Loading...
HomeMy WebLinkAboutResolution - 2012-R0450 - Contract - Lone Star Dirt & Paving Ltd.- Concrete Paving - 11_29_2012 (3)Resolution No. 2012—RO450 November 29, 2012 Item No. 5.7 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Contract No. 10964 for concrete paving of 114th Street between Memphis and Indiana Avenues, by and between the City of Lubbock and Lone Star Dirt & Paving, Ltd., 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 November 29, 2012 C. KOSERTSON, MAYOR ATTEST: 1 Rebec a Garza, City Secret—) APPROVED AS TO CONTENT: Marsha Reed, P.E., Chief Operating Officer APPROVED AS TO FORM: i 9 Chad Weaver, Assistant City Attorney vw:ccdocs/RES.Contract-Lone Star October 31, 2012 BOND CHECK BEST RATING _ LICENSED IN TEXAS DATE BY: CONTRACT AWARD DATE: November 29, 2012 CITY OF LUBBOCK SPECIFICATIONS FOR Concrete Paving of 114`h Street between Memphis and Indiana Avenues ITB # 12-10964-CI CONTRACT # 10964 PROJECT NUMBER: 92219 Plans & Specifications may be obtained from THE REPRODUCTION COMPANY www.thereproductioncompany.com Phone: (806) 763-7770 ;Z019,- RawSb CONTRACT PREPARED BY: PURCHASING AND CONTRACT MANAGEMENT OFFICE PAGE INTENTIONALLY LEFT BLANK Contractor Checklist _2 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 unbound copy of every item listed. 1. ✓ Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL FORM. Bid submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. In case of a discrepancy between the Unit Price and the Extended Total for a Bid item, the Unit Price will be taken."Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 2. ✓ Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. 3. ✓ Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. Contractor's signature must be original. 4. Clearly mark the bid number, title, due date and time and your company name and address on the Looutside of the envelope or container. 5. ✓ Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management Office prior to the deadline. Late bids will not be accepted. 6. ✓ Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. 7. ✓ Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm Is .—; FEDERAL TAXID number or Owner's SOCL9L SECURITY number. 8. ✓ Complete and submit the LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 9. ✓ Complete and submit the FINAL LIST OF SUB -CONTRACTORS. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. L r (Type or Print Company Name) F]: INDEX PAGE INTENTIONALLY LEFT BLANK 1. NOTICE TO BIDDERS 2. GENERAL INSTRUCTIONS TO BIDDERS 3. BID SUBMITTAL — (must be submitted by published due date & time) 3-1. UNIT PRICE BID SUBMITTAL FORM 3-2. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 3-3. SAFETY RECORD QUESTIONNAIRE 3-4. SUSPENSION AND DEBARMENT CERTIFICATION 4. LIST OF SUB -CONTRACTORS 5. PAYMENT BOND 6. PERFORMANCE BOND 7. CERTIFICATE OF INSURANCE 8. CONTRACT 9. GENERAL CONDITIONS OF THE AGREEMENT 10. DAVIS BACON WAGE DETERMINATIONS 11. SPECIAL CONDITIONS (IF APPLICABLE) 12. SPECIFICATIONS PAGE INTENTIONALLY LEFT BLANK I NOTICE TO BIDDERS ITB 12-10964-CI Sealed bids addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, Texas, will be received in the office of the Purchasing and Contract Management Office, City Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 3:00 P.M., CST on October 30, 2012, 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: Concrete Paving of 114th Street between Memphis and Indiana Avenues After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Purchasing and Contract Management Office 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 Office for the City of Lubbock, before the expiration of the date above first written. Bids are due at 3:00 P.M., CST on October 30, 2012, and the City of Lubbock City Council will consider the bids on December 13, 2012, at the City Hall, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all 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 BONDS MUST BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY AND MUST BE DATED THE SAME DATE THAT THE CONTRACT WAS AWARDED. The estimated budget for this project is $855,000. 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 on October 16, 2012 at 10:00 A.M., CST, in CM Proiect Room 203, 2" d Floor, City Hall, 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. z E_ a 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. Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing and Contract Management Office of the City of Lubbock, which document is specifically referred to in this Notice to Bidders. Each 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 Office at (806) 775-2572 or write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK 'Marta Alvarez DIRECTOR OF PURCHASING AND CONTRACT MANAGEMENT PGENERAL INSTRUCTIONS TO BIDDERS 1 BID DELIVERY TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish Concrete Paving of 114`h Street between Memphis and Indiana Avenues per the attached specifications and contract documents. ' Sealed bids will be received no later than 3:00 P.M. CST on October 30 2012 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: "ITB #12-10964-CI, Concrete Paving of 114`h Street between Memphis and Indiana Avenues" 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, Director of Purchasing 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 Office. 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. i 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 1 transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS. J 1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an addendum. 2 PRE -BID MEETING 2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda as needed for the clarification of the Invitation to Bid (ITB) documents, a non -mandatory pre -bid meeting will be held at 10:00 A.M., CST, on October 16, 2012 in the CM Proiect Room 203, 2"d Floor, City Hall,1625 13'h Street, Lubbock, Texas. 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 C, not attend the pre -bid meeting. 1.,..,j 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.corn. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. ; 3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may J 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.corn and will become part of the bid package having the same r. binding effect as provisions of the original ITB. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the bid closing date. 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 i t� 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 t- 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 Office prior to the opening of bids, then it shall be deemed that the bidder fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If bidder does not notify Purchasing and Contract Management Office before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the bid closing date. 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. 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 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. 6.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 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. [JI r8 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. 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, 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. 11 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. 12 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 Office if any lan wage, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the bid closing date. A review of such notifications will be made. 12.2 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS INVITATION TO BID (ITB) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO: Corey Isaacs, Buyer City of Lubbock Purchasing and Contract Management Office 1625 131h Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: cisaacs@mylubbock.us Bidsync: www.bidsvnc.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within ONE - HUNDRED AND EIGHT (108) WORKING 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 within the time specified. 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 16 MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents 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. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this I Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the _l i Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to five sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, 'and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the 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. 22 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23 EXPLOSIVES 23.1 The use of explosives will not be pennitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall j 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 (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether perfonned 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 ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS AN ADDITIONAL INSURED TO ON AUTO/GENERAL LIABILITY ON A PRIMARYAND NON CONTRIBUTORY BASIS TO INCLUDE PRODUCT- COMP/OP AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE 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 1 11 included in these contract documents. The wage rate that must be paid on this project shall not be less i—j 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 LJ 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: t__i t.. J r 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on Sunday or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on Sunday or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and agents of the City. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars ($60) for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28 PROVISIONS CONCERNING ESCALATION CLAUSES Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the bidder without being considered. 29 PREPARATION FOR BID 29.1 The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnishes the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid price. 29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. 11 t z 01J, 31 i 29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and ! endorsed on the outside of the envelope in the following manner: 29.3.1 Bidder's name 29.3.2 Bid for "12-10964, Concrete Paving of 114`h Street between Memphis and Indiana Avenues." 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. OUALIFICATIONS 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 cant' out the obligations of the contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the bidder to perfonn 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 perfonnance 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 I1 J F1addition, 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. 1.....1 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 Items I through 24 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 detennining 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 PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS INVITATION TO BID. 32.7 The estimated budget for this project is $855,000. 33 ANTI -LOBBYING PROVISION 33.1 DURING THE PERIOD BETWEEN THE BID CLOSE DATE AND THE CONTRACT AWARD, BIDDERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DIRECTLY DISCUSS OR PROMOTE THEIR BID WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT IN THE COURSE OF CITY - SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS, UNLESS REQUESTED BY THE CITY. 33.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. 34 PREVAILING WAGE RATES 34.1 Bidders are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or improvement, paid for in whole or in part from public funds, without regard to whether the work is done under public supervision or direction. A worker is employed on a public work if the r a worker is employed by the contractor or any subcontractor in the execution of the contract for the project F-I 34.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than the general prevailing rate of per diem wages for the work of a similar character in the locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. 34.3 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: hq://www.wdol.gov/dba.aspx 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 sixty dollars ($60) for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. mi BID SUBMITTAL FORM I PAGE INTENTIONALLY LEFT BLANK I I I BID SUBMITTAL FORM UNIT PRICE BID CONTRACT l [je DATE: /Q -J0 - /a-- ITB 12-10964-CI - Concrete Paving of 114u' Street between Memphis and Indiana Avenues Bid of DI7A /` I' 7 IJ (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of Concrete Paving of 114te Street between Memphis and Indiana Avenues, 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. 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. ITEM DESCRIPTION UNIT OF ESTIMATED UNIT EXTENDED NO. MEASURE QUANTITY PRICE AMOUNT 1 Removal of existing asphalt surface (caliche base $ to be reused for fill),, and all necessary incidentals SY 385 Ui� ao to complete the work. Salvaged material shall be / S5 the property of the contractor. 2 Earthwork, includes 4,310 CY cut, and 1,310 CY fill along the project corridor for a net cut of 3,000 CY including grading and compaction according to plans and reworking subgrade to required density in the roadbed, all shaping of LS 1 17 51f S 17, 5 /.5' ditches, all haul and legal disposal of excess If material, all necessary incidentals to complete work, furnished and installed, complete in place. 3 Cement stabilized subgrade constructed in accordance with TxDOT Item 275 Cement Treatment with a cement content of 3% and to a depth of 12", including all necessary SY 7,980 (/ s p ] 0-1mixed `� 9 �� incidentals to complete work, furnished and installed, complete in place. 4 Continuously reinforced City of Lubbock Class C concrete paving in compliance with standard details in the plans, including jointing, sawing, and all necessary incidentals to complete the SY 10 295 ' y7"'— i (`� work, furnished and installed, complete and in - lace. 5 Sleeper slab and asphalt patch constructed according to details in plans, including excavation, flow fill, and all necessary incidentals SY 125 513�' to complete the work, furnished and installed, complete in place. 13 ITEM DESCRIPTION UNIT OF ESTIMATED UNIT EXTENDED NO. MEASURE QUANTITY PRICE AMOUNT 6 Manhole or Lake Alan Henry Waterline valve adjustment, complete and in -place, per each manhole deemed necessary for relocation by EA 6 `` fi—V JO`J l,lll7?� a l representative designated by engineer. 7 Water valves adjustment, complete and in -place, each valve deemed necessary for relocation EA 5 9� �o 00 ✓' per by representative designated by engineer. pJ 4 8 Two -sack cement flowable fill to be used as CY 25 7 s O� t�/3 7 S 4v V directed b engineer furnished and installed. , 9 4" Solid White Line thermoplastic striping, in accordance with TxDOT Item 666 'Reflectorized Pavement Markings' , including surface preparation in accordance with TxDOT Item 678 'Pavement Surface Preparations', materials, LF 6,000 , (�Drj �— y �p striping and all necessary incidentals to complete the work, furnished and installed, complete and in -place. 10 4" Solid Yellow Line thermoplastic striping, in accordance with TxDOT Item 666 'Reflectorized Pavement Markings', including surface preparation in accordance with TXDOT Item 678 'Pavement LF 6,000 ' Surface Preparations', materials, striping and all necessary incidentals to complete the work, furnished and installed, complete and in -place. 11 8" Solid White Line thermoplastic striping, in accordance with TxDOT Item 666 'Reflectorized Pavement Markings', including surface preparation in accordance with TxDOT Item 678 LF 150 o0 �..- 'Pavement Surface Preparations', materials, 3J s striping and all necessary incidentals to complete the work, furnished and installed, complete and in -place. i 12 24" Solid White Line thermoplastic striping, in accordance with TxDOT Item 666 'Reflectorized Pavement Markings', including surface preparation in accordance with TxDOT Item 678 LF 200 p �-- 'Pavement Surface Preparations', materials, a 10D striping and all necessary incidentals to complete the work, furnished and installed, complete and in -place. 13 24" Solid Yellow Line thermoplastic striping, in accordance with TxDOT Item 666 'Reflectorized Pavement Markings', including surface 03 preparation in accordance with TxDOT Item 678 LF 150 'Pavement Surface Preparations', materials, , striping and all necessary incidentals to complete the work, furnished and installed, complete and in -place. 14 Left Turn Arrow thermoplastic striping, in accordance with TxDOT Item 668 'Prefabricated Pavement Markings', including surface preparation in accordance with TxDOT Item 678 'Pavement EA 3 Surface Preparations', materials, striping and all necessary incidentals to complete the work, furnished and installed, complete and in -place. ITEM DESCRIPTION UNIT OF ESTIMATED UNIT EXTENDED NO. MEASURE QUANTITY PRICE AMOUNT 15 Raised Pavement Markers Ty I-C, in accordance with City of Lubbock standard specifications, including surface preparation in accordance with `Pavement a5 -6 TxDOT Item 678 Surface EA 55 15 as8 Preparations', materials, placement and all necessary incidentals to complete the work, furnished and installed, complete and in -place. 16 Raised Pavement Markers Ty II -A -A, in accordance with City of Lubbock standard specifications, including surface preparation in accordance with TxDOT Item 678 `Pavement EA 150 rj S .0 Surface Preparations', materials, placement and 78 % all necessary incidentals to complete the work, furnished and installed, complete and in -place 17 24" Reinforced Concrete Pipe, Class III, measured in accordance with TxDOT Item 464, OD including all necessary incidentals to complete LF 280 work, furnished and installed, complete and in- lace. 18 Safety End Treatment for 24" RCP, Type II, Cross Drainage in compliance with TxDOT EA 14 J� IQ AP 39 a --- S eeifrcation 467 and TxDOT standard details. LDv 19 Concrete riprap, thickness and reinforcement according to plans, Class A concrete, including adjacent toe construction, trenching, jointing, and incidentals furnished SY 27 vJ -�s all to complete work, and p�L7aZS installed, complete and in -place. 20 Block Sodding in accordance with TxDOT Item 162, to be used as directed by engineer, furnished SY 25 zrp — and installed. 21 Seeding in accordance with TxDOT Item 164, to be used as directed by engineer, furnished and SY 25 j s installed. 7 22 Storm Water Pollution Prevention Plan, including Storm Water Review application Storm Water Pollution Prevention Plan, inspections, record keeping, maintenance, silt fences, hay bales, sand LS I bags, diversion swales and any other measures and/or incidentals required for compliance with TPDES permit. 23 Traffic Control, including temporary barricades, signage, traffic handling and other traffic control LS 1�j�� L—),- devices, furnished and installed, complete and in - lace, for the duration of construction activity. 24 Mobilization — Including relocation of construction equipment to project site, insurance, payment bond, performance bond, and LS 1 demobilization. TOTAL BASE BID (ITEMS 1 - 24) $ , Bidder's Initials Bidder hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within ONE -HUNDRED AND EIGHT (108) WORKING DAYS thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of ONE -THOUSAND FORTY DOLLARS ($1,040) for each consecutive working day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of SEVENTY (70) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him /- Bidder's Initials 5 r �J 10 -7 Enclosed with this bid is a Cashier's Check or Certified Check for I- - Dollars ($ ) or a Bid Bond in the sum of s % Dollars ($ }, which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within 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 MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. (Seal if Bidder is a Corporation) ATTEST: Secretary Bidder acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date Date: /0-330 - / ;2- ,KufhoTize= _ tAr n t C- (Printed or Typed Name) Lon A t 4J /Fr iJ t1:4 1 it Company vh! y Address tt , City, County x 793- State Zip Code Teleph, 9ne: V L - 7 4 ~7 - 4 011 Fax: 00ice_- 71gs `io 744 FEDERAL TAX ID or SOCIAL SECURITY No. 8000 1304TI EMAIL: lone.$ 4A, 3 eve @ /14s. - an i in! n 4 M/WBE Finn: Woman Black American Native American Hispanic American Asian Pacific American Other (Speci i 1., - - .. PAGE INTENTIONALLY LEFT BLANK r 9I THE MAIN STREET AMERICA GROUP NGM Insurance Company • Old Dominion Insurance Company Main Street America Assurance Company • MSA Insurance Company Information Systems and Services Corporation ■ d Bond KNOW ALL MEN BY THESE PRESENTS, that we (Here insert full name and address or legal title of Contractor) Lone Star Dirt & Paving 11820 University Avenue Lubbock, TX 79423 as Principal, hereinafter called the Principal, and (Here insert full name and address or legal title of Surety) NGM Insurance Company 55 West Street Keene, NH 03431 a corporation duly organized under the laws of the State of Florida as Surety, hereinafter called the Surety, are held and firmly bound unto (Here insert full name and address or legal title of Owner) City of Lubbock 1625 131" Street Lubbock, TX 79401 as Obligee, hereinafter called the Obligee, in the sum of 5% of Amount Bid Dollars ($5% of Amount Bid), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for (Here insert full name, address and description of project) Concrete Paving of 11411" Street between Memphis & Indiana Avenues .�i NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt i payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter !--= such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed -the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise x to remain in full force and effect. Signed and sealed this 30th day of October, 2012 (Witness) (Witness) Lone Star Dirt & �.�vin (Princi al (Seal �k� ­ - i P. (Titl Y NGM rAsi urance Company (Sur ty (Seal) Da nrn R. Taylol (Title) Attorney -in -fact Printed in cooperation with the American Institute of Architects (AIA) by the NGM insurance Company of 4601 Touchton Road East, Suite 3400, Jacksonville, FL 32256 904-739-0873. The language in this docurdient conforms exactly to the language used in AIA Document A310, February, 1970 edition. 68-5302(05/2006) _.. _ IMPORTANT NOTICE To obtain information or make a complaint: You may contact your surety underwriter at 1-904-380-7482 You may also write to Main Street America Group at: 4601 Touchton Road East Suite 330 Jacksonville, Fl 32245-6I00 Attn: Bond Underwriting You may contact the'rexas 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 E-mail: ConsumerProtectionC&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 or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. This notice is for information onto and does not become a part or condition of the attached document. AV ISO IMPORTANTE Para obtener informacion o para someter una queja: Puede comunicarse con su surety underwriter al 1-904-380-7482 Usted tambien puede escribir a Main Street America Group at: 4601 Touchton Road East Suite 330 Jacksonville, Ft 32245-6100 Attn: Bond Underwriting Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerea de companies, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departamcnto de Seguros de Texas: P.O. Box 149104 Austin, TX 78714-9104 Fax: (5 12) 475-177 1 E-mail: ConsllmerProtection(tUtdi.state.tx.us DISPUTAS SOBKE PKIMAS O RECLAVIOS: Si tiene una disputa coneerniente a su prima o a un reclamo, debe comunicarse con el agente o la compania primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDt) Este aviso es solo para poposito de informacion Y no se convierte en parte o condicion del documento adjunto. 68-TX-0056-03 �._ t No Text CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Bidder Must be submitted with Bid I, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid. cI"Ip t V.rn Q t— ntr or (Original Signature) Contractor (Printed Name) 41 CONTRACTOR'S BUSINESS NAME: (Print or Type) CONTRACTOR'S FIRM ADDRESS: Ilgao unly L t— TZ, 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 Director of Purchasing & Contract Management Office for the City of Lubbock at (806) 775-2572. BID # 12-10964-CI - Concrete Paving of 114`h Street between Memphis and Indiana Avenues 9 Ll SAFETY RECORD QUESTIONNAIRE e The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government a 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 incidents 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. Envirommental 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 from 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. Y 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) l 4s 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 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. Bidder's initials t r QUESTION 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. YES 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. 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 from serious bodily injury or death? YES NO L/ 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 f 7 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 misrepresentation r omissions may cause my bid to be rejected. _ -41 11 to U P, Title 2 j 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 $50,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $50,000 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 $50,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. 1, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME: Lo n C S_La r D j t4 Av L±4 FEDERAL TAX ID or SOCIAL SECURI �YNo. D 0 -7 a Signature of Company Official: w--- Printed name of company official signing above: .6fP_yc_ �� nc r Date Signed: 10 — 3p - o_ 3 1'B PAGE INTENTIONALLY LEFT BLANK I I I I LIST OF SUB -CONTRACTORS PAGE INTENTIONALLY LEFT BLANK V-- r 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. BID # 12-10964-CI - Concrete Paving of 114`h Street between Memphis and Indiana Avenues LIST OF SUB CONTRACTORS Company Name Location "ne �onG '!�A r PAS +c{ Company Address Lu 1 y city, �� - County -744,2 3 State Telephone: 0!. - Zip Code 714 ' 60 % Fax: &— - 7 4 S - 401 W Services Provided Minority Owned Yes No ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ 0 THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO PAGE INTENTIONALLY LEFT BLANK I FINAL LIST OF SUB CONTRACTORS PAGE INTENTIONALLY LEFT BLANK 1. 2. 3. t 4. 5. 6. 7. 8. 9. 10. 11. 12. ho 13. 14. 15. 