shall be Class III unless otherwise noted on plan sheets. 7.3 MORTAR Mortar shall be used for caulking and filling between pipe and drainage structures. Mortar shall be composed of 1 part, by volume, of Portland cement and 2 parts of mortar sand. The Portland cement shall conform to the requirements of ASTM C-150, 'Type 1. The sand shall conform to the requirements of ASTM C-144. Hydrated lime may be added to the mixture of sand and cement in an amount equal to 15% of the weight of cement used. The hydrated lime shall meet the requirements of ASTM C-6. Mortar which has not been used after 45 minutes of having water added shall be discarded. Mortar ma_v not be retempered by having water added. LJ' 28 7.4 PREFORMED BITUMINUS GASKET JOINTS Preformed bituminous gaskets for concrete non -pressure pipe shall conform to the requirements of Fed. Spec. SS-S-00210 (GSA-FSS), and shall be Ram-Nek or approved equal. Gaskets shall be installed in accordance with manufacturer's recommendations and shall forma water -tight joint. 7.5 MANHOLES Manhole barrel; cone and extension sections shall be constructed of precast concrete. A plant inspection may be required for production facility inspection and to review record - keeping for material certification. The manufacturer must provide certification that all materials used for manufacturing meet with the following ASTM Specifications. Aggregates ASTM C-33 Cement ASTM C-150 Sampling Specimens ASTM C-39 Reinforcing ASTM C-185 Sand and Mortar ASTM C-144 Precast concrete sections for manholes shall conform to ASTM C-478 specifications. Compressive strength test results must verify concrete strengths meet or exceed 4,000 psi. Aggregate shall be crushed limestone and shall conform to ASTM C-33 specifications. Joints, excepting grade rings, shall be tongue and groove or an equivalent male and female type joint as approved by the Engineer. All joints shall be effectively jointed to prevent leakage and infiltration. All connections between wall sections shall be joined with Conseal Joint Sealant or approved equal to provide a watertight manhole. This sealant will be provided by supplier and will be considered an essential part of each shipment. All cones and adjusting rings shall maintain a clear 24" opening. Adjusting rings shall be reinforced with the same percentage of steel as risers and tops and will also meet ASTM C-478 specifications. Adjusting rings, as well as all precast concrete manhole products, shall be smooth, uniform in size and dimensions, consistent in components throughout and free of voids or honeycombs. All manholes shall be designed to withstand H-20 AASHTO loading. They shall also have lifting holes that do not protrude through manhole wall; one full inch of concrete thickness must remain between lift hole and outside wall of manhole. Manhole barrels shall be assembled of precast riser section. Riser sections and top cone sections shall be placed vertically with tongues and grooves properly keyed. 29 j, Invert channels shall be smooth and semi -circular in shape conforming to the inside of the adjacent pipe section. Changes in direction of flow shall be made with a smooth curve of as large a radius as the sire of the manhole will permit. Changes in size and grade of the channels shall be made gradually and evenly. The invert channels may be formed directly in the concrete of the manhole base or may be half -pipe laid in concrete. The floor of the manhole outside the channel shall be smooth and shall slope toward the channel not less than one inch per foot, nor more than two inches per foot. All connections betw-een the riser or base sections and the sewer pipe shall be joined in such a manner as to make the manholes xatertight. Preformed rubber waterstop gaskets cast into the riser or base section are acceptable. Preformed flexible plastic sealing compounds equivalent to "Ram-nek" or "Kent Seal" may be used provided a watertight seal is achieved. Adjusting rings may be used for adjusting the top elevation, except that the total height of the adjusting rings shall not exceed 12 inches at any manhole. Concrete shall be placed around and under the rings to provide a seal and seat the ring at the proper elevation. Each manhole shall have a minimum of 6 inches of grade adjustment. 7.6 MANHOLE FRAMES AND COVERS Manhole frames and covers shall be of good quality gray iron casting and conform to ASTM A-48, having a clear opening of not less than 22 inches. The casting shall be designed with a full bearing ring so as to provide a continuous seat between frame and cover. The cover shall be furnished with lifting ring cast into the cover in such manner as to prevent water leaking through. Frame and cover shall have a weight of not less than 217 5 pounds. The manhole ring and cover shall be Western Iron Works #40 or approved equal. 7.7 CONSTRUCTION METHODS All equipment necessary and required for the proper construction of storm sewers, manholes and culverts shall be on the project, in first-class working condition, and approved by the Engineer before construction is permitted to start. If precast concrete pipe or manhole sections are used, the Contractor shall provide appropriate hoisting equipment to handle the pipe or sections while unloading and placing it in its final position without damage to the pipe. The Contractor shall provide hand tampers and pneumatic tampers to obtain the required compaction of the pipe bed, the manhole bed and the backfill, as specified. 30 7.8 EXCAVATION I'lle Contractor shall do all excavation to the depth shown on the plans. Where rock, or soil containing rocks or gravel, hard pan or other unyielding foundation material is encountered in trench excavation, the pipe shall be bedded in accordance with the requirements of one of the classes of bedding; and the hard unyielding material shall be excavated below the elevation of the bottom of the pipe or pipe bell to a depth of at least 8 inches or 1 t'2 inch for eacli foot of fill over the top of the pipe, whichever is greater, but not more than three-Iourths the nominal diameter of the pipe. The cushion shall consist of a fine compressive material, such as silty clay or loam, lightly compacted, and shaped as required for the specified class of bedding. The cost of furnishing and placing the r cushion material shall be included in the bid price per linear foot of pipe in place. The bottom of the trench shall be excavated to a horizontal section as far as practicable. Excavated material not required or acceptable for backfill shall be disposed of by the Contractor as directed by the Engineer. Excavation shall not be carried below the required depth; but when it is, the trench shall be backfilled at the Contractor's expense with material approved by the Engineer and compacted to the density of the surrounding earth material as determined by AASHTO T-180. When directed, unstable soil shall be removed for the full width of the trench and replaced with sand or with approved granular material. The Engineer shall determine the depth of removal of unstable soil and the amount of backfill necessary. The backfill shall be compacted and shaped to a firm but slightly yielding condition to form the bed for the pipe. Grades for pipe shall be as shown on the drawings. No changes in grade will be made unless so directed by the Engineer. The minimum width of the trench at the top of the pipe, when placed, shall be a width which will permit the proper construction of joints and compaction of backfill around the pipe. The sides of the trench shall be vertical, unless otherwise approved by the Engineer. The maximum allowable width of the trench shall not exceed the widths shown below unless otherwise approved by the Engineer. NOMINAL PIPE MINIMUM TRENCH MAXIMUM TRENCH SIZE WIDTH AT SPRINGLINE WIDTH AT TOP OF PIPE Less than 18" Pipe U.D. + 12" Pipe O.D. + 18" 18" thru 36" Pipe O.D. + 18" Pipe O.D. + 24" 37" thru 60" Pipe O.D. 24" Pipe O.D. + 30" The width of the trench above the top of the pipe may be as wide as necessary for shoring, t bracing or proper installation of the pipe. Excavation in paved areas shall be confined to i a minimum practical width. The bed for pipe shall be so shaped that at least the lower quarter of the pipe circumference shall be in continuous contact with the bottom of the trench. :i 1 3 1 The excavation for manholes shall be essentially the same as that for the piping. The sides of the excavation shall be vertical unless otherwise approved by the Engineer. The. Contractor shall do such trench bracing, sheathing or shoring necessary to perform and 1 protect the excavation as required for safety and conformance to applicable laws and regulations. The bracing, sheathing, or shoring shall not be removed in one operation but shall be done in successive stages to prevent overloading of the pipe during backfilling operations. The cost of the bracing, sheathing, or shoring and the removal of same, shall be included in the unit price bid per foot for the pipe. Surface water shall be prevented from entering the excavation. Heavy equipment, except for excavating equipment, shall not be operated within 20 feet of the edge of the excavation. Excavated materials shall be stockpiled no closer than 3 feet from the edge of the excavation. 7.9 PIPE INSTALLATION The Contractor shall provide the appropriate tools and methods to insure installation of the pipe to line and grade, as shown on the drawings. "The Contractor's facilities for lowering precast pipe into the trench shall be such that neither the pipe nor the trench will be damaged or disturbed. The Engineer shall inspect all precast pipe before it is placed. Any section that is damaged by handling or is defective to a degree which in the opinion of the Engineer will materially affect the function and service of the pipe shall be rejected and removed from the job site. Installing the precast pipe in the finished trench shall be started at the lowest point and is laid upgrade. For tongue and groove precast pipe, the grooved end shall be laid upgrade. The pipe shall be firmly and accurately installed to line and grade so that the invert will be smooth and uniform. "The pipe shall be protected from water during placing and until the concrete, in cast -in -place pipe, or the mortar, in the joints of precast or cast in place pipe, has thoroughly set. The contractor shall provide temporary diversions as necessary to prevent surface water flow into the excavation. Pipe shall not be laid or installed on frozen ground. Pipe which is not true in alignment, or which shows any change in grade after laying or installing, shall be taken up and re-laid or re -installed without extra compensation. Mortar shall be used for caulking and filling, between the pipe and the drainage structures. Mortar that is not used within 45 minutes after water has been added shall be discarded. Retempering of mortar shall not be permitted. Pipe joints for precast concrete pipe shall be of the tongue and groove type. "The joints shall be of a water tight joint. Each joint shall be sealed with a preformed bituminous gasket as specified. The gasket shall be installed as recommended by the pipe manufacturer. L, 32 r, Field poured concrete bases shall be at least 12 inches thick and not less than 1 (one) foot greater diameter than the outside diameter of the manhole riser section. Concrete shall be Class A at a minimum 3000 psi 28 day compressive strength. Concrete placement shall conform to ACI and good construction practices. Concrete shall be consolidated and struck -off to a horizontal surface within the forms or pouring rings. Field poured concrete bases shall be reinforced as detailed on the Plans or as shown in the Standard Details. The manhole shall be constructed to ASTM C-891 standards. Precast reinforced concrete bases shall be of the size and shape detailed on the Plans or as shown in the Standard Details. 7.10 BACKFILLING All trenches and excavations shall be backfilled as the pipes and manholes are installed, L unless otherwise directed by the Engineer. Outside of street right of way the backfill material shall be selected granular material from excavation or borrow; material which is placed at the sides of the pipe and manhole and 1 foot over the top shall be material J which can be readily compacted. It shall not contain stones retained on a 2-inch sieve, frozen lumps, chunks of highly plastic clay, or any other material which is objectionable to the Engineer. The material shall be moistened or dried, if necessary, to be compacted by the method in use. Backfill material shall be approved by the Engineer. The backfill shall be placed in loose layers not to exceed 6 inches in depth along each t.. side of the pipe and manhole. Special care shall be taken to secure thorough compaction under the haunches and at the sides of the pipe and manhole. This backfill shall be brought up evenly on each side of the structure to an elevation of l foot over the top of j the pipe, or such greater elevation as directed by the Engineer. Backfilling shall be done in a manner as outlined in 3.1 and 4.3 and to avoid injurious top or side pressures on the pipe and manhole. Backfill shall be compacted to 95% (min.) Standard Proctor Density. Unless otherwise directed by the Engineer or plans, excavation within street right of way shall be backfilled with flowable fill material (2-sacks of cement per cubic yard concrete mix) to 1-1112 inches below the asphalt surface. 'rhe pipe shall be restrained so that during the pour the pipe shall not be displaced. Movement of construction machinery over a culvert, pipeline, or manhole shall be at the Contractor's risk. Any damaged construction shall be removed and replaced at the expense of the Contractor. 