16. BID # 12-10964-CI - Concrete Paving of 114th Street between Memphis and Indiana Avenues FINAL LIST OF SUB CONTRACTORS Company Name Location Services Provided �BriP Company 11 !23 1dn� Address Lib ,C�h City, County State Zip Code Telephone: ED L - 'I ,1 S L. o 11 Fax: S 0 L. - 77 4 5' - 'Lf Q-1 Minority Owned Yes No ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ a ❑ ❑ ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED WITHIN 7 DAYS OF BID CLOSING. IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO. 4 I PAGE INTENTIONALLY LEFT BLANK I PAYMENT BOND I I PAGE INTENTIONALLY LEFT BLANK I 4 I I P I I BOND #S-275203 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that Lone Star Dirt & Paving, Ltd (hereinafter called the Principal(s), as Principal(s), and NQM Insurance C'qrnpanY (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 Six -Hundred Fifty One Thousand One -Hundred Thirty Nine Dollars and Fifty Cents ($651,139.50) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 29th day of November, 2012, to GonrrPtP Paving of 114th Street between Memphis & Indiana Avenue Bid #12-10964-CI 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 tl�c 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 aus instrument this 29th day of November 2012. NGM Insurance Company Surety *BY fTid , i3Mln R. Taylor, Power of Attorney Lone Star Dirt & Pavin(, Ltd (Company Name) By: ve ��rner (P ted Name) 46 ('nature) (Title) No Text The undersigned surety company represents that it is duty qualified to do business in Texas, and hereby designates Kirk Killough 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. NGM Insur ce Company Surety * By: e Dawn R. Taylor, Power of Attorney Approved as to form: City of L � By: ✓`. City Attorney * Note: If signed by an Office 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. 7 I No Text STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE F. (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that Principal(s), as Principal(s), and (hereinafter called the (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 Six -Hundred Fifty One Thousand One -.Hundred Thirty Nine Dollars and Fifty Cents ($651,139.50) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 29th day of November, 2012, to and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this day of 2012. Surety *By. (Title) (Company Name) By: (Printed Name) (Signature) (Title) ri PAGE INTENTIONALLY LEFT BLANK l�1 The undersigned sure company represents that it is duly qualified to do business in Texas and hereby � h' P Y eP Y q � Y designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Surety * By: (Title) Approved as to form: City of Lubbock By: City Attorney * Note: If signed by an Office 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. ri 7 i PAGE INTENTIONALLY LEFT BLANK PERFORMANCE BOND PAGE INTENTIONALLY LEFT BLANK 9 �e J BOND # S-275203 STATUTORY- PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) Lone Star Dirt & Paving, Ltd KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and NC;M Incuranc _ Comnan (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 Six -Hundred Fifty One Thousand One -Hundred Thirty Nine Dollars and Fifty Cents ($651,139.50) lawful lmoney of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 29th day of November. 2012, to Snncrete Paving of 114th Street between Memphis & Indiana Avenue Bid 12-10964-CI 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 2253.421(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 29t day of November , 2012. NGM Insuranee Com an ty Surety !� * By: �� (Till Dawn R. Taylor, Power of Attorney Lone Star Dirt & Paving, Ltd (Company Name) 1-7.r By:� �Ltr✓iei (Printed me) ( » V 1" (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and here designates Kirk Killough an agent resident in Lubbock County to whom any requisite notices may be delivered and whom service of process may be had in matters arising out of such suretyship. NGM Insurance Company surety *By: C'- � (Title Dawn R. Taylor, Power of Attomey Approved as to Form City o u k City Attorney * Note: If signed by an Office 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. 1 IMPORTANT NOTICE To obtain information or make a complaint: You may contact your surety underwriter at 1-904-380-7482 You may also write to Main Street America Group at: 4601 Touchton Road East Suite 330 Jacksonville, Fl 32245-6100 Attn. Bond Underwriting_ 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 E-mail: ConsumerProtection(a,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 or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. This notice is for information only and does not become a part or condition of the attached document. AVISO IMPORTANTE Para obtener information o para someter una queja: Puede comunicarse con su surety underwriter al 1-904-380-7482 Usted tambien puede escribir a Main Street America Group at: 4601 Touchton Road East Suite 330 Jacksonville, Fl 32245-6100 Attn: Bond Underwriting Puede comunicarse con el Departamento de Seguros de Texas para obtener information acerca de companies, 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 E-mail: ConsumerProtection@tdi.state.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o la compania primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI) Este aviso es solo para poposito de informa.cion v no se convierte en parte o condition del documento adiunto. 68-TX-0056-03 No Text TO CONFIRM VALIDITY of the attaohedgd ply ill 1$01-25.646. TO *1I11I A CLAIM: Scrod .all Correspondence to SS c Stree�$n� I "Afro: Bond Claims. r No Text STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE r. (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Six -Hundred Fifty One Thousand One -Hundred Thirty Nine Dollars and Fifty Cents ($651,139.50) lawful lmoney of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 29th day of November, 2012, to and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this — day of .2012. Surety (Company Name) By: By: P- (Title) (Printed Name) (Signature) (Title) C. The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Surety *By: (Title) Approved as to Form City of Lubbock By: City Attorney * Note: If signed by an Office 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. 4 CERTIFICATE OF INSURANCE �1 PAGE INTENTIONALLY LEFT BLANK 7 A� 0® CERTIFICATE OF LIABILITY INSURANCE D/DD/Y ATE 12/04 12/04/2012 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 1-432-570-3456 Arthur J. Gallagher Risk Management Services, Inc. CONTACT NAME: Becky Chatfield PHONE 432-570-3456 FAX 432-570-3450 No Ext : AIC No E-MAIL bec kY chatfield@ajg.com ADDRESS: jg•com 110 N. Marienfeld Suite 330 TX 79701 INSURERS AFFORDING COVERAGE NAIC# INSURER A: MOUNTAIN STATES NUT CAS CO 14648 Scott Riddle INSURED INSURERB: ZENITH INS CO 13269 Lone Star Dirt & Paving, Ltd. INSURERC• INSURERD: 11820 University Avenue INSURERE: Lubbock, TX 79423-7412 INSURER F : COVERAGES CERTIFICATE NUMBER: 30509475 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF MM/DDIYYYY POLICY EXP MM/DDIYYYY LIMITS A GENERAL LIABILITY CPP0124761 04 05/30/1 05/30/13 EACHOCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE � OCCUR DAMAGE TO RENTED PREMISES Eaoccurtence $ 100, 000 MED EXP (Any one person) $ 10 , 000 X Al - UND618 (03/11) PERSONAL& ADV INJURY $ 1,000,000 X WOS - UND618 (03/11) GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 $ POLICY PRO X LOC A AUTOMOBILE LIABILITY BAP0124761 03 OS 30 1 05 30 13 COMBINED SINGLE LIMIT Ea accident 1,000,000 BODILY INJURY (Per person) $ X ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per. accident $ HIRED AUTOS NON -OWNED AUTOS AI-UND615(09/10) $ WOS-UND615(091 A X I UMBRELLA LIAB OCCUR UMB0124761 04 05/30/1 05/30/13 EACHOCCURRENCE $ 11000,000 N AGGREGATE $ 1,000,000 EXCESS LIAB CLAIMS -MADE DED RETENTION $ $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNERIEXECUTIVE YIN OFFICERIMEMBER EXCLUDED? Y❑ NIA Z072147001 05/30/1 05/30/13 X WCSTATU- OTH- E.L. EACH ACCIDENT $ 1,000,000 (Mandatory in NH) E.L. DISEASE - EA EMPLOYEd $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) ***SEE ATTACHED SUPPLEMENTAL PAGE FOR ADDITIONAL WORDING INCLUDING THE CANCELLATION CLAUSE.*** Re: Concrete Paving of 114th Street between Memphis & Indiana Avenues, ITB #12-10964-CI, Contract #10964 Project #92219 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Lubbock THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Marta Alvarez, Director of Purchasing 1625 13th Street, Room 204 AUTHORIZED REPRESENTATIVE Lubbock, TX 79401 /' lam. X� W IISA � ��'1 �/::r/VU�M�1G h, ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) bchatfield 30509475 The ACORD name and logo are registered marks of ACORD ACOR AGENCY CUSTOMER ID: LOC #: ADDITIONAL REMARKS SCHEDULE Page of AGENCY Arthur J. Gallagher Risk Management Services, Inc. NAMEDINSURED Lone Star Dirt & Paving, Ltd. 11820 University Avenue POLICYNUMBER Lubbock, TX 79423-7412 CARRIER NAICCODE EFFECTIVE DATE: AUUI I IUNAL KLMAKK5 THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: FORM TITLE: The General Liability and Automobile policies include a blanket automatic additional insured endorsement that provides additional insured status to the certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status. The Workers Compensation, General Liability, Automobile, and Umbrella policies include a Waiver of Subrogation endorsement only when there is a written contract between the named insured and the certificate holder that requires such status. The General Liability, Auto, and Umbrella includes an endorsement providing that 30 days notice of cancellation or coverage change will be furnished to the certificate holder. The General Liability policy contains a special endorsement with primary and noncontributory wording. ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD FORM NUMBER WORKERS COMPENSATION AND EMPLOYERS LL�IIIWI LIABILITY INSURANCE POLICY WC-42-03-04A TEXAS WAIVER OF OUR RIGHT TO RECOVERFROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided, by the policy because Texas is shown in Item 3.A. of the Information Page, We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect' to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to Benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization ( X ) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver., 2.Operations: ALL OPERATIONS 3. Premium: The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: $1,751 This endorsement changes th'e 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 05/30/12 ZENITH INSURANCE COMPANY '-13145 Policy No. Z072147001 Insured LONE STAR DIRT & PAVING, LTD Policy Period 05/30/12 to 05/30/13 Countersigned by Issued on 05/31/12 pc AtAustin, TX Endorsement No. 3 (Ed.1-oo) PRODUCER COPY Named Insured: LONE STAR DIRT & PAVING LTD Policy Number: BAP 0124761 03 UND 611 05 10 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EARLIER NOTICE OF CANCELLATION PROVIDED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM SCHEDULE Number of Days' Notice 30 (If no entry appears above, information required to complete this Schedule will be shown in the Declarations as applicable to this endorsement.) For any statutorily permitted reason other than nonpayment of premium, the number of days > required for notice of cancellation, as provided in Paragraph 2. of either the Cancellation Common Policy Condition or asamended by an applicable state cancellation endorsement, is increased to the number of days shown in the ,Schedule above UND 611 05 10 Includes copyrighted material of ISO Properties, Inc., with its permission Page 1 of 1 UND 615 09 10 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM SUMMARY OF COVERAGE EXTENSIONS Extension Limit 1. Supplementary Payments - Increased Limits Bail bonds $3,000 Loss of Earnings $1,500 2. Limited Fellow Employee Coverage Included 3. Revisions to "Who Is An Insured" Additional Insured by Contract Included Employees as Insureds Included Employee Hired Auto Included 4. Expanded "Expected or Intended Injury" Definition Included 5. Physical Damage Deductible Revisions Glass Deductible Waiver Included Collision Deductible Waiver Included Single Deductible Provision Included 6. Physical Damage Coverage Extensions Electronic Equipment Coverage Extension $2,500 Limited Loan/Lease Gap Coverage $2,000 Locksmith Services $100 Business Personal Property $500 Replacement Cost on New Vehicles Included Expense of Returning Stolen Auto Included 7. Hired Auto Physical Damage Coverage $60,000 Loss of Use $350 per day, $2.800 maximum S. Airbag Coverage Extension Included 9. Knowledge of Accident, Claim, Suit or Loss Included 10 Waiver of Subrogation by Contract or Agreement Included 11 Newly Formed or Acquired Organizations Included 12. Towing and Labor Coverage Extension $100 13, Limited Rental Reimbursement Coverage $3,600 Max. Private Passenger and Light Trucks $60/day All Other "Autos" S 100/day 14. Revisions to Definitions "Insured Contract" Amended Included "Auto" Amended Included "Executive Officer" Added Included Includes copyrighted material of Insurance Services Office, Inc., with its permission UND 615 09 10 Page 1 of 7 UND 615 09 10 1. SUPPLEMENTARY PAYMENTS - INCREASED LIMITS SECTION Il - LIABILITY COVERAGE, A.2.a.. is amended as follows: 1) The limit shown in A.2.a.i21; for the costs of bail bonds is increased to $3,000. 2) The limit shown in A.2.a.(4) for all reasonable expenses incurred at our request, including actual loss of earning because of time off work, is increased to $1,500. 2. LIMITED FELLOW EMPLOYEE COVERAGE SECTION II . LIABILITY COVERAGE, B. 5. - Fellow Employees Exclusion does not apply if you have in -force Worker's Compensation insurance covering all of your "employees". Coverage is excess over any other collectible insurance. 3. REVISIONS TO "WHO IS AN INSURED" SECTION 11 - LIABILITY COVERAGE, A. 1. Who Is An Insured is amended as follows: ADDITIONAL INSURED BY CONTRACT: d. Any person. or .organization for covered "autos" (other than the owner or anyone else from whom you hire. or borrow a covered "auto")is an additional insured when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy: The insurance provided to such additional insured is subject to the following additional provisions: I. Such person or organization is an additional insured only with respect to their vicarious legal liability for "bodily injury" or "property damage" specifically caused, in whole or in part, by the operation or use of a covered "auto" by a person for whom Liability Coverage is provided under this policy or coverage part, and then only to the extent of that liability. ii. Such person or organization is not an additional insured for any covered "auto" owned by, hired from, or borrowed from such person or organization. iii. Such' written contract or agreement must be executed prior to, and be in effect at the time of the covered "bodily injury" or "property damage". EMPLOYEES AS INSUREDS is added: e. Any "employee of the Named Insured is an "insured" for Liability coverage while using his or.her own "auto" in the business of the Named Insured, EMPLOYEE HIRED AUTO is added: f. An "employee" of yours while operating an "auto" hired or rented under an "auto" contract or agreement in that "employee's" name, with your permission; while performing duties related to the conduct or your business. 4. EXPANDED "EXPECTED OR INTENDED INJURY" DEFINITION SECTION IL'- LIABILITY COVERAGE, B1. Expected or Intended Injury Exclusion is deleted and replaced with the following: 1. Expected or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injuryor "property damage" resulting from the use of reasonable force for the purpose of protecting persons or property. 5. PHYSICAL DAMAGE DEDUCTIBLE REVISIONS SECTION III - PHYSICAL DAMAGE COVERAGE D. Deductibles: the following is added: 1. Under Comprehensive coverage, no deductible applies for glass damage if the glass is repaired rather than replaced. 2. When a .covered "auto" insured for Collision under this policy collides with another "auto"' we insure, the Collision deductible applicable to the covered "auto" or "autos" under this policy shall not apply. 3. When a Named Insured` has more than one "auto involved in a Collision or Comprehensive loss with an "auto" not covered by us, the single highest deductible will apply to our insured's loss. Includes copyrighted material of Insurance Services Office, Inc., with; its permission UND 615 09 10 Page 2 of UND 615 09 10 6. PHYSICAL DAMAGE COVERAGE EXTENSIONS SECTION III - PHYSICAL DAMAGE COVERAGE, A.4. - Coverage Extensions: the following extensions are added: ELECTRONIC EQUIPMENT COVERAGE c, Physical Damage Coverage on a covered "auto" also applies to loss to any electronic equipment that receives or transmits audio, visual or data signals and that is not designed solely for the reproduction of sound, subject to the following additional provisions: 1) This coverage applies only if the equipment is permanently installed in the covered "auto" at the time of the "loss" or the equipment is removable from a housing unit which is permanently installed in the covered "auto" at the time of the "loss" and such equipment is designed to be solely operated by use of the power from the "auto's" electrical system, in or upon the covered "auto. 2) Coverage also applies to antennas and other accessories necessary for the use of the electronic equipment described in paragraph 1) above. 3) The most we will pay for all "loss" to such audio, visual or data electronic equipment and/or its accessories used with that equipment as a result of any one "accident" is the lesser of: a. The actual cash value of the damaged or stolen electronic equipment and/or its accessories as of the time of the "loss"; or b. $2,500. 4) Coverage applies to tapes, records or discs that are damaged while in a scheduled "auto". Theft of such property located in or on a scheduled "auto" is covered if there are visible signs of forced entry. The most we will pay for tapes, records or discs is $200. The insurance afforded by this provision does not apply to any equipment for Audio, Visual or Data Electronic Coverage that has been provided by a separate endorsement issued by us and made part of this coverage part or policy. LIMITED LOAN/LEASE GAP d. In the event of a covered total "loss" to a covered "auto" which is either owned by you or leased by you for a period of 12 consecutive months or longer, we will pay any unpaid amount due on your loan or lease for such covered "auto", subject to the following additional provisions: 1. We will pay only the lesser of: a) The sum of such unpaid amount, less 1. The amount paid under the Physical Damage Coverage Section of the policy or coverage part; and ii. Any: (a) Overdue loan/lease payments at the time of the "loss"; (b) Financial penalties imposed under "auto" lease for excessive use, abnormal wear and tear or high mileage; (c) Security deposits not returned by the lessor; (d) Costs for extended, warranties, Credit Life insurance, Health, Accident or Disability insurance purchased with the loan or lease; and (e) Carry-over balances from previous loans or leases; or b) $2,000. 2. This extension does not apply to any "auto" that is a land vehicle that would qualify under the definition of "mobile equipment" under this coverage part or policy if it were not subject to a compulsory or financial responsibility law or other motor vehicle insurance law where it is licensed or principally garaged. The insurance afforded for Limited Loan/Lease Gap Coverage in this extension endorsement does not apply if separate Loan/Lease Gap Coverage is afforded for such covered "auto" in an endorsement issued by us and made part of this coverage part or policy. Includes copyrighted material of Insurance Services Office, Inc., with its permission UND 615 09 10 Page 3 of 7 UND 615 09 10 LOCKSMITH SERVICE e. We will pay up to $100 for necessary locksmith services incurred when keys to a covered "auto" have been lost, stolen or damaged. No deductible applies to this coverage. BUSINESS PERSONAL PROPERTY f. We will pay up to $500 for Business Personal Property that is damaged while in a scheduled "auto". Theft is covered if the property is located in or on the "auto" at the time and there are visible signs of forced entry. REPLACEMENT COST ON NEW VEHICLES g. We will pay full replacement cost of a new "auto that was purchased new if a total "loss" occurs within 90 days of purchase. This extension does not apply to any "auto" that is a land vehicle that would qualify under the definition of "mobile equipment" under this coverage part or policy. EXPENSE OF RETURNING STOLEN AUTO h. Under Comprehensive coverage, we will pay for the expense of returning a stolen covered "auto" to you. 7. HIRED AUTO PHYSICAL DAMAGE COVERAGE If hired "autos" are covered "autos" for Liability Coverage in this policy or coverage part, then any Physical Damage coverage which is provided in this policy or coverage part for any "auto" you own will be extended to certain "autos" you lease, rent, hire, or borrow subject to the following provisions; A. This Hired Auto Physical Damage extension does not apply to 1. any "auto" that is a land vehicle that would qualify under the definition of "mobile equipment" under this policy or coverage part if it were not subject to `a compulsory or financial responsibility law or other motor vehicle insurance law where it is licensed or principally garaged; 2. any "auto" you lease, hire, rent, or borrow from any of your "employees partners (if you are a partnership) members (if you are a limited liability company) or members of their, households or 3. Any other "auto" leased, rented, hired, or borrowed: a. For a period of more than 30 days; or b, with a driver. B. The most we will payfor any one "loss" will be the lesser of: 1. The actual cash value of the damaged or stolen "auto" as of the time of the "loss 2. The cost to repair or replace the damaged or stolen "auto" as of the time of the "loss"; or 3. $60,000. C. Except that such amount will be reduced by a deductible as determined by sub -paragraph 7.E. below. D. Subject to 7.6, above, the coverage we will provide will be: 1. With respect to Other Than Collision coverage: 2. Collision coverage if any covered "auto" owned by you has this coverage under this coverage part or policy. E. Deductible Our obligation to pay for, repair, return or replace such "auto" will be reduced by a deductible for each coverage afforded under 7.D.1. and 7.D.2. above equal to the amount of the largest deductible applicable for that coverage to any covered "auto" owned by you. However, no deductible will apply to "loss" caused by fire or lightning. F. Loss of Use. Expenses For any "auto" which is a covered "auto" under this extension Hired Auto Physical Damage Coverage, we will also pay expenses for loss of: use of such "auto" subject to the following additional provisions: Includes copyrighted material of Insurance Services Office, Inc., with its permission UND 615 09 10 Pa9e 4 of 7 UND 615 0910 1. Such "auto" is leased or rented under a written rental contract or agreement; 2. Such loss of use is a consequence of a covered "accident"; a. For which an "insured" is legally responsible; and b. As a result of which the leasing or rental entity suffers a monetary loss. 3. The most we will pay for any expenses for loss of use is $350 per day, to a maximum of $2,800. 4. With respect to the coverage afforded by this extension, Section Ill - Physical Damage Coverage Extension 4.b. - Lose Of Use does not apply. 8. AIRBAG COVERAGE EXTENSION SECTION III - PHYSICAL DAMAGE COVERAGE, B. Exclusions: the following is added to item 3.a.: This exclusion does not apply to the unintended discharge of an airbag. However, airbag coverage is excess over any other collectible insurance or warranty specifically designed to provide coverage. 9. KNOWLEDGE OF ACCIDENT, CLAIM, SUIT OR LOSS SECTION IV - BUSINESS AUTO CONDITIONS, A. 2. a. is deleted and replaced with the following: a. In the event of an "accident", claim, "suit" or "loss", you must give us or our authorized representative prompt notice of the "accident" or "loss" only when the "accident". claim, "suit or "loss" is known to: 1. You, if you are an individual; II. A partner, if you are a partnership; Ill. A member,, if you are a limited liability company; iv. An "executive officer" or the employee designated by you to give such notice, if you are an organization other than apartnership or a limited liability company, Notice to include a) How, when. and where the "accident" or "loss" occurred; b) The "insured's" name and address; and c) To the extent possible, the names and addresses of any injured persons and witnesses. 10. WAIVER OF SUBROGATION BY CONTRACT OR AGREEMENT SECTION IV - BUSINESS AUTO CONDITIONS - A.S. Transfer of Rights of Recovery Against Others to Us is deleted and replaced with the following: We waive any right of recovery we may have against any person or organization because of payments we make for "bodily injury" or "property damage" or "loss" arising out of the operation, maintenance, use, loading or unloading of a covered "auto" when you and such person or organization have agreed in writing in a contract or agreement to waive such right of recovery, provided: a. Such written contract or agreement was: 1) Made prior to the covered injury or damage; and 2) In effect at the time of the covered injury or damage; and b. The injury or damage arises out of the operations contemplated by such written contract or agreement. This waiver applies only to such person or organization designated in such written contract or agreement. 11. NEWLY FORMED OR ACQUIRED ORGANIZATIONS The Named Insured shown in the Declarations is amended to include any organization you newly form or acquire, other than: A. A partnership, joint venture, or limited, liability company; or B. An organization excluded either by the provisions of this Coverage Part; or by endorsement, and over which you maintain ownership or majority interest of more than 50%, subject to the following additional provisions: Includes copyrighted material of Insurance Services Office, Inc., with its permission UND 615 09 10 Page 5 of 7 LIND 616 09'10 1. This insurance does not apply to any newly formed or acquired organization that is an "insured" under any other automobile policy or would be an "insured" under such a policy but for its termination or the exhaustion of its Limit of Insurance. 2. Coverage under this provision does not apply to injury, damage, expense, or "loss" that occurred before you formed or acquired the organization. 