33 7.11 TRENCH PROTECTION Trench excavations not exceeding five feet in depth shall be protected in accordance with applicable OSHA, state, and local requirements. Trench excavations greater than five feet in depth shall be protected in accordance with the following specifications. All work performed under this section shall also comply with OSHA Part 1926, Subpart P and all State and Local codes. The Contractor shall be responsible for complying trench safety requirements, the requirements of the specifications, drawings and all applicable codes. Trench protection shall be performed by forces having at least two years experience with similar types of trench safety systems. The manufacturer of prefabricated items used in trench safety systems shall have at least two years of experience in fabricating the items. The contractor shall provide detailed drawings for proposed trench safety systems. The drawings shall identify where each system is proposed for use and type of system to be used. Trench excavations shall not be started until trench safety systems have been submitted and approved by the Engineer. if trench boxes are to be used, the contractor shall submit manufacturer's standard data sheet and certificate of compliance stating the maximum allowable depth for the given design pressure for each type of trench box proposed for use. If alternative systems composed of steel, aluminum, wood or a combination of materials are proposed, the contractor shall submit design data demonstrating the ability of the proposed materials to provide the necessary trench protection. Materials used for trench safety shall be capable of withstanding imposed loads without excessive deflections. Materials shall be clean, free of rust, holes. knots and other defects, and shall conform to the following: Steel — Steel shall be of type and thickness as required and shall have a minimum yield stress of 36 ksi. Aluminum -- Type 6061-T6, thickness as required. Wood in Contact with Earth — Pressure treated woods. Wood not in Contact with Earth — Soft or hardwood as required. 34 i> z;� a 8.1 FENCES Unless otherwise indicated on plans, existing fences which must be adjusted or relocated shall be reconstructed using the same or equivalent materials; height, and construction in the proper location. The contractor shall remove- existing fence and either store for reuse or legally dispose of the fence materials, whichever is appropriate. New fence construction shall be in accordance with specifications and details included on plan sheets. 9.1 SALVAGE OF ASPHALT PAVING All salvage asphalt material shall be broken into pieces not more than 2 inch in size and stockpiled at a location indicated in the plans. Any non -asphaltic materials, such as flexible base and soil, shall be kept separated from the salvaged asphalt. 10.1 BARIUCADES Prior to starting work on any project covered by these specifications, the contractor shall submit a Traffic Control Plan for approval by the Engineer. The contractor shall have the sole responsibility for providing, installing, moving, replacing, maintaining, cleaning, and removing upon completion of work, all traffic control devices. The Traffic Control Plan and devices shall be in compliance with the Texas Manual of Uniform Traffic Control Devices (MUTCD) and the 1993 National Cooperative Highway Research Program Report 350 (NCHRP 350). The Traffic Control Plan approved by the Engineer shall be considered the minimum requirement for the project. The contractor shall provide additional devices as determined to be necessary during the project. If at any time during construction the approved plan does not accomplish the intended purpose, due to weather or other conditions affecting the safe handling of traffic, the contractor shall immediately make necessary changes to correct the unsatisfactory conditions. The contractor shall maintain ingress and egress to private property at all times. All signing and barricading shall be in place before construction operations are started and during all times construction is in progress. All hazards shall be clearly marked and adequately protected, If pedestrian wall-xxvays are blocked, pedestrian control shall conform to "Typical Sidewalk and Curb -Lane Closure for Pedestrian Control" as indicated in Texas IvIUTCD. No separate payment will be made for traffic control. The required plan and devices shall be considered to be subsidiary to pay items. 35 l 1.1 PROSECUTION OF THE WORK AND WORKING DAYS During the period the contractor is directing traffic over the base, the surface shall be satisfactorily maintained by the use of sprinkling and blading as required, so that no hazard will result. The base course shall be maintained until the wearing surface is placed thereon. At no time during the period of construction shall driveways and/or alleys be left impassable between the night hours of 6:00 PM to 6:00 AM, except during the construction of curb and gutter for which the driveways and/or alley's shall remain closed not more than 4 days. No work will be performed after dark or before daylight. 11.2 WORKING DAYS DEFINITION City contracted paving projects will be based on working days allowed. No requests for extensions of time will be considered. A working day is defined as a calendar day, not including Saturdays, Sundays, or City of Lubbock designated holidays, in which weather or other conditions beyond control of the contractor will permit the performance of the principal unit of work for a continuous period of not less than 7 hours between 7:00 am and 6:00 pm. Work on Saturdays, Sundays, or City of Lubbock designated holidays must be authorized by the Engineer (see item 11.3). For each Saturday, Sunday, or City of Lubbock designated holiday on which the Contractor chooses to work and has authorization from the Engineer to work. 1 day will be charged against the contract working time when conditions will permit at least 7 hours of work as described above. Work on Sunday will not be authorized except in cases of extreme emergency, as determined by the Engineer. Working days will be considered to begin on the effective date stated in the Notice to Proceed, unless the contractor is Linable to begin work on that date due to factors beyond his control as determined by the Engineer. In that event; time charged against the project ' will begin on the date the contractor could first work a minimum of 7 hours as described above. 36 1 x The Engineer will furnish the contractor a monthly statement showing the number of working days used and the working days remaining. The contractor shall be allowed 10 calendar days in which to protest the correctness of each statement. The protest shall be Ll in writing, addressed to the Engineer, and shall indicate basis of the protest. The Engineer shall respond to the protest within 10 calendar days of receiving the protest. Failure to file a protest within the allotted 10 days for any statement shall indicate the contractor's approval of the time charges as shown on that period's time statement, and future consideration of that time statement will not be pennitted. 