3. Coverage under this provision is afforded only until the next anniversary date of this policy's effective date after you acquire or form the organization, or the and of the policy period, whichever is earlier. C. This provision does not include any newly formed or acquired organization 180 days after its formation or acquisition, unless you have given us notice of the formation or acquisition. 12. TOWING AND LABOR COVERAGE EXTENSION SECTION III - PHYSICAL DAMAGE COVERAGE, A.2. - Towing is deleted and replaced with the following: With respect to any "private passenger auto or "light truck" you own that is provided both Comprehensive Coverage and Collision Coverage in this policy or coverage part, we will pay up to $100 for towing and labor costs incurred each time such "private passenger auto or "light truck" is disabled subject to the following additional provisions: a. The labor must be performed at the place of disablement. b. This coverage does not apply to stolen "autos"- c, If, at the time of disablement such "private passenger auto" or "light truck" is also a covered "auto" for the Physical damage Towing And Labor coverage shown under Item Two of the Business Auto Declarations in this policy or coverage part, the most we will pay for each covered disablement is the greater of: I. The limit shown under Item Two in the Declarations or ii. $100. 13. LIMITED RENTAL REIMBURSEMENTCOVERAGE We will pay for rental reimbursement expenses incurred by you for the rental of an "auto" because of a covered physical damage "loss" to a covered "auto" you own, subject to the following additional provisions: A. As, used in this Rental Reimbursement Coverage provision, "auto" means a land motor vehicle, trailer or semitrailer designed for travel on public roads. However, "auto" does not include: 1. "Mobile equipment"; or 2. Any other land vehicle that would qualify under the definition of "mobile equipment" under this policy or coverage part if it were not subject to compulsory or financial responsibility law or other motor vehicle insurance law where it is licensed or principally garaged. B. Payment ,applies in addition to the otherwise applicable amount of each coverage you have on the covered "auto". C. No deductible applies to this coverage. D. We will pay only for those expenses incurred during the policy period beginning 24 hours after the "loss" and ending, regardless of the expiration date of the policy, with the lesser of the following number of days: 1. The number of days reasonably required to repair or replace the covered "auto" or 2. 60 days. E. Our payment is limited to the lesser of the following amounts: 1. Necessary and actual expenses incurred up to: a. $60 per day for a "private passenger' auto" or light truck"; b. $100 per day for other than a "private passenger auto" or "light truck" Subject to a maximum of $3,600. Includes copyrighted material of Insurance Services Office, Inc„ with its permission UND 615 09 10 Page 6 of 7 UND 615 09 10 F. We will also pay the following: 1. Up to $500 for reasonable and necessary expenses to remove your Business Personal Property and materials form the covered "auto". 2. Up to $100 for expenses incurred by the named insured for transportation to their intended destination from the point of the "auto" disablement or theft. G. This coverage does not apply while there is a spare or reserve "auto" available to you for your operations. H. With respect to the coverage afforded by this extension, 'the Transportation Expenses Coverage Extension contained in SECTION III - PHYSICAL DAMAGE COVERAGES, A. 4.a. does not apply. I. The insurance afforded for Limited Rental Reimbursement Coverage in this extension endorsement does not apply if separate Rental Reimbursement Coverage is issued by us as an endorsement and made a part of this policy or coverage part. 14. REVISIONS TO DEFINITIONS SECTION V - DEFINITIONS is revised as follows: "AUTO" AMENDED Paragraph B. "Auto" is deleted and replaced with: B. "Auto" means: 1. A land motor vehicle, "trailer" or semitrailer designed for travel on public roads; 2. Any other land vehicle that is subject to a compulsory or financial responsibility law or other motor vehicle insurance law where it is licensed or principally garaged. 3. "Private passenger auto" means a four -wheeled auto of the private passenger or station wagon type; and 4. "Light truck" means a pick-up or panel truck, sport utility vehicle or similar "auto", with a "Gross Vehicle Weight (GVW) of 11,000 pounds or less. Gross Vehicle Weight (GVW) is the maximum loaded weight for which a single "auto" is designed, as specified by the Manufacturer. However, "auto" does not include "mobile equipment". "INSURED CONTRACT" AMENDED Paragraph H. "Insured Contract": item d. is added to the and of the definition: d. That pertains to the ownership, maintenance or use of an "auto" and which indemnifies a parson or organization for other than the vicarious liability of such person or organization for "bodily injury" or "property damage" specifically caused, in whole or in part by your operation or use of a covered "auto". "EXECUTIVE OFFICER" ADDED The following definition is added: "Executive Officer" means a person holding any officer position created by your charter, constitution, by-laws or any other similar governing document. Includes copyrighted material of Insurance Services Office, Inc., with its permission UND 615 09 10 Page 7 of 7 No Text Named Insured: LONE STAR DIRT & PAVING LTD CG 02 05 12 04 Policy Number: CPP 0124761 04 THIS ENDORSMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CHANGES - AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE This endorsement modifies insurances provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCT WITHDRAWAL COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part, we agree to mail prior written notice of cancellation or material change to: SCHEDULE 1. Name: Any person or organization as evidenced by a certificate of insurance issued on the company's behalf by its licensed agent. 2. Address: 3. Number Of Days Advance Notice: 30 (Except to -day notice of cancellation for non-payment of premium) Information required to complete this Schedule, if not shown above, will be shown in the Declarations. CG 02 05 12 04 Copyright, ISO Properties, Inc., 2003 Page 1 of 1 Named Insured: LONE STAR DIRT & PAVING LTD Policy Number: CPP 0124761 04 CG 02 24 10 93 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EARLIER NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Number of Days' Notice 30 (If no entry appears above, information required to complete this Schedule will be shown in the Declarations as applicable to this endorsement.) For any statutorily permitted reason other than nonpayment of premium, the number of days required for notice of cancellation, as provided in paragraph 2. of either the CANCELLATION Common Policy Condition or as amended by an applicable state cancellation endorsement, is increased to the number of days shown in the Schedule above. CG 02 24 10 9:3 Copyright, Insurance Services Office, Inc., 1992 Page 1 of 1 Named Insured: LONE STAR DIRT & PAVING LTD Policy Number: CPP 0124761 04 CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Personls) I Or Organization(s): I Location And Description Of Completed Operations AUTOMATIC STATUS WHEN REQUIRED BY WRITTEN CONTRACT f Information required to complete this Schedule, if not shown above, will be shown in the Declarations. I Section 11 - Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property dam- age" caused, in whole or in part, by "your work" at the location designated and described in the sche- dule of this endorsement performed for that addi- tional insured and included in the "products - completed operations hazard". CG 20 37 07 04 Copyright, ISO Properties, Inc., 2004 Page 1 of 1 No Text UND 618 03 11 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. MS -EDGE GENERAL LIABILITY ENDORSEMENT FOR CONTRACTORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SUMMARY OF COVERAGE EXTENSIONS Extension Limit 1. Supplementary Payments - Increased Limits Bail Bonds Loss of Earnings 2. Miscellaneous Additional Insureds $ 3,000 $1,500 Mortgagee, Assignee or Receiver Included Managers or Lessors of Premises Included Controlling Interest Included Co -Owner of Insured Premises Included Owners or Other Interest From Whom Land Has Been Leased Included Lessor of Leased Equipment Included Owners or Contractors for Whom You are Performing Ongoing Operations Included State or Governmental Agency or Political Subdivision Included 3. Aggregate Limits of Insurance for Single Construction Projects General Aggregate Limit 4. Revisions to "Who Is An Insured" Volunteer Workers Expanded Included 5. Expanded "Expected or Intended Injury" Definition Included 6. Knowledge of Occurrence, Offense, Claim or Suit Included 7. Unintentional Omissions in Disclosure Included 8. Waiver of Subrogation by Contract or Agreement Included 8, Newly Formed or Acquired Organizations Included 10. Legal Liability for Damage to Premises Rented to You (Specified Perils) $300,000 11. Non -Owned Watercraft Up to 51 Feet in Length Included 12. Medical Payments Revised $15,000 13 Property Damage for Tools Loaned to You $10,000 14. Revisions to Definitions "Insured Contract" Amended included "Mobile Equipment" Amended Included "Specified Perils" Added Included "Water Damage" Added Included The above is a summary of provisions in this endorsement. Please consult the specific provisions below for complete wording contained in these endorsement provisions. The endorsement provisions shall prevail in the event of a conflict between the summary and the following endorsement provisions. ENDORSEMENT PROVISIONS Thsa provisions of the Commercial General Liability Coverage Part apply except as otherwise provided in this endorsement. This endorsement applies only if such Coverage Part is included in this policy, Includes copyrighted material of Insurance Services Office, Inc., with its permission UND 618 03 11 Page 1 of 8 UND 618 03 11 1. SUPPLEMENTARY PAYMENTS - INCREASED LIMITS SECTION 1 - COVERAGES. SUPPLEMENTARY PAYMENTS - COVERAGES A AND B is amended as follows: A. The limit shown in 1.b, for the costs of bail bonds is increased to $3,000. B. The limit shown in IIA for all reasonable expenses incurred at our request, including actual loss of earnings because of time off work, is increased to $1,500. 2. MISCELLANEOUS ADDITIONAL INSUREDS SECTION 11 - WHO IS AN INSURED is amended to include as an insured any person or organization (known as additional insured) described in paragraphs (1) through (8) below, whom you are required to add as an additional insured on this policy under a written contract or agreement. The written contract or agreement must be: A. Currently in effect or becoming effective during the term of this policy; and B. Fully executed by you and the additional insured prior to the "bodily injury", "property damage" or "personal and advertising injury", but only the following persons or organizations are additional insureds under this endorsement, and coverage provided to such additional insureds is limited as provided herein. (1) ADDITIONAL INSURED - MORTGAGEE, ASSIGNEE OR RECEIVER SECTION 11 - WHO IS AN INSURED is amended to include as an insured any person or organization with respect to their liability as a Mortgagee, Assignee or Receiver and arising out of the ownership, maintenance, or use of the premises by you and shown in the Schedule of All Locations You Own, Rent or Occupy. a. This insurance does not apply to structural alterations, new construction or demolition operations performed by or for that person or organization. (2) ADDITIONAL INSURED - MANAGERS OR LESSORS OF PREMISES SECTION 11 - WHO IS AN INSURED is amended to include as an insured any person or organization with respect to their liability as a Manager or Lessor of premises and arising out of the ownership, maintenance or use of that part of the premises leased to you and shown in the Schedule of All Locations You Own, Rent or Occupy, and subject to the following additional exclusions: a. This insurance does not apply to: (1) Any "occurrence" which takes place after you cease to be a tenant in that premises; (21 Structural alterations, new construction or demolition operations performed by or for that person or organization. (3) ADDITIONAL INSURED - CONTROLLING INTEREST SECTION 11 - WHO IS AN INSURED is amended to include as an insured any person or organization with respect to their liability arising out of: a. Their financial control of you; or b. Premises they own, maintain or control while you lease or occupy these premises. This insurance does not apply to structural alterations, new construction or demolition operations performed by or for that person or organization. (4) ADDITIONAL INSURED - CO-OWNER OF INSURED PREMISES SECTION II - WHO IS AN INSURED is amended to include as an insured a co-owner of the insured's premises with respect to their liability arising out of their liability as co-owner of such premises. (5) ADDITIONAL INSURED - OWNERS OR OTHER INTEREST FROM WHOM LAND HAS BEEN LEASED SECTION 11 - WHO IS AN INSURED is amended to include as an insured any person or organization with respect to their liability arising out of the ownership, maintenance or use of that part of the land leased to you and shown in the Schedule of All Locations You Own, Rent or Occupy, and subject to the following additional exclusions: a. This insurance does not apply to: (11 Any "occurrence" which takes place after you cease to lease that land; 12) Structural alterations, new construction or demolition operations performed by or for that person or organization. Includes copyrighted material of Insurance Services Office, Inc., with its permission UND 618 03 11 Page 2 of 8 UND 618 03 11 (6) ADDITIONAL INSURED - LESSOR OF LEASED EQUIPMENT SECTION II - WHO IS AN INSURED is amended to include as an insured any person or organization with respect to their liability arising out of the maintenance, operation or use by you of equipment leased to you by such person(s) or organization(s), subject to the following additional exclusions: a. This insurance does not apply: (1) To any "occurrence" which takes place after the equipment lease expires; 12) To "bodily injury" or "property damage" arising out of the sole negligence of that person or organization. 17) OWNERS OR CONTRACTORS FOR WHOM YOU ARE PERFORMING ONGOING OPERATIONS SECTION II - WHO IS AN INSURED is amended to include as an insured: a. Any person or organization for whom you are performing operations but only with respect to liability for "bodily injury", "property damage", or "personal and advertising injury" caused, in whole or in part, by: (1) Your acts or omissions; or (2) The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured. A person(s or organization's status as an additional insured under this provision ends when your operations for that additional insured are completed. b. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to: (1) "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: (a) The preparing, approving, or failing to approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Supervisory, inspection, architectural or engineering activities. (2) "Bodily injury" or "property damage" occurring after: (a) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or (b) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. (8) ADDITIONAL INSURED - STATE OR GOVERNMENTAL AGENCY OR POLITICAL SUBDIVISION SECTION 11 - WHO IS AN INSURED is amended to include as an insured any state or governmental agency or subdivision or political subdivision, subject to the following additional provision: This insurance applies only with respect to the following hazards for which the state, governmental agency or subdivision or political subdivision has issued a permit in connection with premises you own, rent or control and to which this insurance applies: a. The existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoist away openings, sidewalk vaults, street banners, or decorations or similar exposures; or b. The construction, erection, or removal of elevators; or c. The ownership, maintenance, or use of any elevators covered by this insurance. With respect to coverage provided by this provision 2. MISCELLANEOUS ADDITIONAL INSUREDS, the following additional provisions also apply: Includes copyrighted material of Insurance Services Office, Inc., with its permission UND 618 03 11 Page 3 of 8 UND 618 03 11 A. Any insurance provided to an additional insured designated under paragraphs (1) through (8) above does not apply: (1) To "bodily injury" or "property damage" included within the "products -completed operations hazard"; or (2) To "bodily injury", "property damage" or "personal and advertising injury" arising out of the sole negligence of such additional insured. B. Paragraph 4.b. of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS is replaced with the following: b. Excess Insurance 01 This insurance is excess over: (a) Any of the other insurance, whether primary, excess, contingent or on any other basis that is available to the additional insured unless you and the additional insured have specifically agreed in writing that this insurance be primary, Then we will treat any other insurance maintained by the additional insured for injury or damage covered by provision 2. MISCELLANEOUS ADDITIONAL INSUREDS, except such other insurance as noted in paragraph (b) below, as excess to this insurance. (b) Any other primary liability insurance available to the additional insured for damages arising out of premises or ongoing operations for which such person or organization has been added as an additional insured by the attachment of an endorsement. (21 When this insurance is excess, we will have no duty under Coverages A or B to defend the insured against any "suit" if any other insurer has a duty to defend the insured against that "suit". If no other insurer defends, we will undertake to do so, but we will be entitled to the insured's rights against all those other insurers. (3) When this insurance is excess over other insurance, we will pay only our share of the amount of the loss, if any, that exceeds the sum of: (a) The total amount that all such other insurance would pay for the loss in the absence of this insurance; and (b) The total of all deductible and self -insured amounts under all the other insurance. (4) We will share the remaining loss, if any, with any other insurance that is not described in the Excess Insurance provision and was not brought specifically to apply in excess of the Limits of Insurance shown in the Declarations of this policy or coverage part. 3. AGGREGATE LIMITS OF INSURANCE FOR SINGLE CONSTRUCTION PROJECTS A. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under SECTION 1 - COVERAGE A, and for all medical expenses caused by accidents under SECTION I - COVERAGE C, which can be attributed only to ongoing operations at single construction projects away from premises owned by or rented to the insured: (1) The most we will pay will be capped at $10,000,000, regardless of the number of: a. "Occurrences"; b. Insureds; c. Claims made or "suits" brought; d. Persons or organizations making claims or bringing "suits"; or a. Separate construction projects. (2) Subject to paragraph 3.A.0) above: a. A separate Single Construction Project General Aggregate Limit applies to each construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. Includes copyrighted material of Insurance Services Office, Inc., with its permission UND 618 03 11 Page 4 of 8 UND 618 03 11 b. The Single Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under COVERAGE A, except damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard", and for medical expenses under COVERAGE C regardless of the number of: I. Insureds; ii. Claims made or "suits" brought; or Ili. Persons or organizations making claims or bringing "suits". c. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the Single Construction Project General Aggregate Limit for that construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Single Construction Project General Aggregate Limit for any other separate construction project away from premises owned or rented by the insured. d. The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical Expenses continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Single Construction Project General Aggregate Limit. B. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under SECTION I - COVERAGE A, and for all medical expenses caused by accidents under SECTION I - COVERAGE C, which cannot be attributed only to ongoing operations at a single construction project away from premises owned by or rented to the insured: (1) Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products -Completed Operations Limit, whichever is applicable; and 12) Subject to paragraph 3.A.(1) above payments shall not reduce any Single Construction Project General Aggregate Limit. C. When coverage for liability arising out of the "products -completed operations hazard" is provided, any payments for damages because of "bodily injury" or "property damage" included in the "products - completed operations hazard" will reduce the Products -Completed Operations Aggregate Limit, and not reduce the General Aggregate Limit or the Single Construction Project General Aggregate Limit. D. If the applicable construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorizing contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. E. If endorsement CG 25 03, Designated Construction Project(s) General Aggregate Limit (or a similar construction project(s) aggregate endorsement) is also part of this policy or coverage part, the most we will pay for all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under SECTION I - COVERAGE A and all medical expenses under SECTION I - COVERAGE C, which can be attributed only to ongoing operations at: (1) Any construction project(s) designated in such CG 25 03 or similar construction project(s) aggregate endorsement; or (2) Any construction project(s) to which the provisions of 3. AGGREGATE LIMITS OF INSURANCE FOR SINGLE CONSTRUCTION PROJECTS in this endorsement and the provisions of such CG 25 03 or similar construction project(s) aggregate endorsement both apply will be subject to the same $10,000,000 cap shown in paragraph 3.A.(1). F. The provisions of SECTION III - LIMITS OF INSURANCE not otherwise modified by this endorsement shall continue to apply as stipulated. Includes copyrighted material of Insurance Services Office, Inc., with its permission UND 618 03 11 Page 5 of 8 UND 618 03 11 4. REVISIONS TO "WHO IS AN INSURED" SECTION II - WHO IS AN INSURED, 2.a. is deleted and replaced with the following: 2. Each of the following is also an insured: (a) Your "volunteer workers" only while performing duties related to the conduct of your business, or your "employees", other than either your "executive officers" (if you are an organization other than a partnership, joint venture or limited liability company) or your managers (if you are a limited liability company), but only for acts within the scope of their employment by you or while performing duties related to the conduct of your business, including rendering first aid in an emergency. However, none of these employees or "volunteer workers" are insureds for: Paragraphs (1) through (2) continue to apply. 5. EXPANDED "EXPECTED OR INTENDED INJURY" DEFINITION SECTION I - COVERAGES - COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY, 2.a. Expected or Intended Injury Exclusion is deleted and replaced with the following: a. "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force for the purpose of protecting persons or property. 6. KNOWLEDGE OF OCCURRENCE, OFFENSE, CLAIM OR SUIT SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit is revised by the addition of Items e. and f.: e. The requirement in Condition 2.a. applies only when the "occurrence" or offense is known to: (1) You, if you are an individual; (2) A partner, if you are a partnership; (3) An "executive officer", an "employee" designated by you to give such notice, or insurance manager (if you are an organization other than a partnership, joint venture or limited liability company); or (4) A manager (if you are a limited liability company). f. The requirement in Condition 2.b. will not be breached unless the breach occurs after such claim or "suit" is known to: (1) You, if you are an individual; (2) A partner, if you are in a partnership; 13) An "executive officer" or insurance manager (if you are an organization other than a partnership, joint venture or limited liability company); or (4) A manager (if you are a limited liability company). 7. UNINTENTIONAL OMISSIONS IN DISCLOSURE SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, 6. Representations is revised by the addition of the following: However, the unintentional omission of any information given or provided by you shall not prejudice your rights under this insurance. This provision does not affect our right to collect additional premium or to exercise our right of cancellation or non -renewal. 8. WAIVER OF SUBROGATION BY CONTRACT OR AGREEMENT SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, 8. Transfer Of Rights Of Recovery Against Others To Us We waive any right of recovery we may have against any person or organization because of payments we make for injury or damage arising out of: Includes copyrighted material of Insurance Services Office, Inc., with its permission UND 618 03 11 Page 6 of 8 UND 618 03 11 A. Premises owned, occupied by, or rented or loaned to you; B. "Your work" or "your products"; C. Ongoing operations performed by you or on your behalf, when you and such person or organization have agreed in writing in a contract or agreement to waive such right of recovery, provided: (1) Such written contract or agreement was: a. Made prior to the covered injury or damage; and b. In effect at the time of the covered injury or damage; and (21 The injury or damage arises out of the operations contemplated by such written contract or agreement; and (3) This waiver applies only to such person or organization designated in such written contract or agreement. 9. NEWLY FORMED OR ACQUIRED ORGANIZATIONS SECTION 11 - WHO IS AN INSURED, 3. is deleted and replaced with the following: 3. The Named Insured shown in the Declarations is amended to include any organization you newly form or acquire, other than: a. A partnership, joint venture, or limited liability company; or b. An organization excluded either by the provisions of this Coverage Part, or by endorsement, and over which you maintain ownership or majority interest of more than 50%, subject to the following additional provisions: L This insurance does not apply to any newly formed or acquired organization that is an insured under any other General Liability policy or would be an insured under such a policy but for its termination or the exhaustion of its Limit of Insurance. ii. Coverage under this provision does not apply to injury, damage, expense, or loss that occurred before you formed or acquired the organization. Ill. Coverage under this provision is afforded only until the next anniversary date of this policy's effective date after you acquire or form the organization, or the end of the policy period, whichever is earlier. This provision does not include any newly formed or acquired organization 180 days after its formation or acquisition, unless you have given us notice of the formation or acquisition. 10. LEGAL LIABILITY FOR DAMAGE TO PREMISES RENTED TO YOU (Specified Perils) SECTION III. - LIMITS OF INSURANCE, 6. is deleted and replaced with the following: 6. Subject to Paragraph S. above, the greater of: a. 0300,000, or b. The damage to Premises Rented to You Limit shown in the Declarations is the most we will pay under Coverage A for any one premises while rented to you or temporarily occupied by you with permission of the owner, in the event of (1) damages because of "property damage"; or (2) damage by "specified perils". This limit will apply to all damages proximately caused by the same event, whether such damage results from "specified perils" or other covered causes of loss or any combination thereof. Includes copyrighted material of Insurance Services Office, Inc., with its permission UND 618 03 11 Page 7 of 8 UND 618 03 11 11, NON -OWNED WATERCRAFT UP TO 51 FEET IN LENGTH SECTION I COVERAGES, COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY, 2. Exclusions, g.(2)(a) is deleted and replaced with the following: la) Less than 51 feet long; and 12. MEDICAL PAYMENTS REVISED SECTION I COVERAGES, COVERAGE C MEDICAL PAYMENTS is amended as follows: A. 1. Insuring Agreement a.(31(b) is deleted and replaced with the following: (b) The expenses are incurred and reported to us within three years of the date of the accident; and 8. Item 1.c. is added to 1. Insuring Agreement: c. If COVERAGE C MEDICAL PAYMENTS is not otherwise excluded from this policy, we will pay medical expenses up to the greater of: (1) $15,000; or 12) The limit shown in the Declarations of this policy or coverage part, 13. PROPERTY DAMAGE FOR TOOLS LOANED TO YOU SECTION I COVERAGES, COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY, 2.1. Damage to Property Exclusion is revised. Item j.14) is deleted and replaced with the following: 1.(4)Tools or equipment loaned to you if the tools or equipment are being used to perform operations at the time of the loss. The most we will pay for such tools or equipment loaned to you is $10,000 per "occurrence". 14, REVISIONS TO DEFINITIONS SECTION V - DEFINITIONS is revised as follows: 9.a. "Insured contract" is deleted and replaced with the following: 9. "Insured contract" means: a. A contract for lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by "specified perils" to premises while rented to you or temporarily occupied by you with permission of the owner is not an "insured contract"; 12. "Mobile equipment", subparagraph f.0) is deleted and replaced with the following:, (1) Equipment with a gross vehicle weight of 1,000 pounds or more and designed primarily for: a. Snow removal; b. Road maintenance, but not construction or resurfacing; or c. Street cleaning; The following definitions are added: 23. "Specified perils" means fire; lightning; explosion; windstorm or hail; smoke; aircraft or vehicles; riot or civil commotion; vandalism; leakage from fire extinguishing equipment; weight of snow, ice or sleet; or "water damage". 24. "Water damage" means accidental discharge of water or steam as the direct result of the breaking or cracking of any part of a system or appliance containing water or steam. Includes copyrighted material of Insurance Services Office, Inc., with its permission UND 618 03 11 Page 8 of 8 Named Insured; LONE STAR DIRT & PAVING LTD CU 02 02 05 03 Policy Number: LIMB 0124761 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CHANGES - AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE This endorsement modifies insurance provided under the following: COMMERCIAL UMBRELLA LIABILITY COVERAGE PART In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part, we agree to mail prior written notice of cancellation or material change to: SCHEDULE 1. Name: Any person or organization as evidenced by a certificate of insurance issued on the company's behalf by its licensed agent. 2. Address: 3. Number Of Days Advance Notice: 30 (Except 10-day notice of cancellation for non-payment of premium) ilf no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) CU 02 02 05 03 Copyright, ISO Properties, Inc., 2002 Page 1 of 1 Named Insured: LONE STAR DIRT & PAVING LTD Policy Dumber: UMB 0124761 04 CU 02 04 09 00 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EARLIER NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies insurance provided under the following: COMMERCIAL LIABILITY UMBRELLA COVERAGE PART SCHEDULE Number of Days' Notice 30 (If no entry appears above, information required to complete this Schedule will be shown in the Declarations as applicable to this endorsement.) For any statutorily permitted reason other than nonpayment of premium, the number of days required for notice of cancellation, an provided in Paragraph 2. of either the Cancellation Common Policy Condition or as amended by an applicable state cancellation endorsement, is increased to the number of days shown in the Schedule above CU 02 04 09 00 Copyright, Insurance Services Office, Inc., 2000 Page 1 of 1 Named Insured: LONE STAR DIRT & PAVING LTD Policy Number: UMB 0124761 04 CU 22 82 06 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL UMBRELLA LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: Any person or organization to whom you are obligated by virtue of a written contract, agreement or permit to waive your rights of recovery against others. Unformation required to complete this Schedule, if not shown above, will be shown in the Declarations. _ I The Transfer Of Rights Of Recovery Against Others To Us Condition under Section IV - Conditions is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for "bodily injury" or "property damage" arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products -completed opera- tions hazard". This waiver applies only to the person or organization shown in the Schedule above. CU 22 82 06 04 Copyright, ISO Properties, Inc., 2003 Page 1 of 1 CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 TYPE OF PROJECT: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY ❑ Commercial General Liability General Aggregate $ Claims Made Products-Comp/Op AGG S ❑ Occurrence Personal & Adv. Injury $ ❑ Owner's & Contractors Protective Each Occurrence $ ❑ Fire Damage (Any one Fire) $ Med Exp (Any one Person) $ AUTOMOTIVE LIABILITY ❑ Any Auto Combined Single Limit $ El All Owned Autos Bodily Injury (Per Person) $ ❑ Scheduled Autos Bodily Injury (Per Accident) $ ❑ Hired Autos Property Damage $ ❑ Non -Owned Autos 11 GARAGE LIABILITY 11 Any Auto Auto Only - Each Accident $ ❑ Other than Auto Only: Each Accident $ Aggregate $ u BUILDER'SR1SK 100% of the Total Contract Price $ INSTALLATION FLOATER $ EXCESS LIABILITY Umbrella Form Each Occurrence $ Aggregate $ 13 Other Than Umbrella Form $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY The Proprietor/ ❑ Included Statutory Limits Partners/Executive ❑ Excluded Each Accident $ Offices are: Disease Policy Limit $ Disease -Each Employee $ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE (Name of Insurer) MUST BE SENT TO THE CITY OF LUBBOCK LIM The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto /General Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. CONTRACTORCHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based / on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of / coverage ends during the duration of the project; ✓ (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends / during the duration of the project; V (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the govermnental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON CONTRIBUTORY BASIS TO INCLUDE PRODUCT-COMP/OP AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE !, ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON t- THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKER'S COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR THE ADDITIONAL ENSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must (see u reverse) 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 (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 (e) (3) of this rule; (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. I PAGE INTENTIONALLY LEFT BLANK g� LJ CONTRACT PAGE INTENTIONALLY LEFT BLANK CONTRACT 10964 " STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 29th day of November, 2012, 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 Lone Star Dirt & Paving, Ltd., of the City of Lubbock, County of Lubbock and the State of Texas hereinafter termed CONTRACTOR. r 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 12-10964-CI - Concrete Paving of 114th Street between Memphis and Indiana Avenues 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. Lone Star Dirt & Paving, Ltd.'s bid dated October 30, 2012 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: .0 one 6r b%-r4 4 Ay L-td u By: tW---- PRINTED AME:-S+1e-yIe- (�;; r,•� a t- TITLE: V.0. COMPLETE ADDRESS: Company Loge S-%ar Di,- � f,+ l.Fd Address /iS.'la 14n,"v City, State, Zip L o b Ty ' z3 � Q ATTEST: Corporate Secretary P RAS ", %,n, Mayor ATTEST: Rebecck.Garza, City Secret ry APPROV A T NTENT: Neil Welch, P.E., P#pital Projects Engjnneer sha'Reed, PX., Chief Operating Officer APP D A TO FORM: City Attorney GENERAL CONDITIONS OF THE AGREEMENT GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit Lone Star Dirt & Paving, Ltd., who has agreed to perform the work embraced ` in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owners Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative Neil Welch, P.E., Capital Proiects Engineer, 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 manner 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 Office of the corporation for whom it is intended, or if delivered at or sent certified mail to the L last business address known to the party who gives the notice. 8. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The tenn "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 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 detennine, 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 cominencement 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. F-1 ' 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 work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days.of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. --. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING x It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and n 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 Office, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from. the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment 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 consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such 4 tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's 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 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 (151/o) 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. 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 beC kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained a 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. ` Cf R" 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its Offices, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change 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 payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverage's shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, 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. COPIES OF THE ENDORSEMENTS ARE REQUIRED. i A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000;000 Combined Single Limit in the aggregate and per occurrence to include: Products-Comp/Op AGG Personal & Adv. Injury Contractual Liability WITH HEAVY EQUIPMENT ENDORSEMENT B. Owner's and Contractor's Protective Liability Insurance. — NOT REQUIRED C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,000,000 Combined Single Limit, Any Auto. D. Builder's Risk Insurance/Installation Floater Insurance - NOT REQUIRED. E. Umbrella Liability Insurance - NOT REQUIRED. F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability in the Statutory Amounts. G. The City of Lubbock shall be named as additional insured on Auto/General Liability on a primary & non- contributory basis, to include products of completed operations endorsement, with a waiver of subrogation in favor of the City of Lubbock on all coverages. 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 of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 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. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and G. (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. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the 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) The certificate or certificates shall be on the fonn (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: 10 (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling r of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the govermnental 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 govermnental 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 infonning all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the projec4 regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804- 4000 (www.tdi.state.tx.usl to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage;" and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll - amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; 11 (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 snail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES .. Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the 1, _j Contractor agrees that it will indemnify and save the Owner and all of its Offices, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machine and arts thereof, equipment, ower tools and supplies, incurred in the performance of this contract machinery p �P � pP� � 12 ` and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner, and all of its Offices, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its Offices, 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 the Owner, and all of its Offices, 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, 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 6 ' as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract documents, of work to be done hereunder are -= essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. 13 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 ONE -THOUSAND FORTY DOLLARS ($1,040) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. �- It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such 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 executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except__a 14 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 r-- shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their 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 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. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner, and any of its Offices, 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 and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 15 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. 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 16 shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as maybe 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. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: 17 1 (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 suin which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed 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. g 2 i i 18 9 1 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. All bonds shall be submitted on forms supplied by the Owner, and executed by 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. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, t Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same .-- 1 may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a 19 Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper perforinance 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 tern of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 58. NON -ARBITRATION The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 20 i; DAVIS BACON WAGE DETERMINATIONS PAGE INTENTIONALLY LEFT BLANK EXHIBIT A General Decision Number: TX120007 01/06/2012 TX7 Superseded General Decision Number: TX20100008 State: Texas Construction Types: Heavy and Highway Counties: Armstrong, Carson, Crosby, Ector, Irion, Lubbock, Midland, Potter, Randall, Taylor and Tom Green Counties in Texas. HEAVY & HIGHWAY CONSTRUCTION PROJECTS Modification Number Publication Date 0 01/06/2012 * SUTX2011-002 08/02/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures) ... $ 13.55 ELECTRICIAN ......................$ 20.96 FORM BUILDER/FORM SETTER Paving & Curb ...............$ 12.36 Structures ..................$ 13.52 LABORER Asphalt Raker. .............. $ 12.28 Flagger.............$ 9.30 Laborer, Common... . . . . . . . .$ 10.30 Laborer, Utility ............ $ 11.80 �- Work Zone Barricade vServicer ....................$ 10.30 POWER EQUIPMENT OPERATOR: Asphalt Distributer ......... $ 14.87 Asphalt Paving Machine ...... $ 13.40 Broom and Sweeper ........... $ 11.21 Crane, Lattice Boom 80 Tons or Less ................$ 16.82 Crawler Tractor Operator .... $ 13.96 Excavator, 50,000 lbs or less ........................$ 13.46 Front End Loader Operator, Over 3 CY...................$ 12.77 Front End Loader, 3CY or less ........................$ 12.28 Loader/Backhoe..............$ 14.18 Mechanic ....................$ 20.14 Milling Machine .............$ 15.54 Motor Grader, Rough ........ $ 16.15 Motor Grader, Fine .......... $ 17.49 c. Pavement Marking Machine .... $ 16.42 Reclaimer/Pulverizer........ $ 12.85 Roller, Asphalt .............$ 10.95 Roller, Other ...............$ 10.36 Scraper .....................$ 10.61 Spreader Box ................$ 12.60 Servicer .........................$ 13.98 Steel Worker (Reinforcing) ....... $ 13.50 TRUCK DRIVER Lowboy -Float ................$ 14.46 Single Axle .................$ 12.74 Single or Tandem Axle Dump..$ 11.33 Tandem Axle Tractor with Semi ........................$ 12.49 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is union or non -union. Union Identifiers An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM0198-005 07/01/2011. The first four letters , PLUM, indicate the international union and the four -digit number, 0198, that follows indicates the local union number or district council number where applicable , i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. The date, 07/01/2011, following these characters is the effective date of the most current negotiated rate/collective bargaining agreement which would be July 1, 2011 in the above example. Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the (-- i� U rate Non -Union Identifiers Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non -union data. Example: SULA2004-007 5/13/2010. SU indicates the rates are not union rates, LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used in producing the wage determination. A 1993 or later date, 511312010, indicates the classifications and rates under that identifier were issued as a General Wage Determination on that date. F Survey wage rates will remain in effect and will not change until a new survey is conducted. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ---------------------------------------------------------------- ---------------------------------------------------------------- END OF GENERAL DECISION EXHIBIT B Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT C Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. . a ri I SPECIFICATIONS PAGE INTENTIONALLY LEFT BLANK s I i s 3 City of Lubbock F Public Works Engineering Design Standards and Specifications city of bock •_,,. TEXAS "'•KEV1N •••• i Department of Public Works Engineering City of Lubbock, Texas January 1, 2012 These Standards and Specifications are general standards and specifications for design work on public infrastructure. At all times these regulations are subject to the specific oversight and judgment of the City Engineer who may make modifications in their implementation as may be necessary on a case -by -case basis to protect the best interest of the public. �i This document is a portion of the City of Lubbock Public Works Engineering Design Standards and Specifications. It does not necessarily contain all design criteria, standard details, or construction specifications. The entire document is available on the City of Lubbock web site. Design Standards and Specifications Streets and Drainage Specifications SECTION 8 STANDARD SPECIFICATIONS FOR STREETS AND DRAINAGE CONSTRUCTION 8.1 General 8.1.01 The construction and materials for any City of Lubbock Public Works Engineering paving or drainage improvements project shall conform to the following specifications and associated plan sheets. A. 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 own expense. B. No consideration will be given to requests for reduced payments for construction or materials not in conformance with these specifications and the plan sheets. 8.1.02 The term Engineer used in these specifications shall refer to the City of Lubbock City Engineer or an individual designated by the City Engineer to administer these specifications and associated plans. 8.1.03 The Engineer may require certificates from manufacturers certifying that materials or equipment to be incorporated into the work meet these specifications. A. Material Safety Data Sheets (MSDS) shall be required on all materials. B. All materials or equipment shall be subject to approval by the Engineer before being incorporated into any project. C. After approval, the source and/or character of materials shall not be changed without written authorization by the Engineer. 8.1.04 Streets to be constructed in a location where the traffic is expected to consist of an unusual number of trucks or other heavy vehicles shall have an approved pavement structure design specific to that loading condition. 8.1.05 All construction covered by these specifications shall be in compliance with the City of Lubbock Code of Ordinances, Chapter 30 Lakes and Water Ways, Chapter 36 Streets, Sidewalks, and Other Public Ways, Chapter 38 Subdivisions, and other chapters as applicable. 8.1.06 Any references to these specifications, ASTM, 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. A. When information indicated on plan sheets is in conflict with these specifications, the information on the plans shall govern. 8.2 Design Standards 8.2.01 The following design standards shall apply to all paving and drainage improvements associated with construction of new subdivisions. a A. If unusual site conditions necessitate design criteria different from these requirements, changes will be permitted only if specifically approved by the City Engineer. [ Section 8 81 l.' i Design Standards and Specifications Streets and Drainage Specifications 8.2.02 Street Crown Elevations rr A. All street paving shall incorporate a centerline crown at the following listed elevation unless l otherwise indicated on plans, or as directed by the Engineer: ill . 22 feet 0.37 feet 24 feet 0.40 feet 26 feet 0.43 feet 28 feet 0.46 feet 30 feet 0.49 feet 32 feet 0.52 feet 36 feet 0.58 feet 42 feet 0.67 feet 46 feet 0.73 feet 52 feet 0.82 feet 64 feet 1.00 feet 66 feet 1.03 feet 86 feet 1.33 feet 88 feet 1.36 feet L The widths listed above refer to the total proposed future full width of street. ii. Where there is a difference in elevation between top of opposite street curbs, the crown elevation shall be adjusted such that the cross slopes are 2.0% minimum and 4.0% maximum. 8.2.03 Minimum Grades A. All street paving shall incorporate the following slopes unless otherwise indicated on plans, or as directed by the Engineer: Linear Curb and Gutter 0.20 Curb and Gutter in Cul-De-Sacs 0.30 Concrete Dips, Valley Gutters and Fillets 0.35 Concrete Alley Paving 0.20 Concrete Drainage Channel 0.20 Fall Around Curb Radii 0.80 B. Asphalt dips shall not be used in the place of concrete dips or valley gutters. 8.3 Testing and Inspection 82 8.3.01 All work shall be inspected and tested by a representative designated by the City Engineer, who shall have the authority to halt construction when, in their opinion, construction is being performed contrary to these specifications or associated plans. A. Whenever any portion of these specifications or associated plans is violated, the Engineer may order the portion of construction that is in violation to cease until such violation is corrected. 8.3.02 Contractor shall cooperate with the Engineer in providing for sampling and testing l procedures. L A. In the event City tests indicate out of specification materials, additional tests may be provided by the contractor at their own expense. Section 8 -� Design Standards and Specifications !! Streets and Drainage Specifications B. Conflicting tests provided by the contractor will not automatically be considered as compliance with City 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. 8.3.03 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 efforts are not intended to replace the contractor's responsibility to comply with the specifications. A. With respect to new material sources, or where the City lab has determined materials or construction do not comply with these specifications, the City will not re -test until the contractor has provided their own testing to demonstrate the materials and construction are in compliance with the plans and specifications. 