11.3 WORK BETWEEN NOVEMBER 1 AND JANUARY 2, AND ON OTHER HOLIDAYS If conditions are such that, in the opinion of the Engineer, construction will negatively Ell affect local businesses during holiday periods, the Engineer may suspend construction operations from November 1 to January 2. The City of Lubbock observes specific holidays, and City staff is not required to work those days. As standard procedure, construction operations that require testing/inspection may not be performed on those holidays. If the contractor needs to perform construction operations that require City personnel on holidays, the contractor shall make a written request for authorization to work from the Engineer. The request shall state the reason the work is necessary, and shall state that the contractor agrees to pay the City for the related personnel expenses including salary, overtime, and benefits. If City personnel are available, the Engineer may approve the request. 12.1 MEASUREMENT AND PAYMENT 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. All of the items covered by these standard specifications may not be included in a particular project. Only those items indicated on bid documents and plan sheets shall be included for construction and payment. 1 37 12.2 CURB AND GUTTER Measurement will be made of the linear feet of separate curb and gutter actually constructed. Separate 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, excavation, filling, backfilling, forming, finishing, and all incidentals necessary to complete the work. 12.3 CONCRETE FLAT SLABS - SIDEWALK, DRIVEWAY, ALLEY RETURN, ALLEY PAVING, AND VALLEY GUTTER Measurement will be made of the area, in square feet, of flat slab actually constructed. Flat slabs will be paid for at the unit price bid per square foot for each specific type of slab. Curb on driveways, alley returns, and valley gutter fillets shall be included in the area measured for the slab and will not be paid as separate item curb and gutter. The unit price bid shall include furnishing and installing all materials, excavation, filling, backfilling, reinforcement, forming, finishing, joint cutting, joint sealing, and all incidentals necessary to complete the work. 12.4 CURB RAMPS (HANDICAP RAMPS) Measurement will be made of the area, in square feet, of curb ramp actually constructed, excluding top surface area of any retaining wall. Curb ramps will be paid for at the unit price bid per square foot. The unit price bid shall include furnishing and installing all materials, excavation and filling within two feet of the ramp, back tilling, reinforcement, forming, finishing, and all incidentals necessary to complete the work. The sidewalk and landing adjacent to the actual ramp section with slope less than 1:20 is not included as part of the ramp, and will be paid for as sidewalk under section 12.3. 12.5 CONCRETE DRAINAGE CHANNEL Measurement will be made of the area, in square feet, of drainage channel actually constructed, including top surface area of any retaining wall or curb. Drainage channel will be paid for at the unit price bid per square foot. The unit price bid shall include furnishing and installing all materials, excavation and filling within two feet of the channel, backfilling, reinforcement, forming, finishing, and all incidentals necessary to complete the work. 38 12.6 RETAINING WALL OR CURB ON DRAINAGE CHANNELS AND CURB RAIMPS Measurement will be made of the height from bottom of footing or slab to top of wall, and linear feet of wall or curb actually constructed. Retaining wall or curb will be paid for at the unit price bid per cubic foot. The unit price bid shall include furnishing and installing all materials, excavation, filling, backfilling, reinforcement, forming, finishing, and all. incidentals necessary to complete the work. 12.7 CONCRETE MEDIAN Measurement will be made of the area, in square feet, of median actually constructed. Median will be paid for at the unit price bid per square foot. The unit price bid shall include furnishing and installing all materials, excavation, filling, reinforcement, forming, finishing, and all incidentals necessary to complete the work. 1.2.8 CONCRETE. STREET PAVING Measurement will be made of the area, in square yards, of concrete street paving actually [: constructed. Concrete street paving 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, and all incidentals necessary to complete the work. Sawing and sealing of joints shall not be included and will be paid for as a separate bid item. 12.9 SAWING AND SEALING OF JOINTS IN CONCRETE STREET PAVING Measurement will be made of the linear feet of sawed and sealed joints actually constructed. Sawing and sealing of joints will be paid for at the unit price bid per linear foot. The unit price bid shall include furnishing and installing all materials, equipment, sawing, cleaning, seal components, and all incidentals necessary to complete the work. 39 12.10 STOWN-1 SEWER INLET SOX AND MANHOLES t Stone sewer inlet boxes and manholes will be paid for at the unit price bid per each. The unit price bid shall include furnishing and installing all materials, excavation, filling (except flo�vable fill), floor, connection to pipes, reinforcement, forming, finishing, nlaiihole rings and covers, and all incidentals necessary to complete the work. 12.11 HEADWALLS Storm sewer headwalls will be paid for at the unit price bid per each. The unit price bid shall include furnishing and installing all materials, excavation, filling, reinforcement, forming, finishing, grates, and all incidentals necessary to complete the work, 12.12 STORM SEWER PIPE Measurement along the centerline of the pipe will be made of the actual length of pipe constructed, from face of structure to face of structure or to centerline oil' manhole, and will be paid for at the unit price bid per linear foot for Storm Sewer. Depth of cut shall be considered to be from the top of the adjacent grade stake to the flowline of the pipe. The unit price bid shall include furnishing and installing all materials, pavement removal, excavation, filling, backfilling with compacted soil where applicable, and all incidentals necessary to complete the work. plowable fill will be paid for as a separate pay item. 12.13 EXTRA VERTICAL FEET OF MANHOLE The actual constructed manhole will be measured from the top of the base to the top of the ring and cover. Any depth of manhole exceeding 6 feet in depth will be paid for at the unit price bid for extra vertical feet of manhole. The unit price bid shall include furnishing and installing all materials and all incidentals necessary to complete the work. 12.14 CURB AND GUTTER REMOVAL Measurement will be made of the linear feet of curb and gutter actually removed. Payment will be made at the unit price bid per linear foot of curb and gutter removed, The contractor shall ensure that the Engineer has the opportunity to measure the linear Let of curb and gutter prior to removal_. If curb and gutter is removed without measurement by the Engineer, no payment will be made for that removal. The unit price bid shall include sawing, hauling, labor and equipment, and legal disposal for removal of the curb and gutter. 