8.3.04 Upon completion of construction, the Contractor will apply sufficient water to all paving improvements within the project to ensure all surfaces meet drainage requirements and are in compliance with these specifications. 8.4 Notification of Property Owners 8.4.01 The contractor shall be responsible for maintaining positive communication with adjacent property owners. 8.4.02 The contractor shall provide two days notice to all affected property owners with respect to pending construction, and restriction of access or driveway locations. 8.5 Protection of Utilities and Irrigation Systems 8.5.01 The plans show only approximate locations of utilities as obtained from various utility companies. A. It is not implied that all utilities or their accurate locations are shown on the plans. 8.5.02 It is the contractor's responsibility to become familiar with all utilities and locations. A. The contractor shall comply with all laws, ordinances, and regulations with respect to utility notification and protection, including Underground Facility Damage Prevention Notification Centers. B. The contractor shall call DIG TESS (1-800-344-8377) and provide sufficient time for all utilities to be identified prior to construction. 8.5.03 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. 8.5.04 Irrigation systems affected by construction shall be properly repaired by a licensed irrigator, with materials equal to the existing system, and in compliance with current applicable codes. The repairs shall be pressure tested to the satisfaction of the Engineer prior to being covered. 8.6 Water for Construction 8.6.01 The City will not furnish water at no charge for construction purposes. Section 8 83 Design Standards and Specifications Streets and Drainage Specifications - A. 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. B. The contractor shall contact Lubbock Power and Light Customer Service Department and establish a utility account. C. The contractor must pay the current deposit for a fire hydrant meter. D. Once an account is established and the deposit is paid, the contractor may pick up a meter from the City Water Department at 600 Municipal Drive. 8.6.02 Fire hydrants shall be operated only by use of an approved fire hydrant wrench. No pipe wrenches, or other unapproved devices, shall be used to open and close a fire hydrant. 8.6.03 For top loading trucks or containers the contractor shall provide a back flow prevention assembly on the discharge side of the meter. A. The backflow prevention assembly shall be in the form of two spring loaded ball check valves. B. 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. 8.6.04 For bottom loading trucks the contractor shall provide a Reduced Pressure Zone (RPZ) type backflow prevention assembly. A. All RPZ 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 Public Works Department, Meter and Customer Service Supervisor for approval. 8.6.05 In accordance with City of Lubbock Ordinance No. 10208 "Pertaining to Backflow Prevention", 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. 8.7 Concrete 8.7.01 These specifications shall govern Portland cement concrete used for curb and gutter, valley gutters and fillets, alley paving, sidewalks, street paving, curb ramps, medians, and drainage improvements. A. The concrete shall be produced at a Ready -Mix Concrete Batch Plant conforming to ASTM C94. B. 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. C. Concrete shall have a temperature of less than 90 degrees at time of placement. Concrete above this temperature will be rejected and shall be removed from the job site. D. No more than eight yards of concrete shall be loaded in a Revolving Drum Agitator Truck and transported to the job site. Loads in excess of eight yards will be rejected and shall be removed from the job site. E. 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. F. All concrete shall have 5 percent, minus 1.5 percent to plus 3 percent, air entrainment in conformance with ASTM C260. i_ 84 Section 8 I F) Design Standards and Specifications Streets and Drainage Specifications G. When delivered to the jobsite, each truck shall provide the load ticket indicating weights of all concrete ingredients, including cement, aggregates, water, and admixtures. 8.7.02 Classification A. The following City of Lubbock classes of concrete shall be used: }ON Curb and gutter, sidewalks, curb ramps, drainage channels, medians, A inlet boxes headwalls 'unction boxes driveways, and retaining walls. B Valley gutters and fillets alley returns and alley paving. C Concrete street pavement. D Utility encasements E Fast setting concrete pavement such as "Fast Track" Concrete Pavement or, otherspecial design. 8.7.01 Thickness of Concrete Surfaces A. Concrete street paving shall have a minimum thickness of 8 inches. B. Concrete alley paving shall have a minimum thickness of 7-1/2 Inches at edge and 5 inches at flow line. i. No tolerance on minimum thickness will be allowed. ii. No additional compensation will be made to the contractor for thickness greater than specified. 8.7.02 Drainage Easements A. All drainage easements shall have, at a minimum, a 10-foot wide concrete flow line to be constructed with the street and alley paving improvements. B. Drainage easements shall not be used as alleys or garbage collection easements. 8.7.03 Mix Design A. Thirty (30) days prior to beginning any concrete construction the contractor shall submit the concrete mix design to the Engineer for approval. i. The following shall be submitted to the Engineer for review: a. Test certificates from an approved commercial testing laboratory on all proposed aggregate. (1) Certificates shall indicate material source, gradation, and loss from 5 cycle Magnesium Sulfate test not to exceed 25 percent. b. Mix design based on water -cement ratio. c. Results of compression tests in conformance with ASTM C 39 and/or flexural tests in conformance with ASTM C78, made by an approved commercial testing laboratory. (1) Tests shall be made on 6 cylinders and/or 6 beams at curing times appropriate to the class of concrete. ii. The Engineer will approve or reject the mix design and materials based on these submittals. iii. Mix design approval shall be subject to additional testing during construction. Section 8 85 Design Standards and Specifications Streets and Drainage Specifications B. Mix designs for various classes of concrete shall conform to the following: , M-W� A 5.0 0.40-0.60 5 B 5.5 0.40 — 0.60 5 C 6.0 0.35-0.45 3 D 4.5 0.40 — 0.60 5 E As Required forspecific cure time and strength. I. New mix designs shall be submitted annually, or when material properties or sources change. 8.7.04 Strength Requirements A. The various classes of concrete shall conform to the following minimum strengths in pounds per square inch (psi) as determined by the average of two test cylinders or beams: B. When cores are subsequently used to prove compressive strength where test cylinders indicate failures, the cores shall be tested in accordance with ACI C42. C. In such cases, the required compressive strength shall be increased by 10%. 8.7.05 Cement A. Cement shall be Type I, Type II, or Type III cements, conforming to ASTM C150 "Standard Specification for Portland Cement". B. The contractor shall notify the Engineer prior to any changes of the cement supplier or source during construction. The Engineer may require a new mix design if changes of supplier or source occur. 8.7.06 Aggregate A. Concrete aggregate shall consist of natural, washed and screened sand, and washed and screened gravel or clean crushed stone conforming to ASTM C33. u B. All aggregate shall be free of injurious amounts of clay, soft or flaky materials, loam, organic impurities, or other deleterious materials. C. Fine aggregate shall be graded from fine to coarse and shall conform to ASTM C136. 86 Section 8 { 1 1 Design Standards and Specifications I Streets and Drainage Specifications i. The gradation for fine aggregate shall meet the following requirements: Retained on 3 8" Sieve 0 Retained on No. 4 Sieve 0-5 Retained on No. 16 Sieve 20-55 Retained on No. 30 Sieve 45-75 Retained on No. 50 Sieve 70-90 Retained on No. 100 Sieve 98-100 D. Coarse aggregates shall be well graded from coarse to fine with a maximum size of 1-1/2 inches, and shall conform to ASTM C136. i. The gradation for coarse aggregate shall meet the following requirements: Retained on 1-3/4" Sieve 0 Retained on 1-1 2" Sieve 0-5 Retained on 3 4" Sieve 10-40 Retained on 1 2" Sieve 40-75 Retained on No. 4 Sieve 95-100 E. 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. F. Aggregate Quality Requirements shall comply with TxDOT Item 302 as follows: Deleterious Material 2.0% Decantation 1.5% Flakiness Index 17 Magnesium Sulfate Soundness 25% G. Stockpiles shall be protected from dusty conditions by drift fences or other methods approved by the Engineer. i. Stockpiling methods used shall not allow aggregate to roll down the slope as it is added to existing stockpiles. ii. Stockpiles shall be built in layers of uniform thickness. iii. Equipment shall not be permitted to operate over the same lift repeatedly. 8.7.07 Flowable Fill A. Plowable fill shall consist of a concrete mixture of pea gravel and sand with a cement content of 1-1/2 sacks per cubic yard. B. Plowable fill may be used for backfill in all utility ditches within the right of way, and other areas as specified. C. Flowable fill used for repair of utility ditches in existing paved streets shall be placed from the top of the utility line to the bottom of 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. Section 11 87 Design Standards and Specifications Streets and Drainage Specifications 8.7.08 Water A. 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 AASHTO T26. 8.7.09 Admixtures A. 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 C494. Chemical admixtures shall not be used as a substitute for Cement. B. Mineral admixtures such as Class C Ash and Natural Pozzolans in conformance with ASTM C618 may be used with Types I, II, and III Portland Cement. C. When fly ash is permitted to be used, `cement" in relation to mix design shall be defined as "cement plus fly ash". i. Fly ash may constitute a maximum of 30 percent by weight of the cement. 8.7.10 Reinforcing Material A. All concrete shall incorporate reinforcement as follows; i. Curb and Gutter - None ii. Street Paving, Valley Gutters, Commercial Driveways, Drainage Channel, and Sidewalk crossing commercial driveways - As indicated on the plans or a minimum of #4 deformed steel bars 12 inches on center both ways if not specified on plans. iii. Alley Paving - No. 6 deformed steel bars on both edges as indicated on detail sheets and either 6-inch x 6-inch - 6 gauge welded wire fabric or #4 deformed bars 12 inches on center both ways. iv. Alley Returns - #4 deformed steel bars 12 inch on centers both ways, or 6-inch x 6- inch - 6 gauge welded wire fabric v. Sidewalk, Driveways (other than commercial), and Wheelchair Ramps - Fiber reinforcement, or as indicated on plan sheets or as required by the City of Lubbock Building Official. B. Steel i. 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. ii. Wire mesh shall conform to ASTM A185, and shall be 6-inch x 6-inch - 6 gauge welded wire fabric as specified. iii. Reinforcing bars shall be grade 60 (60KSI), open-hearth, basic oxygen or electric furnace new billet steel manufactured in accordance with ASTM A615 and ASTM A305. a. Steel reinforcing materials stored at any location shall be protected from accumulations of grease, mud or other foreign matter, and rust producing materials. b. When incorporated into construction, steel reinforcement shall be free from rust, scale, oil, mud, and structural defects. iv. Dowels for slip joints shall be smooth plain round bars free from burrs, rough surfaces, and deformations. Caps, sleeves, or wrapping shall be as indicated on plan sheets. v. 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. C. Fiber a. Fiber reinforcement may not be used in place of steel reinforcement. 88 Section 8 Design Standards and Specifications Streets and Drainage Specifications b. Fiber reinforcement shall be either 100% virgin polypropylene, collated, fibrillated 4 fibers specifically manufactured for use as concrete reinforcement, containing no reprocessed olefin materials, or steel fibers. c. The quantity of fiber reinforcement used shall be 1.5 pounds per cubic yard, or as recommended by the fiber manufacturer. d. The physical characteristics on the fiber shall be as follows: -; atluer Specific Gravity 0.91 Tensile Strength 70,000 psi to 110,000 psi Length 3 4 inch 8.7.11 Joints A. 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. I. The 40 foot intervals may be omitted for machine placed curb and gutter. ii. 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. iii. Tooled contraction joints, cut at least one quarter the concrete depth, shall be placed at 10 foot intervals. B. Alley paving (Class B concrete) shall be constructed with an expansion joint at each cold joint. i. Alley returns shall be poured monolithically with curb radii and fillets with joints as Indicated in Standard Detail 36-7. ii. Tooled contraction joints, cut 3/4 inch wide 1-5/8 inch deep, shall be placed at 13 foot intervals. iii. Alley paving contraction joints shall be sealed with an elastomeric sealer. C. Street Paving (Class C or E concrete) shall be constructed with contraction and expansion joints as indicated on plan and detail sheets. i. Unless otherwise specified, the joints shall be sawed 1/2 inch wide and to depth equal to 1/4 of the pavement thickness plus one half inch. fii. Joints shall be saw cut within 12 hours of placement of the concrete paving. ` ill. The joints shall be sealed with an elastomeric sealer 1 D. Valley gutters and fillets shall be constructed with tooled construction joints. I. Joints shall be sealed with an elastomeric sealer. ii. Joints shall be cleaned thoroughly with high pressure air prior to installation of any sealing materials. f E. Joint Sealing Materials I. Bituminous premolded expansion joint material shall conform to ASTM D1751 and shall be placed as indicated on plan sheets or elsewhere in these specifications. a. Expansion joint material shall be placed full depth of the concrete slab. Ii. 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 i required by plan sheets. a. Hot poured sealant for joints between Portland cement concrete and Bituminous concrete shall conform to ASTM D3405. �i Section 8 89 tf Design Standards and Specifications Streets and Drainage Specifications _a b. Hot poured joint sealant for all other joints in Portland cement concrete pavement, shall conform to ASTM D3406. c. Cold poured joint sealant shall conform to ASTM C920. iii. Elastomeric joint sealant shall be mixed and applied in accordance with the manufacturer's recommendations. a. 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. b. 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. iv. Backer rod used with elastomeric sealant shall be 25 percent greater in diameter than the joint width. It shall be made of polyethylene foam or other material as recommended by the sealant manufacturer. a. Compression of the backer rod material shall be approximately 25 percent shrinkage at 8 psi applied stress. b. The material shall not melt, shrink, evaporate, or absorb water, and shall be compatible with the application of the sealant to be used. 8.7.12 Curing .Compounds A. 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'. B. No other methods of moisture retention on fresh concrete shall be used unless specifically approved by the Engineer. 8.7.13 Forms A. Forms for curb and gutter, paving, and flatwork may be of wood or metal, of a section satisfactory to the Engineer, straight, free of warp, and of a depth equal to the depth of the concrete section formed. B. Forms shall be constructed accurately to the line and grade as established in the field, shall be adequately braced so that they will not move during the placing of the concrete, and shall remain in place at least 12 hours after placing of the concrete. C. Forms shall be treated with a light oil or release agent before each use, and forms which are to be re -used shall be cleaned immediately after each use and maintained in good condition. D. Curb forms shall be such that the face of the curb can be formed by use of a face form held in place by steel templates. E. Forms used for curb radii shall meet all of the above specifications, except that face forms on curb radii may be omitted if a true section and an accurate flow line can be obtained by other methods approved by the Engineer. F. In no case will concrete placement be started without the approval of the Engineer. G. No forms shall be placed until the subgrade is within one inch of its finished grade. H. Forms for paving slabs may be used as a guide for screeding. I. Where longitudinal construction joints are required, the form shall be so constructed as to provide an approved load transfer mechanism in the face. 90 Section 8 Design Standards and Specifications Streets and Drainage Specifications 8.7.14 Placing and Finishing Concrete A. Placing of concrete shall not start before sunrise, and shall stop one hour before sunset. L Concrete shall be placed as close to its proper location as practical. ii. Sufficient concrete shall be placed to allow for shrinkage and extra material for finishing. iii. The concrete shall be floated and troweled to the approximate section. iv. When water is needed for finishing purposes it must be dispensed by a pressurized canister with a misting nozzle. B. Removal of face forms and finishing of curb and gutter shall be started only after a partial set occurs. L Only construction approved forms, templates, and tools shall be used to form the cross -sections indicated on plan or detail sheets. C. Concrete shall not be placed when the ambient temperature is below 40 degrees F or if sustained winds are 25 mph or higher as determined by the Texas Tech University Mesonet sites in Lubbock. If, while placing concrete, the sustained winds exceed the 25 miles per hour all placement operations will cease immediately. L Concrete shall not be placed on frozen subgrade. ii. 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. iii. This protection shall remain in place as long as the temperature continues below 32 degrees, to a maximum of 5 days. iv. No salt or other chemical admixtures shall be added to the concrete to prevent freezing. D. All concrete placed for pavement shall be consolidated by use of mechanical vibrators approved by the Engineer and designed to vibrate the concrete internally. i. Vibrators shall be operated in a manner not to interfere with joints, and shall not come in contact with forms. ii. The surface of concrete street paving shall incorporate a tined finish. iii. All other concrete surfaces shall be completed with a light broom finish. iv. When forms are used for concrete paving the forms must stay in place for a minimum of 12 hours. v. No equipment shall be placed on concrete until it has reached 75% of the specified 28 day compressive strength. E. Finished concrete surfaces shall not have irregularities in excess of 1/8 inch when tested with a 10 foot straightedge using the TxDOT Item 585 Surface Test Type A. F. Prior to acceptance, the Contractor shall apply sufficient water to all gutters and paving to determine locations of ponding. 1. Ponded areas deeper than 1/8 inch shall be removed and replaced, or rectified as directed by the Engineer. k G. Where the surface of T-1 or T-2 thoroughfare paving is noticeably uneven, the City may require measurement of the ride quality using the TxDOT Surface Test Type B. !; i. If the International Roughness Index (IRI) is determined to exceed 65 inches per mile corrective action shall be performed by diamond grinding, or other methods acceptable to the Engineer. ii. If the IRI exceeds 95 inches per mile the pavement shall be removed and replaced. Section 8 91 1� Design Standards and Specifications 1 Streets and Drainage Specifications ri : H. Any concrete construction damaged by equipment, tools, vandals, or other influences shall be replaced at the contractor's own expense. 8.7.15 Tolerance in Elevation and Grade A. Curb and gutter or other concrete surfaces shall be constructed to the elevations and grades as indicated on plan sheets. Deviation from elevations indicated on plans resulting in a longitudinal slope of less than 0.15%, will be considered to be deficient, and shall be removed and replaced at the correct elevations as indicated on the plans. �J 8.8 Subgrade and Base 8.8.01 Subgrade -J A. Subgrade material for concrete or asphalt construction shall consist of suitable native soil or off -site soil, free from vegetation or other objectionable matter. B. All unstable or objectionable material shall be removed from the subgrade and replaced with approved material. C. Subgrade material shall be suitable for forming a stable embankment and shall meet the following requirements: IROWWWWWWONNIMNIMNIMEW Liquid Limit Max 45 Plasticity Index Min 5; Max 20 Linear Shrinkage Min 2• Max 10 L Subgrade material which does not meet the above requirements may be conditioned by blending with lime, sand or caliche screenings. The conditioning shall produce a uniform subgrade material which meets all of these specified subgrade requirements. D. Subgrade Construction i. 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. ii. 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 95 percent, plus or minus 2 percent of Modified Proctor Density at optimum moisture content, plus or minus 2 percent. iii. Subgrade shall be constructed in maximum of 6 inch lifts, and each 6 inch lift tested for moisture and density. iv. Subgrade thickness shall be a minimum of 12 inches for all streets, regardless of street width or classification. v. The compaction method for subgrade shall provide for each lift to be compacted to the specified density using appropriate equipment. a. After each section of subgrade is complete, moisture/density testing will be performed by the City of Lubbock inspection staff. b. At any time the City Engineer may require proof rolling on streets or alleys with a 25 ton pneumatic roller, to test the uniformity of compaction. c. Rollers will be completely loaded with water or wet sand to ensure they meet the manufacturer's weight requirements. vi. All utility ditches shall be determined to be stable prior to construction of subgrade over such utility ditch. U 92 Section 8 Design Standards and Specifications Streets and Drainage Specifications vii. Any fill placed within existing or proposed street right-of-way in execution of an approved cut and fill plan shall be in compliance with these specifications for materials and construction. a. Cut and fill operations shall comply with Chapter 38 of the City of Lubbock Code of Ordinances. viii. Subgrade which has become wet, or otherwise altered, after completion may be subject to retesting and reprocessing as determined by the Engineer. ix. Special care shall be exercised in grading street intersections where dips or valley gutters are located so that the cross profiles present a smooth riding surface, and so that the compacted subgrade thickness will not be less than specified above. a. Crown section shall begin transition at a distance equal to one-half of the lip -to -lip roadway width from concrete intersection or valley gutter, as indicated on Standard Detail 36-11. E. Rejected Subgrade Material L Rejected subgrade material, either from the construction area or delivered to the job site, shall be dumped on the job site outside the area of construction, and remain there until all construction is completed. a. If it is determined that unapproved material has been incorporated into the construction, all in place material shall be considered unapproved and shall be removed. b. No payment will be made for rejected material or construction. 8.8.02 Flexible Base (Caliche) A. Material for flexible base shall consist of crushed caliche, limestone, and calcareous clay particles produced from oversize quarried 'aggregate, sized by crushing and produced from a naturally occurring single source. i. All base material sources are subject to approval by the Engineer. ii. If material characteristics within an approved source change, the material shall be subject to retesting and re -approval prior to continued use. iii. The Contractor shall not change material sources without approval by the Engineer. B. Crushed concrete may be blended with quarried material only to the extent necessary to produce material in compliance with these specifications, to a maximum of 20 percent crushed concrete by weight. i. Crushed concrete shall be produced from parent material consisting of structural strength concrete, such as City of Lubbock Class A, B, and C. ii. Lower strength materials, such as flowable fill, are not acceptable. iii. Crushed concrete shall be free of reinforcing steel and any objectionable material, and have a maximum of 1.5 percent deleterious material when tested in accordance with Tex-413-A. iv. When crushed concrete is used, the final product shall be entirely in compliance with the specifications for single source material. C. Recycled Asphalt Pavement (RAP) will not be approved for use in flexible base. D. Prior to construction the contractor shall build stockpiles of sufficient quantity of base material j as required to complete the entire project or subdivision. i. Each stockpile shall be dedicated, and identified as to the project or subdivision it is for. ii. After a stockpile is completed the contractor shall not add material to that stockpile. i I Section 8 93 i_., i Design Standards and Specifications Streets and Drainage Specifications iii. The contractor's methods, plant, and equipment are subject to approval by the Engineer, and shall be appropriate and in suitable condition to produce stockpiles in compliance with these specifications. E. Material Tests L Flexible base material shall conform to the following requirements: a. Sieve Analysis Retained on 1-3 4" Sieve 0 Retained on 7/8" Sieve 10-35 Retained on 3 8" Sieve 30-50 Retained on No. 4 Sieve 45-65 Retained on No. 40 Sieve 70-85 b. Atterberg Limits (1) Material passing the No. 40 Sieve shall be known as "Soil Binder" and shall meet the following requirements: Liquid Limit Max 35 Plasticity Index Min 3• Max 10 c. Wet Ball Mill (1) When tested in accordance with Tex-116-E (Wet Ball Mill) the base material shall have a value not to exceed 45. (2) The percent of material passing the #40 sieve shall not increase by more than 20 during the test. F. Flexible Base Construction i. Areas behind curbs shall be backfilled and leveled with approved topsoil prior to placing base material. ii. Approved flexible base material shall be hauled in vehicles of uniform capacity and dumped evenly along the project length for processing and compaction. iii. Flexible base thickness shall be a minimum of 6 inches. iv. Processing shall be accomplished in lifts of 6 inches compacted thickness. v. Each course shall be wetted and rolled with a pneumatic roller as required to produce a uniform compaction to a minimum of 95 percent of Modified Proctor Density with a moisture content of 2 percent above to 2 percent below optimum a. Densities will be taken by City of Lubbock inspection staff b. At any time the Engineer may require proof rolling with a 25 ton pneumatic roller to ensure uniform compaction of base. c. Processing for compaction of caliche base with a sheep's foot type roller will not be permitted. vi. The base shall be allowed to cure a minimum of 3 days, or until determined by the Engineer to be adequately cured, before placing prime or surface course. a. During the cure time the base shall be maintained by blading or other methods until the wearing surface is placed. b. Windrow caliche shall not be removed until the base has passed finish inspection. c. Base which becomes wet, or otherwise altered, may be subject to retesting and reprocessing as determined by the Engineer. 94 Section 8 Design Standards and Specifications Streets and Drainage Specifications vii. The compacted flexible base shall be finished and shaped immediately preceding the application of the surface treatment a. All loose or unconsolidated material shall be removed and the surface moistened and rolled with a steel wheel roller. b. 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. viii. Special care shall be exercised in grading street intersections where dips or valley gutters are located so that the cross profiles present a smooth riding surface and so that the compacted base thickness will not be less than 6 inches, or thickness otherwise specified by the engineer. a. Crown section shall begin transition at a distance equal to one-half of the lip -to -lip roadway width from concrete intersection or valley gutter, as indicated on Standard Detail 36-11. ix. 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. x. The compaction method for flexible base shall provide for each lift to be compacted to the specified density using appropriate equipment. xi. After each section of subgrade is complete, moisture/density testing will be performed by the City of Lubbock inspection staff. a. All irregularities, depressions, weak or soft spots which develop shall be corrected immediately by the contractor. G. Rejected Flexible Base Material i. Rejected material, either from the construction area or delivered to the job site, shall be dumped on the job site outside the area of construction, and remain there until all construction is completed. ii. If it is determined that unapproved material has been incorporated into the construction, all in place material shall be considered unapproved and shall be removed. iii. No payment will be made for rejected material or construction. 8.8.03 Asphalt Stabilized Base (ASB) A. Asphalt stabilized base shall consist of a uniform mixture of mineral aggregate and asphalt cement mixed hot in a mixing plant in accordance with these specifications. i. Caliche is not an acceptable aggregate for ASB. B. The contractor's plant and equipment are subject to approval by the Engineer, and shall be appropriate and in suitable condition to produce the base material consistently in compliance with these specifications. I C. In place compaction control is required for all ASB. i. Locations of Cores, when required, will be determined by City of Lubbock personnel and marked - ii. The ASB will be cored by the City inspection staff to determine composition, compaction, thickness, and density. iii. The contractor shall replace the pavement removed from core holes at no cost to the City. iv. ASB found to be deficient in composition, compaction, thickness, or density shall be corrected at the contractor's expense as directed by the Engineer. Section 8 95 -1 Design Standards and Specifications Streets and Drainage Specifications J D. ASB Mix Design i. The contractor shall submit an ASB mix design less than one year old, prepared by a qualified lab, in compliance with these specifications using approved materials indicating gradation and optimum asphalt content. ii. The aggregate mixture shall conform to the following master gradation: Passing 1" Sieve 98-100 Passing 3 4" Sieve 84-98 Passing 3 8" Sieve 60-80 Passinq No. 4 Sieve 40-60 Passing No. 8 Sieve 29-34 Passing No. 30 Sieve 13-28 Passing No. 50 Sieve 6-20 Passing No. 200 Sieve 2-7 a. Design produced Minimum VMA 13.0% b. Plant produced Minimum VMA 12.0% iii. Material passing the No. 40 sieve shall be known as "soil binder" and shall meet the following requirements: Liquid Limit Max 45 Plastidty Index Max 15 Linear Shrinkage Max 5 iv. The mineral aggregate shall not contain more than 0.5% moisture prior to entering the pugmill for mixing with asphalt. v. The mix design shall have optimum asphalt content determined in accordance with Tex-204-F, with a target lab molded density of 96.5 percent. vi. Asphalt content of the Job Mix Formula shall not vary during construction from the design by more than 0.3 percent. vii. Asphalt for the mixture shall be a performance grade (PG) 64-28, or better. viii. New mix designs must be submitted annually, or when material properties change. E. ASB Placement 1. The ASB material shall be placed on the approved prepared surface using an approved lay down machine. ii. ASB thickness shall be a minimum of 9 inches, or as required by the Engineer. iii. 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. a. Prior to placing ASB, the subgrade shall be prepared as previously specified. iv. The cross-section shall be constructed to form the specified crown on the ASB surface at the centerline of the street, or as indicated on the plans. v. ASB shall not be placed when the air temperature, as reported by the Texas Tech University Mesonet sites in Lubbock, less than 50 degrees F ambient or 60 degrees surface temperature. vi. ASB shall be placed at a temperature between 265 and 325 degrees F. vii. Any ASB material that is above or below the specified temperature range, measured while passing through the lay down machine, shall be rejected by the Engineer. h 96 Section 8 Design Standards and Specifications Streets and Drainage Specifications viii. 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. ix. Special care shall be exercised in grading street intersections where dips or valley gutters are located so that the cross profiles present a smooth riding surface and so that the compacted base thickness is not less than 9 inches. a. Crown section shall begin transition at a distance equal to one-half of the lip -to -lip roadway width from concrete intersection or valley gutter, as indicated on Standard Detail 36-11. F. ASB Compaction 1. ASB shall be compacted thoroughly and uniformly with approved rollers to a density between 93% and 98% (with a minimum of 80% of the tests to show densities between 94% and 96.5%) of the maximum theoretical gravity, with a lab molded target of 96.5% using the Texas Gyratory compaction method. a. All results will be calculated using the maximum theoretical Rice gravity. ii. Compaction less than 93 percent or greater than 98 percent will be considered deficient, and shall be removed and replaced at the contractor's expense. iii. ASB shall meet all compaction requirements at the time of inspection. Re -rolling is not an approved method for achieving compaction requirements. iv. Contractor shall set rolling patterns using a thin lift nuclear gauge in order to ensure maximum compaction. v. All roller marks shall be removed and compaction completed prior to the ASB mixture cooling below 185 degrees F. G. Rejected ASB Material i. Rejected ASB material, either from the construction area or delivered to the job site, shall be dumped on the job site outside the area of construction, and remain there until all construction is completed. ii. If it is determined that unapproved material has been incorporated into the construction, all in place material shall be considered unapproved and shall be removed. iii. No payment will be made for rejected material or construction. 8.9 Hot Mix Asphalt Concrete Surface (HMAQ 8.9.01 Hot mix asphalt concrete surface shall consist of a uniform mixture of mineral aggregate (coarse aggregate, fine aggregate, mineral filler) and asphalt cement mixed hot in a mixing plant in accordance with these specifications. 8.9.02 The contractor's methods, plant, and equipment are subject to approval by the Engineer, and shall be appropriate and in suitable condition to produce the HMAC surface material consistently in compliance with these specifications. 8.9.03 Strip paving is a substandard, temporary improvement and does not satisfy the paving j requirements of the platting process. Strip paving may be used only in special circumstances and must be approved by the City Council. If strip paving is used, the i developer is still responsible for providing for the required permanent curb and gutter and [ i paving. A. Unless otherwise specified, the materials and construction shall conform to TxDOT Item 340 - Dense -Graded -Hot -Mix Asphalt (Method). L.1 Section 8 97 i, Design Standards and Specifications Streets and Drainage Specifications B. Approval of the source and character of the materials shall be obtained from the Engineer prior to use. L 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. ii. 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. iii. Asphaltic mixtures with aggregates which exhibit stripping characteristics shall be conditioned with either minimum 1% lime in accordance with DMS-6350, or liquid anti - stripping agent approved by the Engineer. a. Anti -stripping agents shall meet requirements of TXDOT Item 301 - Asphalt Anti - stripping Agents, and shall be added at the manufacturer's recommended dosage and temperature range. 8.9.04 A minimum of 2 cores per 600' block will be taken to determine thickness, and density of HMAC surfaces. A. Core locations will be marked and cored at random locations by City of Lubbock inspection staff. B. Cores will be taken in pairs and averaged to determine the percent air voids based on the theoretical maximum gravity. C. HMAC surface found to be deficient shall be corrected at the contractor's own expense as directed by the Engineer. D. The contractor shall replace the pavement removed from core holes immediately after testing at no cost to the City. 8.9.05 Thickness of HMAC Surfaces A. HMAC thickness shall be a minimum of 2 inches, or as indicated on the plans. i. No tolerance on minimum thickness will be allowed. B. If a core shows less than the specified minimum thickness, prior to being trimmed, the HMAC surface shall be considered deficient with respect to thickness, and the deficiency shall be rectified by removal and replacement at the specified thickness. i. Additional cores will be taken at 25 foot spacing to define the limits of deficiency. C. No additional compensation will be made to the contractor for thickness of HMAC surface greater than specified. 8.9.06 HMAC Mix Design A. 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-204-F. i. The mix design shall have a lab molded density of 96.5 percent using the Texas Gyratory compaction method. ii. New designs shall be submitted annually, or when material properties change. iii. The aggregate mixture shall conform to the following master gradation: 98 Section 8 t 11 Design Standards and Specifications Streets and Drainage Specifications a. Type "C" Coarse Graded Surface Course — Curb and gutter street widths greater than 36 feet: Passing 3 4" Sieve 95-100 Passing 3 8" Sieve 70-85 Passing No. 4 Sieve 43-63 Passing No. 8 Sieve 32-44 Passing No. 30 Sieve 14-28 Passing No. 50 Sieve 7-21 Passing No. 200 Sieve 2-7 (1) Design Produced Minimum VMA 14% (2) Plant Produced Minimum VMA 13% b. Type "D" Fine Graded Surface Course — Curb and gutter street widths of 36 feet or less and strip paved streets of any width: Passing 6 al 1 2" Sieve 98-100 Passing 3 8" Sieve 85-100 Passing No. 4 Sieve 50-70 Passinq No. 8 Sieve 35-46 Passing No. 30 Sieve 15-29 Passing No. 50 Sieve 7-20 Passing No. 200 Sieve 2-7 (1) Design Produced Minimum VMA 15% (2) Plant Produced Minimum VMA 14% c. HMAC Type is in reference to the ultimate full width street, not half width. iv. Material passing the No. 40 sieve shall be known as "soil binder" and shall maximum linear shrinkage value of 5. v. Mineral aggregate shall not contain more than 0.5 percent moisture prior to entering the pugmill for mixing with asphalt. vi. HMAC mixture shall consist of a uniform mixture of mineral aggregate and asphalt material. vii. The contractor's materials and mix design shall meet all the performance criteria addressed in these specifications. B. Coarse Aggregate i. Coarse aggregate must be approved for use by the Engineer and must be on the TXDOT source rating catalog. ii. 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. a. Mixing or combining of crushed gravel and crushed stone will not be permitted. Ill. Coarse aggregate shall be crushed to the extent that produces a minimum of 80% crushed faces for both Type "C" HMAC, and Type "D" HMAC, when tested in accordance with Test Method Tex-460-A Part I "Determination of Crushed Face Count". iv. Decantation shall be a maximum of 1.5 percent when tested in accordance with Tex- 217-F. Section 8 99 Design Standards and Specifications Streets and Drainage Specifications v. Deleterious materials shall be a maximum of 2.0 percent when tested in accordance with Tex-217-F. vi. Coarse aggregate shall have a maximum loss of 18% when subjected to 5 cycles of the Magnesium Sulfate Soundness Test ASTM C-88. vii. The amount of organic matter, clays, loams, or particles coated therewith, or other undesirable materials shall not exceed 1.5 percent. C. Fine Aggregate I. Fine aggregate shall be that part of the aggregate passing the No. 10 sieve and shall be of uniform quality throughout. ii. A maximum of 15 percent of the total virgin aggregate may be field sand or other crushed fine aggregate. iii. Sand which exhibits no variation in particle size shall be limited to a maximum of 7 percent of the total virgin aggregate. iv. Screenings shall be of the same or similar material as specified for coarse aggregate. v. Linear shrinkage shall be a maximum of 3 percent. vi. Mineral filler shall consist of thoroughly dry stone dust, slate dust, Portland cement or other material dust approved by the Engineer. a. The mineral filler shall be free of foreign and other injurious matter and shall meet the following gradation: Passing No. 8 Sieve 100 Passing No. 200 Sieve 55-100 D. Asphalt I. Asphalt shall be a Performance Graded (PG) 64-28, or better, unless otherwise shown on plans. ii. The contractor shall notify the Engineer of the source of asphaltic material for approval prior to production of the asphaltic mixture. a. The contractor shall notify the Engineer prior to any changes of the asphalt supplier or source. b. The Engineer may require a new mix design if changes of supplier or source occur. iii. Asphalt content shall not vary more than plus or minus 0.3 percent of design during production a. Asphalt content within that range is considered to be acceptable if no other defects are noted, with the requirement that adjustments shall be made during production to achieve the optimum asphalt content. b. If the asphalt content falls outside these parameters immediate action is required. c. If at any time the asphalt content varies to plus or minus 0.5 percent of optimum, production shall immediately cease and all affected material shall be removed. d. Production shall not be resumed until the contractor has provided sufficient evidence of the problem being corrected. 8.9.07 HMAC Placement A. Prior to production beginning, contractor must submit in writing a job mix formula (JMF) for the mix design proposed to be run on that project. The JMF will be held to tolerances as outlined. 100 Section 8 Design Standards and Specifications Streets and Drainage Specifications B. Prime and Tack Coats L Prior to placing HMAC on flexible base, the surface shall be primed and cured 48 hours or until determined by the Engineer to be adequately cured, using an application of 0.20 gallons of asphalt per square yard of surface. a. The contractor shall strap the asphalt distributor in the presence of the inspector to verify the application rate. ii. Before any asphaltic mixture is laid, the surfaces against which the pavement is to be placed shall be cleaned, primed, and tacked to the satisfaction of the Engineer. a. The surfaces shall be given a uniform application of tack coat using asphaltic materials of this specification. (1) Prime coat will not be used as a tack coat. b. The tack coat shall be applied as directed by the Engineer with an approved sprayer. (1) Mopping or brooming of tack coat is not approved. c. All contact surfaces of curb and gutter, structures, and joints shall be sprayed with a thin uniform tack coat. iii. The prime coat shall be MC 30, and shall be applied in accordance with TxDOT Item 310 Prime Coat. iv. The tack coat shall be an asphalt material such as PG, AC-10. a. Asphalt materials cut with kerosene, diesel, or other petroleum solvent may not be used. C. HMAC Placement i. Pavement shall only be constructed on previously approved base. ii. HMAC surface shall not be placed until at least 48 hours after the application of the prime coat. iii. 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. iv. Air temperature requirements for placing HMAC shall be as follows: a. November 1 to April 1 (1) HMAC shall not be placed when the air temperature is below 55 degrees F and failing. (2) HMAC may be placed when the air temperature is above 50 degrees F and rising. b. April 1 to November 1 (1) HMAC shall not be placed when the air temperature is below 50 degrees F and falling. (2) HMAC may be placed when the air temperature is above 45 degrees and rising. v. Surface of roadway must be 60 degrees or higher prior to placing HMAC pavement, as determined in the field. vi. Air temperature shall be determined by the Texas Tech University Mesonet sites in Lubbock. vii. HMAC shall be placed at a temperature between 265 and 325 degrees F. a. Any HMAC material that is above or below the specified temperature range, measured while passing through the lay down machine, shall be rejected by the Engineer. viii. When high winds occur, contractor must provide a water truck in order to minimize -s blowing dust. a. If the sustained winds reach 25 mph, all concrete and HMAC operations will cease production immediately. Section 8 101 Design Standards and Specifications Streets and Drainage Specifications ix. The asphaltic mixture shall be dumped and spread on the approved prepared surface using an approved spreading and finishing machine. a. 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. b. Wings of the laydown machine may not be dumped unless they are dumped after everyload. x. A level up course 1/2 inch to 1 inch in thickness shall require the use of Type D HMAC. xi. A level up course greater than 1 inch shall require the use of ASB. xii. 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. xiii. 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 other concrete surface. xiv. All joints shall present the same texture, density, and smoothness as other sections of the course. a. 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. xv. 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. xvi. All contact surfaces of previously constructed pavement shall be painted with a thin uniform coat of approved tack coat before the fresh mixture is placed. xvii.Speciai care shall be exercised in grading street intersections where dips or valley gutters are located so that the cross profiles present a smooth riding surface and so that the compacted asphalt thickness is not less than 2 inches. a. Crown section shall begin transition at a distance equal to one-half of the lip -to -lip roadway width from concrete intersection or valley gutter, as indicated on Standard Detail 36-11. D. HMAC Compaction I. HMAC surfaces shall be constructed to the fallowing compacted thickness: Type D 2.0 2.5 Type C 2.0 3.0 r"" r, u ii. Using appropriate rollers approved by the Engineer, the HMAC surface shall be compacted thoroughly and uniformly to a density between 93% and 98% (with a minimum of 80% of the tests to show densities between 94% and 96.5%) of the theoretical maximum gravity, with a lab molded target of 96.5% using the Texas Gyratory compaction method. 1 a. All results will be calculated using the maximum theoretical Rice gravity. III. Compaction less than 93 percent or greater than 98 percent will be considered deficient, and shall be removed and replaced at the contractor's expense. iv. HMAC shall meet all compaction requirements at the time of inspection. Re -rolling is not an approved method for achieving compaction requirements. v. The contractor shall set rolling patterns using a thin lift nuclear gauge in order to ensure correct compaction. 102 Section 8 Design Standards and Specifications Streets and Drainage Specifications vi. All roller marks shall be removed and compaction completed prior to the HMAC mixture cooling below 185 degrees F. vii. Gasoline, oil, grease, solvents, or other foreign matter shall not be permitted to fall on the pavement when rollers are in operation or standing. viii. Places inaccessible to the rollers may be compacted using lightly oiled tamps. ix. Trenches and other limited areas where required compaction cannot be obtained using a three wheel roller shall be compacted with a trench type roller. x. The surface of the pavement after compaction shall be smooth and true to the established line, grade, and cross-section. xi. Finished surfaces, including asphalt and concrete, shall not have irregularities in excess of 1/8 inch when tested with a 10 foot straightedge. xii. Prior to acceptance, the contractor shall apply sufficient water to all paving surfaces, asphalt and concrete, to determine location of ponding. a. Ponded areas deeper than 1/8 inch shall be removed and replaced, or rectified as directed by the Engineer. xiii. Where the surface of T-1 or T-2 thoroughfare paving is noticeably uneven the City may require measurement of the ride quality using the TxDOT Surface Test Type B. a. If the International Roughness Index (IRI) is determined to exceed 65 inches per mile corrective action shall be performed by diamond grinding, or other methods approved by the Engineer. b. If the IRI exceeds 95 inches per mile the pavement shall be removed and replaced. E. Emulsified Asphalt Sealer i. All HMAC surface courses shall be sprayed with an emulsified asphalt sealer consisting of a 15/85 mixture of CSS-1H, or 20/80 SS-1, liquid anionic asphalt and distilled water. ii. 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 0.10 to 0.12 gallons per square yard of surface. F. Release Agents i. Diesel shall not be used as a release agent. ii. Only approved agents (such as Black Magic or equivalent) will be used. iii. Diesel will not be permitted to be used on any tools or machinery that comes into contact with the HMAC. 8.9.08 Sampling of HMAC A. When sampling HMAC 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). B. A "referee" sample will be taken at the same time and held at the city laboratory until all test results are completed. C. If the contractor's results differ from the City's results 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. D. If the contractor does not run quality control samples then no referee will be utilized and the City of Lubbock test results will be final. 8.9.09 Rejected HMAC Material Section 8 103 Design Standards and Specifications Streets and Drainage Specifications A. Rejected HMAC material, either from the construction area or delivered to the job site shall be dumped on the job site outside the area of construction, and remain there until all construction is completed. B. If it is determined that unapproved material has been incorporated into the construction, all in place material shall be considered unapproved and shall be removed. C. No payment will be made for rejected material or construction. 8.9.10 Islands In Streets A. Islands in streets require City Council approval. i. As a condition of approval, persons requesting approval of islands within a street shall be required to submit to the City Engineer a street pavement structural design that exceeds the minimum standard specifications for street paving. ii. In general that shall mean 8 inch reinforced concrete. iii. The paving design shall apply to all street paving adjacent to, and 50 feet beyond any proposed island. B. The submitted request shall include the proposed pavement design, surface treatment of the island, types of plant materials, and methods and details of irrigation systems. 8.10 Micro-Surfacin 8.10.01 Micro -surfacing materials and construction shall conform to TxDOT Specification Item # 350. There shall be no deviation from these specifications unless so directed by the Street Superintendent. 8.10.02 It shall be the responsibility of the Contractor to produce, transport, and place the micro - surfacing pavement and to ensure that the finished surface has a uniform texture and the micro -surfacing mat is fully adhered to the existing roadway surface. 8.10.03 Materials of Construction A. All materials that are to be stockpiled shall be protected from dust and other contamination. B. Mineral filler shall be stored in a manner that will keep it dry and free from contamination. C. All asphalt materials shall be kept free from contamination. D. Cationic Polymer -Modified Asphalt Emulsion i. Provide CSS-1P in accordance with TxDOT Item # 300.2.D "Emulsified Asphalt". E. Aggregate i. Aggregate shall consist of clean, washed, tough, durable fragments of crushed stone of uniform quality and from a single source. ii. Aggregate shall meet TxDOT Class "A" surfacing classification. iii. Contractor shall include the amount of mineral filler added to the mix determining the total minus No. 200 sieve aggregate fraction. 