40 12.1.5 CONCRETE SLAB REMOVAL Measurement will be made of the area in square feet of concrete slab actually removed. Payment will be made at the unit price bid per square foot of concrete slab removed. The contractor shall ensure that the Engineer has the opportunity to measure the area of concrete slab prior to removal. If concrete slab is removed without measurement by the Engineer, no payment will be made for that removal. The unit price bid shall include sawing. breaking, hauling, labor and equipment, and legal disposal for removal of the concrete slab. 12.16 1-1/2 SACK FLOWABLE FILL Quantities of 1-1/2 sack flowable fill will be detennined from tickets provided by the drivers of the delivery trucks. Payment will be made at the unit price bid per cubic yard of in place 1-1/2 sack flowable fill. The unit price bid shall include furnishing and placing the material and all incidentals necessary to complete the work. 12.17 ASPHALT PAVING Measurement will be made of the area, in square yards, of asphalt paving actually constructed. Payment will be made at the unit price bid per square yard. The unit price bid shall include furnishing and installing all materials, subgrade preparation, construction of caliche or asphalt stabilized base as specified, excavation, filling, tack and prime coats. HMAC surface, emulsion seal, and all incidentals necessary to complete the work. 12.18 ASPHALT PAVING REPAIR Measurement will be made of the area, in square yards, of in place asphalt paving repair. Payment will be made at the unit price bid per square yard of paving repair. The unit price bid shall include furnishing and placing all asphaltic materials, sawing of existing paving edges, smoothing and preparation of the existing base, flowable fill if required, tack and prime coats, compaction, and all incidentals necessary to complete the work. 41 12.1.9 EXCAVATION AND GRADING OUTSIDE LIMITS OF CONSTRUCTION) ,. Volume of excavation or fill, in cubic yards, will be determined by average end area method. Payment will be made at the unit price bid per cubic yard of completed excavation or fill. The unit price bid shall include all labor, equipment, and incidentals necessary to excavate or fill the site to the grades established by the Engineer. No separate payment will be made for disposing of excess material. 12.20 DITCH GRADING AND UNPAVED STREET SURFACE GRADING The volume of ditch grading, in cubic yards, will be determined by average end area method. Measurement will be made of the area, in square yards, of completed surface grading of unpaved streets. Payment will be made at the unit price bid per cubic yard of completed ditch grading per cubic yard, or surface grading per square yard. The unit price bid shall include all labor, equipment, and incidentals necessary to grade ditches or surface grade unpaved streets to the grades established by the Engineer. No separate payment will be made for disposing of excess material. 42 13.1 STANDARD DETAILS Construction shall be in accordance with the following standard details unless otherwise indicated on plans, or directed by the Engineer. The 24 inch curb and gutter details shall be considered to be standard. 30 inch curb and gutter details shall apply only if specifically indicated on plans or bid documents. STREET CROWN ELEVATIONS PAVEMENT WIDTH FINISHED PAVING SURFACE CURB FACE TO CURB FACE ABOVE GUTTER 22 feet 0.32 feet 24 feet 26 feet 0.35 feet 0.37 feet 28 feet 0.40 feet 30 feet 0.42 feet 32 feet 0.45 feet 36 feet 0.50 feet 42 feet 0.57 feet 46 feet 0.62 feet 52 feet 0.69 feet 64 feet 0.85 feet 66 feet 0.86 feet 86 feet 1.14 feet 88 feet 1.15 feet All street paving shall incorporate a centerline crown at the listed elevation unless otherwise indicated on plans, or as directed by the Engineer. The widths listed above refer to the total proposed future full width of street. MICROSliRFACING All materials and Construction applications shall conform TxDOT Specifications Itemf- 350.There shall be no deviation from these specifications unless so directed by the Street Superintendent. 14.1. MATERIALS Cationic Polymer -Modified Asphalt Emulsion. Provide CSSAP in accordance with TxDOT item 300.2.D "Emulsified. Asphalt." H 43 .LL Mineral Aggregates Provide a crushed aggregate from a single source meeting the requirements of following. Furnish aggregate with a minimum TxDOT "A" surface classification. Include the amount of mineral filler added to the mix determining the total minus No. 200 sieve aggregate fraction. Aggregate Gradation Requirement (Washed) Sieve Size Cumulative % Retained 1 /21nch 0 3/8 Inch 0-1 #4 6-14 #8 35-55 #16 54-75 ##30 65-85 #50 75-90 #100 82-93 #200 85-95 Aggregate Quality Magnesium Sulfate Soundness, max. TxDOTtest method Tex-41 I -A 30% (5 cycle) Sand equivalent, %, min TxDOT test method Tex-203-17 70% Mineral Filler shall be free of lumps and foreign matter consisting ofnon-air-entrained cement. Water shall be potable and free of harmful soluble salts. Use approved additives as recommended by the emulsion manufacture in the emulsion mix or in any of the component materials when necessary to adjust mix time in the field. 14.2 EQUIPMENT All equipment shall be keep in good working conditions no leaks. Any equipment that shows signs of leaks shall be fixed immediately, and shall not be used until such leaks are fixed. The mixing machine shall be a self-propelled micro -surfacing mixing machine. It shall have self -loading devices to promote continuous laying operation. It shall have sufficient storage capacity for mixture materials, individual volume or weight controls that will proportion. each material to be added to the mixture. A water pressure system and nozzle -type spray bar immediately ahead of the spreader box and capable of spraying the roadway for the width of the spreader box. Scales used for weighing materials and emulsion must be calibrated, and meet the requirements of TxDOT Item# 520. 44 tt ` 14.3 ELECTRONIC MONITORING SYSTEM The mirosurfacing machine shall be equipped with an electronic monitoring system that consists of pulse sensors measuring material delivery rates, a radar gun to monitor distance traveled, a programmable inirco controller, an operators display !input board and an on -board printer. This system shall be capable of monitoring and display of application rates and totals used for aggregate, emulsion. fines, water and additive. It shall also be capable of calculating and displaying ratios of emulsion to aggregate, fines to aggregate, additive to aggregate, water to aggregate and application rate in pounds per square yard. The system shall be capable of printing a hard copy report on demand which displays the date, weight of aggregate, emulsion, and fines used since last reset. It shall also display the number of gallons of additive, and gallons of water used since last reset. It shall also display the emulsion to aggregate, fines to aggregate, additive to aggregate, and water to aggregate ratio. A computer generated report providing statistics for the full work day shall be provided with each hand calculated daily run sheet. The system shall be accurate to within half of a percent of actual weights and measures for all parameters noted above. The system is not expected to calculate quantities and ratios for materials used in handwork or cul-de-sac areas. 