104 Section 8 i Design Standards and Specifications Streets and Drainage Specifications iv. Aggregate shall meet the following gradation requirements: cf s ui [vk> e enit ' dart! 5 Retained on 1 2" Sieve 0 Retained on 3 8" Sieve 0-1 Retained on No. 4 Sieve 6-14 Retained on No. 8 Sieve 35-55 Retained on No. 16 Sieve 54-75 Retained on No. 30 Sieve 65-85 Retained on No. 50 Sieve 75-90 Retained on No. 100 Sieve 82-93 Retained on No. 200 Sieve 85-95 v. Maximum Magnesium Sulfate Soundness shall be 30% (5 cycles) based upon TxDOT Test Method Tex-411-A vi. Minimum Sand Equivalent shall be 70% based upon TxDOT Test Method Tex-203-F. F. Mineral Filler shall be free of lumps and foreign matter consisting of Type S Lime. G. Contractor shall adjust the mix design to attenuate the usage of Lime. H. Water shall be potable and free of harmful soluble salts. I. Use only approved additives as recommended by the emulsion manufacturer in the emulsion mix or in any of the component materials when necessary to adjust mix time in field. 8.10.04 Methods of Construction A. Equipment i. Equipment shall be kept in good working conditions with no leaks. ii. Any equipment that shows signs of leaks shall be fixed immediately and shall not be used until such leaks are fixed. iii. The mixing machine shall be a self-propelled micro -surfacing mixing machine with self - loading devices to promote continuous laying operations. iv. Mixing machine shall have sufficient storage capacity for mixture materials with individual volume or weight controls that will proportion each material to be added to the mixture. v. Mixing machine shall have a water pressure system and nozzle -type spray bar immediately ahead of spreader box capable of spraying the roadway for the width of the spreader box. vi. Scales used for weighing materials and emulsion must be calibrated and meet the requirements of TOOT Item # 520. vii. Electronic Monitoring System a. The micro -surfacing 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, and programmable micro -controller, and operators display/input board and an on -board printer. b. System shall be capable of monitoring and displaying application rates and use of aggregate, emulsion, fines, water and additives. c. System shall 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. Section 8 105 Design Standards and Specifications Streets and Drainage Specifications d. System shall be capable of printing a hard copy report on demand which displays the date, weight of aggregate, emulsion, fines, number of gallons of additive and gallons of water, and all of the above mentioned ratios since last reset. e. A computer -generated report providing statistics for the full work day shall be provided with each hand calculated daily run sheet. f. This system shall be accurate to within 1/2 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 and cul-de-sac areas. B. Air temperature requirements for placing micro -surfacing pavement shall be as follows: i. November 1 to April 1 a. Micro -surfacing shall not be placed when the air temperature is below 60 degrees F and falling. b. Micro -surfacing may be placed when the air temperature is above 50 degrees F and rising. ii. April 1 to November 1 a. Micro -surfacing shall not be placed when the air temperature is below 50 degrees F and falling. b. Micro -surfacing may be placed when the air temperature is above 50 degrees and rising. iii. Surface of roadway must be 60 degrees or higher prior to placing micro -surfacing pavement, as determined in the field. iv. Air temperature shall be determined by the Texas Tech University Mesonet sites in Lubbock, Texas. C. Placement of Micro -Surfacing i. The existing roadway surface shall be thoroughly clean and free of all vegetation, loose aggregate, and soil. ii. Existing raised pavement markers and thermoplastic markings shall be thoroughly removed. iii. When existing roadway surface conditions require, provide a water spray immediately ahead of the spreader box. a. Apply water at a rate that dampens the entire surface without any free -flowing water ahead of the spreader box. iv. Micro -surfacing shall be spread uniformly at a rate of not less than 25 pounds per square yard and no more than 30 pounds per square yard, or as directed. v. The spreader box shall be kept clean to minimize lumps. vi. Set and maintain the skis on the spreader box as to prevent chatter in the finished mat. vii. Adjust the rear seal to provide the desired spread viii. Adjust the secondary strike -off to provide the desired surface texture. ix. The finished mat shall be protected from traffic until it has cured and traffic will not harm it. x. Adjustments shall be made to the mixture to allow rolling traffic back on the surface in one hour. xi. Locations with turning or stop -and -go traffic shall be protected for longer periods of time. xii. Special care shall be taken by the Contractor to ensure that all manholes, water valves, and other surface structures are sufficiently protected from the micro -surfacing process by the use of a plastic membrane covering or other approved method. 106 Section 8 I Design Standards and Specifications Streets and Drainage Specifications Ail. The Contractor shall be responsible for uncovering each manhole, water valve, and other structure after the micro -surfacing pavement has been applied to the roadway surface. D. Rutting on Major Thoroughfares and Collector Streets i. Shallow ruts that are less than 1/2 inch in depth may be covered by a full width scratch box utilizing a steel primary strike -off plate. ii. Ruts that are between 1/2 inch and 1 inch in depth shall be filled independently with a fixed width spreader box no more than 6 feet wide. The rut filling box shall have a steel primary strike -off plate that is the same width as the spreader box. iii. Ruts that are in excess of 1 inch in depth shall be filled with a 5-foot wide rut filling C spreader box specifically designed to fill wheel path ruts. This operation will require multiple placement passes to restore the pavement to its original cross section. Special care shall be used by the Contractor to ensure that the material has proper time to dry between applications to promote bonding between the original pavement and the micro -surfacing pavement. iv. Maximum micro -surfacing thickness applied as rut filling shall not exceed 1 inch for each pass required to restore pavement to the original profile. E. Asphalt Milling at Concrete Intersections L All thoroughfares and collector streets which have concrete intersections or where concrete valley gutters intersect the street shall have the asphalt surface milled to such a depth as to allow a smooth transition between concrete and the completed micro - surfacing pavement. F. Scratch Course L All "Scratch Course" applications shall be performed utilizing a steel primary strike -off plate. ii. This will allow the bottom, or "scratch course", to mitigate any irregularities and have a more uniform profile for the micro -surfacing pavement to be applied to. G. Finished Surface L Micro -surfacing pavement finished grade shall be uniform in texture and free from excessive scratch marks, tears, and other surface irregularities. a. All such irregularities shall be repaired by the Contractor at their own expense. ii. Longitudinal joints shall be place on lane lines unless otherwise directed by the Engineer. iii. Joints shall be uniform in appearance when placed adjacent to existing joints. iv. Joints and edges shall be uniform and neat in appearance. v. All ruts, utility cuts, and depressions in the surface shall be filled in a separate pass from the final pass. 8.10.05 Hours of Operation A. Operating hours will be Monday through Saturday as outlined in Section 8.15 of these Specifications, unless otherwise directed by the Engineer. B. Hours of operation shall be: i. Major Thoroughfare: 7:00pm to 7:00am (Night) ii. Residential Areas: 7:00am to 7:00pm (Day) C. On major thoroughfares the micro -surfacing pavement shall be traffic ready by 7:00am, including all traffic control devices and barricades being removed from the roadway. Section 11 107 Design Standards and Specifications Streets and Drainage Specifications 8.11 Storm Sewer 8.11.01 Storm sewer shall include installation of pipe, manholes, inlet structures, outlet structures, and all appurtenances associated with these items. 8.11.02 Contractor shall use only materials, tools, methods, and equipment considered standard by the pipeline construction industry, and approved by the Engineer. 8.11.03 Grade and horizontal alignment shall be maintained using a laser or batter boards. 8.11.04 Materials of Construction A. Storm Sewer Pipe i. As a standard, storm sewer shall be constructed using reinforced concrete pipe, either precast or cast in place. ii. Pipe shall conform to the requirements of AASHTO M170 or ASTM C76. Pipe shall be Class III unless otherwise noted on plan sheets. iii. Other pipe materials may be considered for approval by the Engineer based on engineering and design criteria. i. Mortar shall be used for grouting and filling between pipe and drainage structures. ii. Mortar shall be composed of 1 part, by volume, of Portland cement and 2 parts of mortar sand. a. Portland cement shall conform to the requirements of ASTM C150, Type I. b. Sand shall conform to the requirements of ASTM C144. iii. Hydrated lime may be added to the mixture of sand and cement in an amount equal to 15% of the weight of cement used. a. Hydrated lime shall meet the requirements of ASTM C6. iv. Mortar which has not been used after 45 minutes of having water added shall be discarded. 10 a. Mortar may not be retempered by having water added. C. Preformed Bituminous Gasket Joints i. Preformed bituminous gaskets for concrete non -pressure pipe shall conform to the requirements ASTM D994, and shall be Ram-Nek or approved equal. ii. Gaskets shall be installed in accordance with manufacturer's recommendations and shall form a water -tight joint. D. Manholes, Frames, and Covers 1. Manhole barrel, cone and extension sections shall be constructed of precast concrete. ii. A plant inspection may be required for production facility inspection and to review record -keeping for material certification. iii. The manufacturer must provide certification that all materials used for manufacturing meet with the following ASTM Specifications: I" []A 108 Section 8 U Design Standards and Specifications Streets and Drainage Specifications iv. Precast concrete sections for manholes shall conform to ASTM C478 specifications. a. Compressive strength test results must verify concrete strengths meet or exceed 4,000 psi. b. Aggregate shall be crushed limestone and shall conform to ASTM C33 specifications. v. Joints, excepting grade rings, shall be tongue and groove or an equivalent male and female type joint as approved by the Engineer. a. Joints shall be effectively jointed to prevent leakage and infiltration. b. Connections between wall sections shall be joined with Conseal Joint Sealant or approved equal to provide a watertight manhole. (1) Sealant will be provided by supplier and will be considered an essential part of each shipment. vi. Cones and adjusting rings shall maintain a clear 30-inch opening. a. Adjusting rings shall be reinforced with the same percentage of steel as risers and tops and will also meet ASTM C478 specifications. b. 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. vii. Manholes shall be designed to withstand H-20 AASHTO loading. viii. Manholes shall also have lifting holes that do not protrude through manhole wall. a. One full inch of concrete thickness must remain between lift hole and outside wall of manhole. ix. Manhole barrels shall be assembled of precast riser section. a. Riser sections and top cone sections shall be placed vertically with tongues and grooves properly keyed. x. Invert channels shall be smooth and semi -circular in shape conforming to the inside of the adjacent pipe section. a. Changes in direction of flow shall be made with a smooth curve of as large a radius as the size of the manhole will permit. b. Changes in size and grade of the channels shall be made gradually and evenly. c. Invert channels may be formed directly in the concrete of the manhole base or may be half -pipe laid in concrete. d. 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. A. Connections between the riser or base sections and the sewer pipe shall be joined in such a manner as to make the manholes watertight. a. Preformed rubber waterstop gaskets cast into the riser or base section are acceptable. b. Preformed flexible plastic sealing compounds equivalent to "Ram-nek" or "Kent Seal' may be used provided a watertight seal is achieved. xii. Adjusting rings may be used for adjusting the top elevation of manholes. a. Each manhole shall have a minimum of 6 inches of grade adjustment. b. Total height of the adjusting rings shall not exceed 12 inches at any manhole. c. Concrete shall be placed around and under the rings to provide a seal and seat the ring at the proper elevation. xiii. Frames and Covers a. Manhole frames and covers shall be of good quality gray iron casting and conform to i ! ASTM A48, having a clear opening of not less than 22 inches. Section 8 109 Design Standards and Specifications Streets and Drainage Specifications b. The casting shall be designed with a full bearing ring so as to provide a continuous seat between frame and cover. c. The cover shall be furnished with lifting ring cast into the cover in such manner as to prevent water leaking through. d. Frame and cover shall have a weight of not less than 275 pounds. e. The manhole ring and cover shall be Western Iron Works #40 or approved equal. 8.11.OS Methods of Construction A. 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. B. 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. C. 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. D. Excavation and Trenching i. The Contractor shall do all excavation to the depth shown on the plans. ii. 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 1/2 inch for each foot of fill over the top of the pipe, whichever is greater, but not more than three -fourths the nominal diameter of the pipe. a. 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. b. The cost of furnishing and placing the cushion material shall be included in the bid price per linear foot of pipe in place. c. The bottom of the trench shall be excavated to a horizontal section as far as practicable. . iii. Excavated material not required or acceptable for backfill shall be disposed of by the Contractor as directed by the Engineer. iv. 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 T180. v. When directed, unstable soil shall be removed for the full width of the trench and replaced with sand or with approved granular material. a. The Engineer shall determine the depth of removal of unstable soil and the amount of backfill necessary. vi. Backfill shall be compacted and shaped to a firm but slightly yielding condition to form the bed for the pipe. vii. Grades for pipe shall be as shown on the drawings. No changes in grade will be made unless so directed by the Engineer. viii. 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. I n ix. The sides of the trench shall be vertical, unless otherwise approved by the Engineer. L 110 Section 8 I I _J Design Standards and Specifications rl Streets and Drainage Specifications _ x. The width of the trench shall provide adequate working room for installation, joining and proper compaction along both sides of the pipe. a. Trenches shall conform to the following dimensions, unless otherwise shown on the Plans: zKRIWT Less than 18" Pipe O.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" b. The width of the trench above the top of the pipe may be as wide as necessary for shoring, bracing or proper installation of the pipe. c. Excavation in paved areas shall be confined to a minimum practical width. A. 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. xii. Manholes a. The excavation for manholes shall be essentially the same as that for the piping. b. The sides of the excavation shall be vertical unless otherwise approved by the Engineer. c. The Contractor shall do such trench bracing, sheathing or shoring necessary to perform and protect the excavation as required for safety and conformance to applicable laws and regulations. d. 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. e. 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. xiii. Surface water shall be prevented from entering the excavation. xiv. Heavy equipment, except for excavating equipment, shall not be operated within 20 feet of the edge of the excavation. xv. Excavated materials shall be stockpiled no closer than 3 feet from the edge of the excavation. E. Pipe Installation I. Contractor shall provide the appropriate tools and methods to insure installation of the pipe to line and grade, as shown on the drawings. r, ii. Contractor's method for lowering pipe into the trench shall be such that neither the pipe nor the trench will be damaged or disturbed. L j III. The Engineer shall inspect all pipe before it is placed in the trench. iv. 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. v. Installing pipe in the finished trench shall be started at the lowest point and laid -1 upgrade. �j a. For tongue and groove pipe, the grooved end shall be laid upgrade. vi. The pipe shall be firmly and accurately installed to line and grade so that the invert will be smooth and uniform. vii. The pipe shall be protected from water during placing and until the concrete, for cast - in -place pipe, or the mortar, for joints of precast or cast in place pipe, has thoroughly set. Section 8 111 Design Standards and Specifications Streets and Drainage Specifications a. The contractor shall provide temporary diversions as necessary to prevent surface water flow into the excavation. viii. Pipe shall not be laid or installed on frozen ground. ix. 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 additional compensation. x. Mortar shall be used for caulking and filling between the pipe and the drainage structures. A. Mortar that is not used within 45 minutes after water has been added shall be discarded. a. Retempering of mortar shall not be permitted. xii. Pipe joints for precast concrete pipe shall be of the tongue and groove type. xiii. Joints shall be made water tight by means of a preformed bituminous gasket. a. Gaskets shall be installed as recommended by the pipe manufacturer. xiv. Field poured concrete bases shall be at least 12 inches thick and not less than 12 inches greater diameter than the outside diameter of the manhole riser section. xv. Concrete shall be Class A at a minimum 3000 psi 28 day compressive strength. xvi. Concrete placement shall conform to ACI and good construction practices. xvii.Concrete shall be consolidated and struck -off to a horizontal surface within the forms or pouring rings. xviii. Field poured concrete bases shall be reinforced as detailed on the Plans or as shown in the Standard Details. xix. Manholes shall be constructed to ASTM C-891 standards. xx. Precast reinforced concrete bases shall be of the size and shape detailed on the Plans or as shown in the Standard Details. F. Backfilling i. All trenches and excavations shall be backfilled as the pipes and manholes are installed, unless otherwise directed by the Engineer. ii. 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 which can be readily compacted. a. 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. b. The material shall be moistened or dried, if necessary, to be compacted by the method in use. c. Backfill material shall be approved by the Engineer. iii. The backfill shall be placed in loose layers not to exceed 6 inches in depth along each side of the pipe and manhole. a. Special care shall be taken to secure thorough compaction under the haunches and at the sides of the pipe and manhole. - b. This backfill shall be brought up evenly on each side of the structure to an elevation of 1 foot over the top of the pipe, or such greater elevation as directed by the Engineer. c. Backfilling shall be done in a manner as to avoid injurious top or side pressures on the pipe and manhole. d. Backfill shall be compacted to 95% (min.) Standard Proctor Density. _ iv. 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 1-1/2 inches below the asphalt surface. 112 Section 8 Design Standards and Specifications 1' Streets and Drainage Specifications a. The pipe shall be restrained so that during the pour the pipe shall not be displaced. v. Movement of construction machinery over a culvert, pipeline, or manhole shall be at the Contractor's risk. a. Any damaged construction shall be removed and replaced at the Contractor's own expense. 8.11.06 Trench Protection A. Trench excavations not exceeding five feet in depth shall be protected in accordance with applicable OSHA, state, and local requirements. B. Trench excavations greater than five feet in depth shall be protected in accordance with the following specifications. i. All work performed under this section shall also comply with OSHA Part 1926, Subpart P and all State and Local codes. ii. The Contractor shall be responsible for complying with all trench safety requirements, the requirements of the specifications, drawings and all applicable codes. iii. Trench protection shall be performed by forces having at least two years experience with similar types of trench safety systems. iv. The manufacturer of prefabricated items used in trench safety systems shall have at least two years of experience in fabricating the items. v. The contractor shall provide detailed drawings for proposed trench safety systems. a. The drawings shall identify where each system is proposed for use and type of system to be used. 8.12 Fences vi. Trench excavations shall not be started until trench safety systems have been submitted and approved by the Engineer. vii. 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. viii.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. ix. Materials used for trench safety shall be capable of withstanding imposed loads without excessive deflections. x. Materials shall be clean, free of rust, holes, knots and other defects, and shall conform to the following: a. Steel — Steel shall be of type and thickness as required and shall have a minimum yield stress of 36 ksi. b. Aluminum —Type 6061-T6, thickness as required. c. Wood in Contact with Earth — Pressure treated woods. d. Wood not in Contact with Earth — Soft or hardwood as required. 8.12.01 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. 8.12.02 The contractor shall remove existing fences and either store for reuse or legally dispose of the fence materials, as directed by the Engineer. Section 8 113 Design Standards and Specifications Streets and Drainage Specifications 8.12.03 New fence construction shall be in accordance with specifications and details included on plan sheets. 8.13 Salvage of Asphalt Paving 8.13.01 All salvaged asphalt material shall be broken into pieces not more than 2 inch in size and stockpiled at a location indicated in the plans. 8.13.02 Any non -asphaltic materials, such as flexible base.and soil, shall be kept separated from the salvaged asphalt. 8.14 Traffic Control 8.14.01 Prior to starting work on any project covered by these specifications, the contractor shall submit a Traffic Control Plan for approval by the Engineer. A. The contractor shall have the sole responsibility for providing, installing, moving, replacing, maintaining, cleaning, and removing upon completion of work, all traffic control devices. B. The Traffic Control Plan and devices shall be in compliance with the Texas Manual of Uniform Traffic Control Devices (MUTCD). 8.14.02 The Traffic Control Plan approved by the Engineer shall be considered the minimum requirement for the project. A. The contractor shall provide additional devices as determined to be necessary during the project. B. 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. 8.14.03 The contractor shall provide and maintain at least one driveway to each property open directly to the project corridor, at all times during construction. A. Driveway width to remain open shall be appropriate for the character and volume of traffic accessing the property, and shall require approval by the Engineer. B. No driveways shall be closed along the project corridor without either a comprehensive access management plan approved by the Engineer, or approval for individual closures from the Engineer. C. The contractor shall notify affected property owners a minimum of two (2) days in advance of any driveway restriction or closure. 8.14.04 All signing and barricading shall be in place before construction operations are started and during all times construction is in progress. A. All hazards shall be clearly marked and adequately protected. 8.14.05 If pedestrian walkways are blocked, pedestrian control shall conform to "Typical Sidewalk and Curb -Lane Closure for Pedestrian Control" as indicated in Texas MUTCD. 8.14.06 If traffic control is not specifically stated in the bid proposal, no separate payment will be made for traffic control. A. The required plan and devices shall be considered to be subsidiary to pay items. L_J 114 Section 8 �_J Design Standards and Specifications Streets and Drainage Specifications 8.14.07 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. A. The base course shall be maintained until the wearing surface is placed thereon. B. 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. C. Contractor shall give a minimum of one (1) day advance notice of the work schedule to affected property owners, and shall conduct construction efforts so as not to create a disturbance or nuisance. 8.15 Prosecution of the Work and Working Days 8.15.01 Asa standard, no work will be performed on weekends, nights, or holidays. A. Requests by the contractor to work evenings, weekends, or holidays must be made and processed in accordance with current City of Lubbock Administrative Policies and Procedures "Construction on Weekends, Nights, or Holidays". B. If the request is approved, the contractor shall be responsible for all City personnel costs associated with the work. C. If the Engineer determines that it is necessary and appropriate to work after dark or before daylight, the contractor shall provide adequate lighting as required to allow prosecution of the work equivalent to that in daylight hours. 