14.4 CONSTRUCTION Produce, transport, and place micro surfacing. Ensure that the finished surface has a uniform texture and the micro surface mat is fully adhered to the existing road surface. All materials that are to be stockpiled shall be protected from dust and other contamination. Mineral filler shall be stored in a manner that will keep it dry and free ` from contamination. All asphalt materials shall be kept free from contamination. Micro -Surfacing shall not be placed until the air temperature is at least 50 degrees F and rising as determined by the National Weather Service continuous broadcast, 748-1071 selection 2. The placement of Micro -Surfacing shall be stopped when the air temperature is 60 degrees F and falling, or when impending weather is approaching. No Micro - Surfacing shall be placed until the surface of the road way is at least 50 degrees F. The existing road surface shall be thoroughly clean and free of all vegetation, loose aggregate, and soil. Remove existing raised pavement markers, and any thermoplastic type marking. When existing surface conditions require; provide a water spray immediately ahead of the spreader box. Apply water at a rate that dampen the entire surface without any free -flowing water ahead of the spreader box. The placing of the micro -surface shall be spread uniformly at a rate of no less than 23 pounds per square yard and no more than 30 pounds per square yard, and shall maintain a proper alignment. The spreader box shall be keep clean to minimize clumps. Set and maintain the skis on the spreader box as to prevent chatter in the finished mat. Adjust the rear sea] to provide the desired spread. Adjust the secondary strike -off to provide the 45 1.. desired surface texture. The finished mat shall be kept protected from traffic until it has cured and traffic will not harm it. Adjustments shall be made to the mixture to allow rolling traffic back on the surface in 1 hour. Other locations with turning traffic shall be protected for longer periods of time. 14.5 FINISHED SURFACE The finished surface shall be uniformed in texture and free from excessive scratch marks, tears, and other surface irregularities. All scratch marks, tears, and other surface irregularities shall be fixed by the contractor at no additional cost to the City of Lubbock. All longitudinal joints shall be placed on lane lines unless otherwise directed by the Street Superintendent. All joints shall be uniform in appearance and shall match when placed against another joint. Edges should be uniform and neat in appearance. All ruts. utility cuts, and depressions in the surface shall be filled in a separate pass from the final pass. 14.6 HOURS OF OPEIZATION Operating hours will be Monday through Saturday as outlined in section 12.1 of these specifications unless other wise directed by the Street Superintendent. Night work will be permitted only on our major thoroughfares and shall conform to the following. Major Thoroughfares 7PM to 7AM Residential Areas 7AM to 7PM 15.1 ASPHALT ItE.IUVENAT011 The contractor shall furnish all labor, material and equipment necessary to perform all operations for the application of an asphalt rejuvenating agent to asphaltic surfaces at various locations. The list of street names selected for application shall be provided by the Street Superintendent. 1.5.2 MATERIALS The asphalt -rejuvenating agent shall be an emulsion composed of a petroleum resin base uniformly emulsified with water. The asphalt rejuvenating emulsion shall conform to the following physical and. chemical requirements. TEST TEST YIETHOD AASHTO min. REQUIRitiIEN'I'S Min. Max. Test on Emulsion: 46 i_ Viscosity ), 25 ° C SFS, Residue % W Miscibility Test Sieve Test Particle Charge Test g Percent Light "Transmittance D-244 T-59 D-244 mod. T-59 mod D-244 mod T-59 mod D-244 mod T-59 mod D-244 T-59 D-244 mod T-59 mod GB GB Test on Residue from Distillation 15 40 60 65 No coagulation 0.1 Positive 30 flash Point, COC 0 deg D-92 T-48 196 Viscosity @ 60 °C, CST D-445 - 100 200 Asphaltenes; %w D-2006-70 - - 1.00 Maltene Dist. Ratio D-2006-70 - 0.3 0.6 PC/S Ratio D-2006-70 0.5 - Saturated hydrocarbons D-2006-70 21 28 The rejuvenating agent shall have a record of at least five years of satisfactory service as asphalt rejuvenating agent and in-depth sealer. Satisfactory service shall be based on the capability of the material to decrease the viscosity and increase the penetration value of the asphalt binder as follows. The viscosity shall be reduced by a minimum of45 percent, and the penetration value shall be increased by a minimum of 25 percent. Test data shall be performed on extracted asphalt cement from a pavement to a depth of three eighths of an inch (3/8). In addition, the pavement shall be in-depth sealed to the intrusion of air and water. 15.3 EQUIPMENT All equipment shall be keep in good working conditions no leaks. Any equipment that shows signs of leaks shall be fixed immediately, and shall not be used until such leaks are fixed. The distributor for spreading the emulsion shall b self-propelled, and shall have pneumatic tires. The distributor shall be designed and equipped to distribute the asphalt rejuvenating agent uniformly on variable widths of surface at readily determined and controlled rates from 0.05 to 0.5 gallons per square yard of surface, and with an allowable variation from any specified rate not exceed 5 percent of the specified rate. "Me. distributor shall be equipped with the following full circulation spray bars, pump tachometer, volume measuring device, and a hand hose attachment suitable for application of the emulsion manually to cover areas inaccessible to the distributor. The application rate accuracy as well as the uniformity of distribution shall be checked as deemed necessary by the Street Superintendent. The truck used for sanding shall be equipped with a spreader that allows the sand to be uniformly distributed onto the 47 pavement. The spreader shall be able to apply lit pound to 3 pounds of sand per square yard in a single pass. The sand used shall be free flowing; free of debris (leaves, dirt, stones, etc.) any wet sand shall be rejected from the job site. 15.4 APPLICATION The asphalt -rejuvenating agent shall be applied by'a distributor truck at the temperature recommended by the manufacturer and at the pressure required for the proper distribution. The emulsion shall be applied so that uniform distribution is obtained at all points of the areas treated. Areas inadvertently missed shall receive additional treatment. Application of asphalt rejuvenating agent shall be on one-half width of the pavement at a time. When the second half of the surface is treated, the distributor nozzle nearest the cent of the road shall overlap the previous application by at least one-half the width of the nozzle spray. In any event the centerline construction joint of the pavement shall be treated in both application passes of the distributor truck. The asphalt -rejuvenating agent shall be blended with water at the rate of two (2) parts rejuvenating agent to one (1) part water, by volume or as specified by the manufacturer. The combined mixture of asphalt rejuvenating agent and water shall be spread at the rate of 0.05 to 0.10 gallons per square yard, or as approved by the Street Superintendent. After the street has been treated, the area within one foot of the curb line on both sides of the road shall receive an additional treatment of the asphalt rejuvenating; agent. The treatment shall be uniformly applied by a method acceptable to the Street Superintendent. After the rejuvenating agent has penetrated the surface, a coating of dry sand shall be applied to the surface to protect the traveling public. The asphalt -rejuvenating agent shall not be placed until the ambient temperature is 40 degrees F and rising as determined by the National Weather Service continuous broadcast, 748-1071 selection 2. The asphalt -rejuvenating agent shall be applied only when the existing surface to be treated is thoroughly dry and when it is not threatening to rain. 15.5 RESIDENT NOTIFICATON The contractor shall distribute by hand, a typed notice to all residences and businesses on the street to be treated. The notice will be delivered no less than 24 hours prior to the treatment to the road. The notice will have a local phone number that residents may call to ask questions. The notice shall be of the door hanger type that secures to the door handle of each dwellinia. Unsecured notices will not be allowed. The contractor shall also place the notice on the windshield of any parked cars on the street. Hand distribution of this notice will be considered incidental to the contract. 15.6 CLEAN UP 48 The contractor shall be responsible for sweeping and cleaning of the streets prior to, and after treatment when required. Prior to treatment, the street will be cleaned of all debris (dirt, leaves, foreign materials, etc.) This work shall be accomplished by brooming, power blowing, or other approved methods. All sand used during the treatment must be removed no later than 48 hours after treatment of the street. This shall be accomplished by mechanical sweeping. All turnouts, cul-de-sacs, etc. must be cleaned of any material to the satisfaction of the Street Superintendent. If the cleanup up process falls behind or the cleanup is not satisfactory to the Street Superintendent the application process will be halted until the sweeping crew has caught up, or until the street and surrounding right of way has been cleaned. Street sweeping and clean up shall be included. in the price per square yard for the asphalt -rejuvenating agent. 15.7 MEAStiRMENT AND PAYMENT Asphalt rejuvenating agent will be measured by the square yard as provided for in the contract documents. The accepted quantities, measured as provided for above, will be paid for at the contract unit price for asphalt rejuvenating agent. Asphalt rejuvenating agent shall be paid for per square yard, which shall be full compensation for furnishing all materials, equipment, labor and incidentals to complete the work as specified and required. 5% retainage will be withheld until the project is completed to the Street Superintendents satisfaction. CITY OF LUBBOCK PUBLIC WORKS ENGINEERING 49 STANDARD PAVING SPECIFICATIONS 50 2010 Miro-Surfacing Project Street To From Length Width Area Application Flint 19th Street 34th Street 5232 32 37200 2C 20th Indiana Flint 1943 26 5613 SC 21 st Street Indiana Flint 1946 26 5654 SC 22nd Street Indiana Flint 1946 26 5654 SC 23rd Street Indiana Flint 1950 26 5633 SC Gary 23rd Street 25th Street 782 26 2259 SC 24th Street University Gary 885 26 2556 SC 25th Street University Flint 2011 26 5010 SC 26th Street University Flint 1945 26 5619 SC 27th Street University Flint 1945 26 5619 SC 28th Street University Flint 1945 26 5619 SC 29th Street University Flint 1945 26 5619 SC 30th Street University Flint 1945 26 5619 SC 31 st Street University Flint 1945 26 5619 SC 32nd Street University Flint 1945 26 5619 SC 33rd Street University Flint 1945 26 5619 SC Gary 19th Street 23rd Street 1456 26 4206 SC Hartford 19th Street 23rd Street 1550 26 4478 SC Geneva 26th Street 30th Street 1295 26 3741 SC Heartford 26th Street 34th Street 2600 26 7511 SC Gary 26th Street 34th Street 2600 26 7511 SC 28th ST Flint Elgin 661 26 1910 SC 29th Street Elgin Flint 630 26 1820 SC 30th Street Elgin Flint 630 26 1820 SC 31 st Street Elgin Flint 630 26 1820 SC 32nd Street Boston Flint 1829 26 5285 SC 33rd Street Boston Flint 1828 32 6500 SC Elgin 19th Street 34th Street 5232 32 37200 2C Gary 26th Street 25th Street 247 26 715 SC 26th ST Flint Elgin 629 26 1817 SC 25th ST Elgin Flint 628 26 1808 SC 24th ST Boston Flint 1831 26 5290 SC 23rd ST Boston Flint 1828 26 5281 SC 25th ST Elgin Canton 875 36 3500 SC 26th ST Canton Elgin 844 36 3376 SC 27th ST Canton Elgin 726 26 2237 SC 28th ST Canton Elgin 448 26 1434 SC Street To From Length Width Area Application 31 st Street Elgin Canton 806 26 2328 SC 30th ST Canton Boston 865 26 2499 SC Canton 26th ST 31 st ST 1400 26 4104 SC 29th ST Canton Boston 798 26 2305 SC Canton 34th Street 30th Street 1360 26 3930 SC 31 Street Canton Boston 327 26 945 SC Boston 19th Street 34th Street 5232 32 37200 2C 28th ST Canton Boston 540 26 1560 SC 27th ST Canton Boston 325 26 939 SC 26th ST Canton Boston 327 26 945 SC 25th ST Canton Boston 327 26 945 SC Canton 19th ST 26th ST 2452 26 7084 SC 22nd ST Boston Flint 1832 26 5342 SC 21st ST Boston Flint 1832 26 5342 SC 20th ST t Boston Flint 1832 26 5342 SC Detroit 19th ST 21st ST 756 26 2184 SC 21st ST. Boston University 1342 26 3885 SC ' Akron 34th Street 20th Street 4790 26 13840 SC 22nd ST Boston University 1342 26 3885 SC -s 23rd ST Boston University 1342 26 3885 SC 1 24th ST Boston University 1342 26 3885 SC 25th ST Boston University 1342 26 3885 SC 26th ST. Boston University 1342 26 3885 SC 27th ST. Boston University 1342 26 3885 SC 28th ST Boston University 1342 26 3885 SC 29th ST. Boston University 1342 26 3885 SC 30th ST Boston University 1342 26 3885 SC 31st ST. Boston University 1342 26 3885 SC 32nd ST. Boston University 1342 26 3885 SC 33rd ST. Boston University 1343 32 4775 SC Indiana 50th Street 34th Street 4579 82 83400 2C Quaker 82nd Street 98th Street 5482 82 99894 2C Frankford 49th Street Spur 327 3952 64 56206 2C Bangor 73rd Street Albany 936 38 7904 2C 75th Street Albany Bangor 655 38 5530 2C Albany 73rd Street 75th Street 805 38 6800 2C Aberdeen 73rd Street 75th Street 520 38 4400 2C 75th Street Slide Albany 1066 39 9240 2C 75th Street Bangor Chicago 840 32 2986 SC Street 74th Street 74th ST Elmwood Chicago 75th ST Evanston Elkhart 76th ST j 77th ST 78th ST 79th ST 80th ST 81st ST Englewood Elmwood Elkhart Durham Dover Clinton Brentwood Belmont Beaufort Bangor 80th Street Albany Aberdeen Abbeville 80th Street 79th Street 79th Street 78th Street 76th Street 77th Street Albany Vicksburg 31st ST Toledo Ave 29th ST 30th ST 1 To Bangor Frankford 73rd ST 73rd Street CDS W. of Evanston 80th ST 80th ST CDS W. of Evanston Frankford Frankford CDS W. of Evanston Frankford CDS E. of Frankford 82nd ST CDS S. of 80th ST 82nd ST CDS S. of 80th ST CDS S. of 80th ST CDS S. of 80th ST 80th Street 80th Street 80th Street 79th Street Chigago 79th Street 79th Street 79th Street Abbeville Slide Road Chicago 79th Street Bangor Bangor Bangor 34th St. Vicksburg 31st ST Vicksburg 29th ST From Length Width Area Application Chicago 840 32 2986 SC Chicago 2404 32 8546 SC 74th ST 277 32 985 SC 82nd Street 2740 38 23150 2C Chicago 2325 32 8407 SC 74th ST 1757 32 6247 SC 74th ST 1768 32 6286 SC Chicago 2325 32 8407 SC Chicago 2403 32 8546 SC Chicago 2402 32 8546 SC Chicago 2330 32 8424 SC Chicago 2403 32 8546 SC Frankford 408 25 1273 SC 80th ST 598 32 2126 SC 80th ST 530 32 2024 SC 80th ST 598 32 2126 SC 80th ST 532 32 2032 SC 80th ST 532 32 2032 SC 80th ST 532 32 2032 SC CDS S of 80th Street 532 32 2032 SC CDS S of 80th Street 532 32 2032 SC CDS S of 80th Street 532 32 2032 SC CDS S of 79th Street 835 32 3110 SC Bangor 1168 32 4153 SC 82nd Street 900 32 3200 SC 82nd Street 898 38 3792 SC 82nd Street 898 38 3792 SC Slide Road 601 38 2538 SC Bangor 1620 38 13680 2C Bangor 1150 32 4090 2C Chicago 1380 32 4910 SC Chicago 890 32 3164 SC Chicago 1077 32 3829 SC 79th street 1117 38 9432 2C Marsha Sharp FWY 1694 38 7291 SC Quaker Ave 3061 38 12924 SC 34th ST 965 38 4074 SC Quaker Ave 3129 38 13350 SC Salem 1516 32 5390 SC r Street 27th St Vicksburg 28th St Salem Ave Toledo Salem Ave Brownfield RD 26thST Quinton Ave Raliegh Ave Salem Ave Salem Ave Salem Ave 32nd St 33rd ST 33rd ST 32nd St Salisbury Ave Salem Ave To Vicksburg 34th St. 29th St 28th ST 27th Marsha Sharp FWY Salem Ave Raliegh Ave 26th ST 26th ST 28th ST 31st ST 31 st ST Quaker Ave Quaker Ave Salisbury Ave Salisbury 32ndST 34th ST From Length Width Area Application Quaker Ave 3431 32 12338 SC Marsha Sharp FWY 1694 38 7291 SC Quaker Ave 2388 32 8629 SC 29th ST 273 34 1031 SC 28th 275 32 1038 SC 27th ST 654 34 2437 SC Quaker Ave 1624 32 5774 SC Quaker Ave 662 32 2354 SC Brownfield Dr 554 32 1970 SC 27th ST 270 32 960 SC 27th ST 273 34 1031 SC 29th ST 697 34 2633 SC 32nd ST 327 38 1381 SC Salem Ave 990 32 3520 SC Salem Ave 992 32 3522 SC Salem Ave 498 26 1439 SC Salem Ave 489 26 1413 SC 34th ST 653 32 2462 SC 32nd ST 609 26 1854 SC I Street 15th Street Kirby Juneau 14th Street Liberty 14th Street Kirby 13th Street Juneau Ironton Justice Liberty La Salle Kline Kirby Kewanne Ironton Genoa 1 Oth Street l Oth Dr Grover 11 th Street Homestead Dr Huron Hyden Hyden Huron Homestead Grover Genoa 12th Street IIth Place Juneau Kirby loth Street 2010 Miro-Surfacing Project Additive Option 2 To Milwaukee 15th Street 15th Street CDS W of Kirby 13th Street Liberty 14th Street Iola CDS N of 13th Street IIth Place IIth Place 1 lth Place IIth Place CDS N of 13th Street CDS N of 13th Street CDS N of 13th Street 11 th Place 9th Street 1 Oth Dr IOth Street loth Street Grover Iola Dr Iola Dr Huron CDS N of 13th Street 1 lth PI IIth PI 1 lth P1 12th Street Loop 289 Milwaukee IIth Place IIth Place Milwaukee From Iola 14th Street 14th Street CDS E of Juneau 14th Street CDS W of Liberty 13th Street Liberty 13th Street 13th Street 13th Street 13th Street 13th Street 13th Street 13th Street 13th Street loth Street loth Street Grover Iola Dr 1 lth PI Homestead Dr CDS S of 11 th Street CDS S of Hyden IIth P1 13th Street 13th Street 13th Street 1 lth PI 1 lth P1 Genoa Iola loth Street loth Street Kirby Length Width 2620 33 260 29 265 29 1900 29 561 29 288 29 266 29 2471 33 234 29 356 29 356 29 686 29 686 29 233 29 233 29 233 29 578 29 310 29 302 33 828 32 587 32 265 32 949 32 703 32 495 32 355 32 397 32 397 32 443 32 452 32 393 32 2580 43 568 29 722 38 1176 38 Area 9609 996 1000 6620 1946 1210 996 9316 965 1296 1286 2270 2270 1033 1033 1033 2033 999 1107 2944 2087 942 3514 2640 1760 1402 1411 1411 1715 1687 1397 24654 1985 3118 5204 Application SC SC SC SC SC SC SC SC SC SC SC SC SC SC SC SC SC SC SC SC SC SC SC SC SC SC SC SC SC SC SC 2C SC SC SC Street To From Length Width Area Application Kline 9th Street IOth Street 272 33 1136 SC Kirby 9th Street loth Street 272 33 1136 SC loth Street Kirby Kewanee 236 33 1004 SC loth Street Justice Kewanee 236 33 1004 SC loth Street Justice Iola 965 33 3538 SC Justice CDS S of loth Street 4th Street 2535 33 9295 SC 9th Street CDS W of Justice Justice 1637 33 6247 SC Kline 9th Street 8th Street 279 33 1162 SC 8th Street Milwaukee Justice 1712 33 6278 SC 7th Street Milwaukee Kline 828 29 2668 SC Kline 4th Street 8th Street 1250 33 4583 SC F 7th Street CDS W of Justice Justice 770 29 2662 SC 6th Street CDS W of Justice Justice 770 29 2662 SC 5th Street Justice Kline 816 33 3103 SC Kirby CDS N of 5th Street 5th Street 292 29 1081 SC Kewanee CDS N of 5th Street 5th Street 292 29 1081 SC Kewanee 9th Street llth Place 996 33 3790 SC ' Juneau CDS N of 5th Street 5th Street 373 29 1342 SC 6th Street Ironton Justice 672 32 2528 SC '- 7th Street Ironton DR Justice 680 33 2528 SC 8th Street Ironton DR CDS W of Ironton DR 594 29 2054 SC 9th Street Ironton DR CDS W of Ironton DR 852 29 2885 SC Ironton Dr Iola Dr 7th Street 859 33 3219 SC Ironton 4th Street IOth Drive 806 42 3830 SC l Oth Drive Ironton Iola Dr 1117 42 5282 SC 5th Street Ironton Iola 265 32 943 SC Hyden IOth Dr 9th Dr 259 32 920 SC Hyden 8th Dr 9th Dr 259 32 920 SC Iola CDS N of 5th Street 9th Dr 1056 32 3895 SC 9th Dr Iola Iola Dr 553 32 1966 SC Hyden 4th Street 8th Dr 520 32 1849 SC 8th Dr Hyden Iola Dr 882 32 3136 SC Huron CDS n of 8th Dr 8th Dr 585 32 2220 SC 7th Dr CDS N of Iola Dr Iola Dr 455 29 1606 SC 5th Street Ironton Justice 564 32 2144 SC Iola Dr CDS E of 7th Dr 7th Dr 247 29 936 SC 6th Street Fulton CDS W 6th Street 331 29 1207 SC Fulton 4th Street 8th Street 1240 38 10471 2C g a 6th Street Fulton Frankford 815 32 2898 SC 7 J Street To From Length Width Area Application 7th Street Fulton Frankford 815 32 2898 SC 8th Street Fulton Frankford 815 32 2677 SC _ 8th Street Fulton Iola Dr 686 33 2515 SC Genoa CDS S of 8th Street 8th Street 320 29 1171 SC Grover 9th Street 8th Street 441 29 1421 SC 9th Dr Iola Dr 9th Street 548 29 1766 SC 9th Street 9th Dr Genoa 306 29 986 SC 11 th Place Loop 289 Iola 23223 42 21681 2C 13th Street Iola CDS E of Genoa 1863 32 6624 SC 15th Street Iola CDS E of Genoa 1582 32 5238 SC 14th Street Iola loop 289 1779 32 6325 SC 16th Street Iola loop 289 1491 32 5301 SC 17th Street CDS W of Loop 289 loop 289 723 38 3193 SC Genoa 12th Street 13th Street 253 32 900 SC Genoa 14th Street 13th Street 253 32 900 SC Genoa 14th Street 15th Street 253 32 900 SC Genoa 16th Street 15th Street 253 32 900 SC Homestead 13th Street 14th Street 262 32 932 SC - Homestead 15th Street 14th Street 262 32 932 SC Iola 19th Street Iola Dr 4610 42 43027 2C I