8.15.02 Working Days Definition A. City contracted paving projects will be based on working days allowed. i. No requests for extensions of time will be considered. B. 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. i. Work on Saturdays, Sundays, or City of Lubbock designated holidays must be authorized by the Engineer. ii. 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. iii. Work on Sunday will not be authorized except in cases of extreme emergency, as determined by the Engineer. C. Working days will be considered to begin on the effective date stated in the Notice to Proceed, unless the contractor is unable,to begin work on that date due to factors beyond his control as determined by the Engineer. i. 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. D. The Engineer will furnish the contractor a monthly statement showing the number of working days used and the working days remaining. i. The contractor shall be allowed 10 calendar days in which to protest the correctness of each statement. [7, ii. The protest shall be in writing, addressed to the Engineer, and shall indicate basis of Lthe protest. Section 8 115 Design Standards and Specifications Streets and Drainage Specifications 3 iii. The Engineer shall respond to the protest within 10 calendar days of receiving the protest. iv. 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 permitted. 8.15.03 Work Between November 1 and January 2, and on Other City Holidays A. If conditions are such that, in the opinion of the Engineer, construction will negatively affect local businesses during holiday periods, the Engineer may suspend construction operations from November 1 to January 2. B. The City of Lubbock observes specific holidays, and City staff is not required to work those days. i. As standard procedure, construction operations that require testing/inspection may not be performed on those holidays. ii. 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. iii. 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. iv. If City personnel are available, the Engineer may approve the request. 8.16 Measurement and Payment 8.16.01 The unit price bid for all bid items 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, except as otherwise specified, necessary or incidental to complete the various items of work in accordance with the plans and specifications. A. Cost of work or materials shown on the plans or called for in the specifications and for which no bid item is indicated shall be considered subsidiary to the various bid items. L No separate payment shall be made for such subsidiary work or materials. B. Payment will not be made for any item that is not complete, including all associated incidental work. C. All of the items covered by these standard specifications may not be included in a particular project. D. Only those items indicated on bid documents and plan sheets shall be included for construction and payment. 8.16.02 Separate Curb and Gutter A. Measurement will be made of the linear feet of separate curb and gutter actually constructed. B. Separate curb and gutter will be paid for at the unit price bid per linear foot. C. The 24-inch curb and gutter shall be considered standard; The 30-inch curb and gutter shall be used only if specifically indicated on plans or bid documents. D. Curb on a slab that is part of a sidewalk, driveway, alley return, alley paving, valley gutter and L I fillets, drainage channel, or wheelchair ramp will be considered to be subsidiary to those items, and no separate payment will be made for such curb. 116 Section 8 Design Standards and Specifications Streets and Drainage Specifications 8.16.03 Concrete Flat Slabs - Sidewalk, Driveway, Alley Return, Ailey Paving, and Valley Gutters and Fillets A. Measurement will be made of the area, in square feet, of flat slab actually constructed. B. Flat slabs will be paid for at the unit price bid per square foot for each specific type of slab. C. Curb on sidewalks, driveways, alley returns, alley paving and valley gutters and fillets shall be included in the area measured for the slab and will not be paid for as a separate item as curb and gutter. 8.16.04 Curb Ramps (Handicap Ramps) A. Measurement will be made of the area, in square feet, of curb ramp actually constructed, including surface treatments and top surface area of any curb above the slab. B. Landings, wings, and ramps will be paid for per square foot as 4 inch thick sidewalk. C. Curb ramps will be paid for at the unit price bid per square foot. No separate payment will be made for curb as part of a ramp. 8.16.05 Concrete Drainage Channel A. Measurement will be made of the area, in square feet, of drainage channel actually constructed, including top surface area of any curb above the slab. B. Drainage channel will be paid for at the unit price bid per square foot. 8.16.06 Retaining Walls A. Retaining wall will be considered as that portion of concrete construction which constitutes a separate reinforced structural member for soil retention, extending above and below a surface slab. B. Measurement will be made of the linear feet of retaining wall actually constructed. C. Retaining wall will be paid for at the unit price bid per linear foot. 8.16.07 Concrete Median A. Measurement will be made of the area, in square feet, of median actually constructed. B. Median will be paid for at the unit price bid per square foot. 8.16.08 Concrete Street Paving A. Measurement will be made of the area, in square yards, of concrete street paving actually constructed. B. Concrete street paving will be paid for at the unit price bid per square yard. 8.16.09 Sawing and Sealing of Joints in Concrete Street Paving A. Measurement will be made of the linear feet of sawed and sealed joints actually constructed. B. Sawing and sealing of joints will be paid for at the unit price bid per linear foot. 8.16.10 Curb and Gutter Removal ., A. Measurement will be made of the linear feet of curb and gutter actually removed. B. Payment will be made at the unit ice bid r linear o curb an e y n price i per foot of d gutter removed. C. The contractor shall ensure that the Engineer has the opportunity to measure the linear feet a of curb and gutter prior to removal. Section 8 117 Design Standards and Specifications Streets and Drainage Specifications D. If curb and gutter is removed without measurement by the Engineer, no payment will be made for that removal. 8.16.11 Concrete Slab Removal and Disposal A. Measurement will be made of the area in square feet of concrete slab actually removed and legally disposed of. B. The contractor shall ensure that the Engineer has the opportunity to measure the area of concrete slab prior to removal. C. If concrete slab is removed without measurement by the Engineer, no payment will be made for that removal and disposal. D. Payment will be made at the unit price bid per square foot of concrete slab removed and disposed of. 8.16.12 1-1/2 Sack Flowable Fill A. Quantities of 1-1/2 sack flowable fill will be determined from tickets provided by the drivers of the delivery trucks. B. Payment will be made at the unit price bid per cubic yard of in place 1-1/2 sack flowable fill. 8.16.13 Asphalt Paving A. Measurement will be made of the area, in square yards, of asphalt paving actually constructed. B. 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 C. Payment will be made at the unit price bid per square yard of asphalt paving. 8.16.14 Asphalt Paving Repair A. Measurement will be made of the area, in square yards, of in place asphalt paving repair. B. The unit price bid shall include removal of existing surface materials, furnishing and placing all asphaltic materials, sawing of existing paving edges, smoothing and preparation of the existing base, tack and prime coats, compaction, and all incidentals necessary to complete the work. C. Payment will be made at the unit price bid per square yard of paving repair. 8.16.15 Micro -Surfacing A. Micro -surfacing will be measured by the ton of composite micro -surfacing mixture used, defined as the asphalt emulsion, aggregate, and mineral filler. B. The unit price bid shall include surface preparation, furnishing, hauling, preparing, and placing materials, and all required equipment, labor, tools and incidentals necessary to complete the work. C. Payment will be made at the unit price per ton of composite micro -surfacing mixture used. 8.16.16 Excavation and Grading Outside Limits of Construction A. Volume of excavation or fill, in cubic yards, will be determined by average end area method. B. 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. 118 Section 8- I Design Standards and Specifications Streets and Drainage Specifications C. No separate payment will be made for disposing of excess material. D. Payment will be made at the unit price bid per cubic yard of completed excavation or fill. 8.16.17 Ditch Grading and Unpaved Street Surface Grading A. Measurement will be made of the linear feet of ditch or street grading. B. No separate payment will be made for disposing of excess material. C. Payment will be made at the unit price bid per linear foot of completed ditch or street grading. 8.16.18 Traffic Control A. Set up and maintenance of traffic control plans indicated as a bid item in the contract will be paid for on a per day basis for each day the control plan devices are required to be in place. B. If no bid item for traffic control is included in the contract it shall be considered to be subsidiary to bid items, and no separate payment shall be made for traffic control. 8.16.19 Mobilization A. Contractor mobilization indicated as a bid item in the contract shall be paid for as a lump sum. B. If no separate bid item for mobilization is included in the contract it shall be considered subsidiary to contract bid items, and no separate payment shall be made for mobilization. 8.17 Restoration and Clean U 8.17.01 After any construction covered by these specifications is completed, the Contractor shall remove all equipment, surplus materials, and rubbish from the site. 8.17.02 The contractor shall restore all disturbed areas to their original condition satisfactory to the Engineer, including sidewalks, driveways, curb or curb and gutter, sprinkler systems, and turf or landscaping disturbed outside the defined construction area. 8.18 Certificate of Completion and Warranty 8.18.01 Within 31 calendar days after the Contractor has given the Engineer written notice that the paving or drainage improvements have been completed, or substantially completed, for new subdivision construction or on a City contract the Engineer shall inspect the improvements. A. If it is determined that the improvements have been constructed in accordance with the plans and specifications, the Engineer shall issue to the Contractor a Certificate of Completion of Streets and Drainage Improvements, which will establish the beginning date for the warranty period. B. Neither the final payment nor Certificate of Completion shall relieve the Contractor of responsibility for faulty materials or workmanship. C. The Contractor shall remedy any defects due to faulty materials or workmanship that appear within 2 years from the date of completion. D. Prior to issuance of the Certificate of Completion by the Engineer, the Contractor shall furnish to the City of Lubbock a 2 year maintenance bond in the amount of 10 percent of the total construction cost of the paving and drainage improvements. Section 8 119 ITEM 162 SODDING FOR EROSION CONTROL 162.1. Description. Provide and install grass sod as shown on the plans or as directed. 162.2. Materials. Use live, growing grass sod of the type specified on the plans. Use grass sod with a healthy root system and dense matted roots throughout the soil of the sod for a minimum thickness of 1 in. Do not use sod from areas where the grass is thinned out. Keep sod material moist from the time it is dug until it is planted. Grass sod with dried roots is unacceptable. A. Block Sod. Use block sod free from noxious weeds, Johnson grass, other grasses, or any matter deleterious to the growth and subsistence of the sod. B. Mulch Sod. Use mulch sod from an approved source, free from noxious weeds, Johnson grass, other grasses, or any matter deleterious to the growth and subsistence of the sod. C. Fertilizer. Furnish fertilizer in accordance with Article 166.2, "Materials." � j D. Water. Furnish water in accordance with Article 168.2, "Materials." E. Mulch. Use straw mulch consisting of oat, wheat or rice straw or hay mulch of either Bermudagrass or prairie grasses. Use straw or hay mulch free of Johnson grass and other noxious and foreign materials. Keep the mulch dry and do not use molded or rotted material. F. Tacking Methods. Use a tacking agent applied in accordance with the manufacturer's recommendations or a crimping method on all straw or hay mulch operations. Tacking agents must be approved before use, or may be specified on the plans. 162.3. Construction. Cultivate the area to a depth of 4 in. before placing the sod. Plant the sod specified and mulch, if required, after the area has been completed to lines and grades as shown on the plans. Apply fertilizer uniformly over the entire area in accordance with Article 166.3, "Construction," and water in accordance with Article 168.3, "Construction." Plant between the average date of the last freeze in the spring and 6 weeks prior to the average date for the first freeze in the fall according to the Texas Almanac for the project area. A. Sodding Types. I. Spot Sodding. Use only Bermudagrass sod. Create furrows parallel to the roadway, approximately 5 in. deep and on 18-inch centers. Sod a continuous row not less than 3 in. wide in the 2 furrows adjacent to the roadway. Place 3-inch squares of sod on 15-inch centers in the remaining furrows. Place sod so that the root system will be completely covered by the soil. Firm all sides of the sod with the soil without covering the sod with soil. 2. Block Sodding. Place sod blocks over the prepared area. Roll or tamp the sodded area to form a thoroughly compacted, solid mat filling all voids in the sodded area with additional sod. Keep sod along edges of curbs, driveways, walkways, etc., trimmed until acceptance. 3. Mulch Sodding. Mow sod to no shorter than 4 in., and rake and remove cuttings. Disk the sod source in 2 directions, cutting the sod to a minimum of 4 in. Excavate the sod material to a depth of no more than 6 in. Keep excavated material moist or it will be rejected. Distribute the mulch sod uniformly over the area to a depth of 6 in. loose, unless otherwise shown on the plans, and roll with a light roller or other suitable equipment. Add or reshape the mulch sod to meet the requirements of Section 162.3.B, "Finishing." B. Finishing. Smooth and shape the area after planting to conform to the desired cross sections. Spread any excess soil uniformly over adjacent areas or dispose of the excess soil as directed. C. Straw or Hay Mulch. Apply straw or hay mulch for "Spot Sodding" and "Mulch Sodding" uniformly over the area as shown on the plans. Apply straw mulch at 2 to 2- 1/2 tons per acre. Apply hay mulch at 1-1/2 to 2 tons per acre. Use a tacking method over the mulched area. 162.4. Measurement. "Spot Sodding," "Block Sodding," and "Straw or Hay Mulch" will be measured by the square yard in its final position. "Mulch Sodding" will be measured by the square yard in its final position or by the cubic yard in vehicles as delivered to the planting site. 162.5. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Spot Sodding," "Block Sodding," "Straw or Hay Mulch," or "Mulch Sodding." This price is full compensation for securing a source, excavation, loading, hauling, placing, rolling, finishing, furnishing materials, equipment, labor, tools, supplies, and incidentals. Fertilizer will not be paid for directly but will be subsidiary to this Item. Unless otherwise specified on the plans, water, except for that used for maintaining and preparing the sod before planting, will be measured and paid for in accordance with Item 168, "Vegetative Watering." 1 ITEM 164 SEEDING FOR EROSION CONTROL 164.1. Description. Provide and install temporary or permanent seeding for erosion control as shown on the plans or as directed. 164.2. Materials. A. Seed. Provide seed from the previous season's crop meeting the requirements of the Texas Seed Law, including the testing and labeling for pure live seed (PLS = Purity x Germination). Furnish seed of the designated species, in labeled unopened bags or containers to the Engineer before planting. Use within 12 mo. From the date of the analysis. When Buffalograss is specified, use seed that is treated with KNO3 (potassium nitrate) to overcome dormancy. Use Tables 1 through 4 to determine the appropriate seed mix and rates as specified on the plans. Table 1 Permanent Rural Seed Mix District Clay Soils Sandy Soils and Planting Species and Rates Species and Rates Dates (lb. PLS/ac.) (lb. PLS/ac.) 1 (Paris) Green Sprangletop 0.3 Green Sprangletop 0.3 Feb. 1 - Sideoats Grama (Haskell) 3.2 Bermudagrass 1.5 May 15 Bermudagrass 1.8 Bahiagrass (Pensacola) 6.0 Little Bluestein (Native) 1.7 Sand Lovegrass 0.6 Illinois Bundleflower 1.0 Weeping Lovegrass (Ennelo) 0.8 Partridge Pea 1.0 2 Green Sprangletop 0.3 Green Sprangletop 0.3 (Ft. Worth) Sideoats Grama (El Reno) 2.7 Sand Lovegrass 0.5 Feb. 1 - Bermudagrass 0.9 Bermudagrass 1.8 May 15 Little Bluestein (Native) 1.0 Weeping Lovegrass (Emieto) 0.8 Blue Grama (Hacliita) 0.9 Sand Dropseed 0.4 Illinois Bundleflower 1.0 Partridge Pearl 1.0 3 (Wichita Green Sprangletop 0.3 Green Sprangletop 0.3 Falls) Sideoats Grama (Et Reno) 2.7 Bermudagrass 1.2 Feb. 1 - Bermudagrass 0.9 Sand Dropseed 0.4 May 15 Buffalograss (Texoka) 1.6 Sand Bluestein 2.4 Western Wheatgrass 2.1 Sand Lovegrass 0.3 Blue Grama (Hachita) 0.6 Weeping Lovegrass (Ermeto) 0.6 Illinois Bundleflower 1.0 Purple Prairieclover 0.5 4 Green Sprangletop 0.3 Green Sprangletop 0.3 (Amarillo) Sideoats Grama (El Reno) 3.6 Weeping Lovegrass (Emieto) 0.8 Feb. 15 - Blue Grama (HacWta) 1.2 Blue Grama (Hachita) 1.0 May 15 Buffalograss (Texoka) 1.6 Sand Dropseed 0.3 Illinois Bundleflower 1.0 Sand Bluestein 1.8 Purple Prauieclover 0.5 5 Green Sprangletop 0.3 Green Sprangletop 0.3 (Lubbock) Sideoats Grama (El Reno) 3.6 Weeping Lovegrass (Enneio) 0.8 Feb. 15 - Blue Grama (Hactiita) 1.2 Blue Grama (Hachita) 1.0 May 15 Buffalograss (Texoka) 1.6 Sand Dropseed 0.3 Illinois Bundleflower 1.0 Sand Bluestein 1.8 Purple Prairieclover 0.5 I a Table 1 (continued) Permanent Rural Seed Mix District Clay Soils Sandy Soils and Planting Species and Rates Species and Rates Dates b. PLS/ac. ) Ob. PLS/ac.) 6 (Odessa) Green Sprangletop 0.3 Green Sprangletop 0.3 Feb. 1- Sideoats Grama (Haskell) 2.3 Blue Grama 0.8 May 15 Blue Grama (Hachita) 0.8 Sand Dropseed 0.4 Alkali Sacaton 0.4 Weeping Lovegrass (Ennelo) 0.6 Galleta 2.1 Indian Ricegrass 3.0 Illinois Bundleflower 1.0 Purple Prairieclover 0.5 7 Green Sprangletop 0.3 Green Sprangletop 0.3 (San Angelo) Sideoats Grama (Haskell) 2.7 Sideoats Grama (Haskell) 2.7 Feb. 1- Buffalograss (Texoka) 1.6 Weeping Lovegrass (Ennelo) 0.6 May 1 Little Bluestein (Native) 1.7 Sand Dropseed 0.4 Blue Grama (Hachita) 0.9 Purple Prairieclover 0.5 Galleta 1.6 Illinois Bundleflower 1.0 8 (Abilene) Green Sprangletop 0.3 Green Sprangletop 0.3 Feb. 1 - Sideoats Grama (Haskell) 2.7 Sand Bluestein 3.0 May 15 Blue Grama (Hachita) 0.9 Weeping Lovegrass (Ennelo)1.2 Galleta 1.6 Sand Dropseed 0.5 Buffalograss (Teaoka) 1.6 Purple Prairieclover 0.5 Little Bluestein (Nacre) 1.7 Illinois Bundleflower 1.0 9 (Waco) Green Sprangletop 0.3 Green Sprangletop 0.3 Feb. 1- Bermudagrass 1.2 Bermudagrass 2.4 May 15 Sideoats Grama (Haskell) 3.6 Sand Dropseed 0.5 Little Bluestein (Native) 2.0 Weeping Lovegrass (Ennelo) 0.8 Illinois Bundleflower 1.0 Partridge Pea 1.0 10 (Tyler) Green Sprangletop 0.3 Green Sprangletop 0.3 Feb. 1- Bermudagrass 1.8 Bermudagrass 1.8 May 15 Bahiagrass (Pensacola) 9.0 Bahiagrass (Pensacola) 9.0 Sideoats Grama (Haskell) 2.7 Weeping Lovegrass (Ennelo) 0.5 Illinois Bundleflower 1.0 Sand Lovegrass 0.5 Lance -Leaf Coreo sis 1.0 11 (Lufkin) Green Sprangletop 0.3 Green Sprangletop 0.3 Feb. 1 - Bermudagrass 1.8 Bermudagrass 2.1 May 15 Bahiagrass (Pensacola) 9.0 Bahiagrass (Pensacola) 9.0 Sideoats Grama (Haskell) 2.7 Sand Lovegrass 0.5 Illinois Bundleflower 1.0 Lance -Leaf Coreo sis 1.0 12 Green Sprangletop 0.3 Green Sprangletop 0.3 (Houston) Bermudagrass 2.1 Bermudagrass 2A Jan. 15 - Sideoats Grama (Haskell) 3.2 Bahiagrass (Pensacola) 10.5 May 15 Little Bluestem (Native) 1.4 Weeping Lovegrass (Ermelo) 0.5 Illinois Bundleflower 1.0 Lance -Leaf Coreo sis 1.0 13 Green Sprangletop 0.3, Green Sprangletop 0.3 (Yoakum) Sideoats Grama (Haskell) 3.6 Bermudagrass 1.8 Jan. 15 - Bermudagrass 1.8 Bahiagrass (Pensacola) 6.0 May 15 Little Bluestem (Native) 1.4 Sand Lovegrass 0.6 Illinois Bundleflower 1.0 Weeping Lovegrass (Ennelo) 0.6 Partridge Pea 1.0 1 Table 1 (continued) Permanent Rural Seed Mix District Clay Soils Sandy Soils and Planting Species and Rates Species and Rates Dates (lb. PLS/ac.) (lb. PLS/ac.) 14 (Austin) Green Sprangletop 0.3 Green Sprangletop 0.3 Feb. 1- Bermudagrass 0.9 Bermudagrass 2.4 May 15 Sideoats Grama (Haskell) 2.7 Weeping Lovegrass (Enneto) 0.8 Little Bluestem (Native) 1.0 Sand Lovegrass 0.8 Blue Grama (Hacnita) 0.9 Partridge Pea 1.0 Illinois Bundleflower 1.0 15 (San Green Sprangletop r0.3 Green Sprangletop 0.3 Antonio) Bermudagrass 1.2 Bermudagrass 1.8 Feb. 1- Sideoats Grama (Haskell) 2.7 Lehmann Lovegrass 0.6 May 1 Little Bluestem (Native) 1.4 Sand Lovegrass 0.6 Plains Bristlegrass 1.2 Buffelgrass (common) 0.4 Illinois Bundleflower 1.0 Partridge Pea 1.0 16 (Corpus Green Sprangletop 0.3 Green Sprangletop 0.3 Christi) Sideoats Grama (Haskell) 2.7 Bermudagrass 1.8 Jan. 1 - Bermudagrass 1.8 Buffelgrass (common) 0.4 May 1 Buffalograss (Texoka) 1.6 Sand Lovegrass 0.6 Plains Bristlegrass 1.2 Lehmann Lovegrass 0.6 Illinois Bundleflower 1.0 Purple Prairieclover 0.5 17 (Bryan) Green Sprangletop 0.3 Green Sprangletop 0.3 Feb. 1 - Bermudagrass 1.5 Bermudagrass 1.5 May 15 Sideoats Grama (Haskell) 3.6 Bahiagrass (Pensacola) 7.5 Little Bluestem (Native) 1.7 Weeping Lovegrass (Ermeto) 0.6 Illinois Bundleflower 1.0 Sand Lovegrass 0.6 Lance -Leaf Coreo sis 1.0 18 (Dallas) Green Sprangletop 0.3 Green Sprangletop 0.3 Feb. 1 - Bermudagrass 1.2 Bermudagrass 1.8 May 15 Sideoats Grama (El Reno) 2.7 Weeping Lovegrass (Ermeto) 0.6 Little Bluestem (Native) 2.0 Sand Lovegrass 0.6 Buffalograss (Teaoka) 1.6 Sand Dropseed 0.4 Illinois Bundleflower 1.0 Partridge Pea 1.0 19 Green Sprangletop 0.3 Green Sprangletop 0.3 (Atlanta) Bermudagrass 2.4 Bermudagrass 2.1 Feb. 1 - Sideoats Grama (Haskell) 4.5 Bahiagrass (Pensacola) 7.5 May 15 Illinois Bundleflower 1.0 Sand Lovegrass 0.6 Lance -Leaf Coreo sis 1.0 20 Green Sprangletop 0.3 Green Sprangletop 0.3 (Beaumont) Bermudagrass 2.7 Bermudagrass 2.1 Jan. 15 - Sideoats Grama (Haskell) 4.1 Bahiagrass (Pensacola) 7.5 May 15 Illinois Bundleflower 1.0 Sand Lovegrass 0.6 Lance -Leaf Coreo sis 1.0 21 (Pharr) Green Sprangletop 0.3 Green Sprangletop 0.3 Jan. 15 - Sideoats Grama (Haskell) 3.6 Bermudagrass 1.8 May 15 Plains Bristlegrass 1.2 Buffelgrass (common) 0.4 Buffalograss (Teaoka) 1.6 Sand Dropseed 0.4 Bermudagrass 1.2 Lehmanns Lovegrass 0.6 Illinois Bundleflower 1.0 Purple Prairieclover 0.5 Table 1(continued) Permanent Rural Seed Mix District Clay Soils Sandy Soils and Planting Species and Rates Species and Rates Dates (lb. PLS/ac.) (lb. PLS/ac.) 22 (Laredo) Green Sprangletop 0.3 Green Sprangletop 0.3 Jan. 15 - Sideoats Grama (Haskell) 3.6 Bermudagrass 1.8 May 1 Bermudagrass 1.2 Buffelgrass (common) 0.4 Buffalograss (Texoka) 1.6 Sand Dropseed 0.4 Plains Bristlegrass 1.2 Lehmanns Lovegrass 0.6 Illinois Bundleflower 1.0 Purple Prairieclover 0.5 23 Green Sprangletop 0.3 Green Sprangletop 0.3 (Brownwood) Sideoats Grama (Haskeu) 2.7 Bermudagrass 1.8 Feb. 1- Bermudagrass 0.6 Weeping Lovegrass (Emmeio) 0.6 May 15 Blue Grama (Haehita) 0.9 Sand Lovegrass 0.6 Galleta 2.1 Sand Dropseed 0.4 Illinois Bundleflower 1.0 Purple Prairieclover 0.5 24 (El Green Sprangletop 0.3 Green Sprangletop 0.3 Paso) Sideoats Grama (mite) 2.7 Sand Dropseed 0.4 Feb. 1- Blue Grama (Haeiuta) 0.9 Lehmanns Lovegrass 0.9 May 15 Galleta 2.1 Blue Grama (Hacluts) 1.0 Alkali Sacaton 0.4 Indian Ricegrass 1.6 Illinois Bundleflower 1.0 Purple Prairieclover 0.5 25 Green Sprangletop 0.3 Green Sprangletop 0.3 (Childress) Sideoats Grama (Ei Reno) 2.7 Weeping Lovegrass (Emuio) 1.2 Feb. 1- Blue Grama (Haebita) ' 0.9 Sand Dropseed 0.5 May 15 Western Wheatgrass 2.1 Sand Lovegrass 0.8 Galleta 1.6 Purple Prairieclover 0.5 Illinois Bundleflower 1.0 Table 2 Permanent Urban Seed Mix District and Clay Soils Sandy Soils Planting Species and Rates Species and Rates Dates lb. PLS/ac. lb. PLS/ac. 1 (Paris) Green Sprangletop 0.3 Green Sprangletop 0.3 Feb. 1 - Bermudagrass 2.4 Bermudagrass 5.4 May 15 Sideoats Grama (Haskell) 4.5 2 Green Sprangletop 0.3 Green Sprangletop 0.3 (Ft. Worth) Sideoats Grama (El Reno) 3.6 Sideoats Grama (El Reno) 3.6 Feb. 1 - Bermudagrass 2.4 Bermudagrass 2.1 May 15 Buffalograss (Texoka) 1.6 Sand Dropseed 0.3 3 (Wichita Green Sprangletop 0.3 Green Sprangletop 0.3 Falls) Sideoats Grama (Et Reno) 4.5 Sideoats Grama (Et Reno) 3.6 Feb. 1 - Bermudagrass 1.8 Bermudagrass 1.8 May 15 Buffalograss (Texoka) 1.6 Sand Dropseed 0.4 4 (Amarillo) Green Sprangletop 0.3 Green Sprangletop 0.3 Feb. 15 - Sideoats Grama (El Reno) 3.6 Sideoats Grama (Et Reno) 2.7 May 15 Blue Grama (Hachita) 1.2 Blue Grama (Hachila) 0.9 Buffalograss (Texoka) 1.6 Sand Dropseed 0.4 Buffalograss (Texoka) 1.6 5 (Lubbock) Green Sprangletop 0.3 Green Sprangletop 0.3 Feb. 15 - Sideoats Grama (Et Reno) 3.6 Sideoats Grama (El Reno) 2.7 May 15 Blue Grama (Hachita) 1.2 Blue Grama (Hachita) 0.9 Buffalograss (Texoka) 1.6 Sand Dropseed 0.4 Buffalograss (Texoka) 1.6 6 (Odessa) Green Sprangletop 0.3 Green Sprangletop 0.3 Feb. 1 - Sideoats Grama (Haskell) 3.6 Sideoats Grama (Haskell) 2.7 May 15 Blue Grama (Hacwta) 1.2 Sand Dropseed 0.4 Buffalograss (Texoka) 1.6 Blue Grama (Hachita) 0.9 Buffalo rass (Texoka) 1.6 7 Green Sprangletop 0.3 Green Sprangletop 0.3 (San Angelo) Sideoats Grama (Haskell) 7.2 Sideoats Grama (Haskell) 3.2 Feb. 1 - Buffalograss (Texoka) 1.6 Sand Dropseed 0.3 May 1 Blue Grama (Hachita) 0.9 Buffalo ass (Texoka) 1.6 Table 2 (continued) Permanent Urban Seed Mix District and Clay Soils Sandy Soils Planting Species and Rates Species and Rates Dates lb. PLS/ac. lb. PLS/ac. 8 (Abilene) Green Sprangletop 0.3 Green Sprangletop 0.3 Feb. 1 - Sideoats Grama (Haskeu) 3.6 Sand Dropseed 0.3 May 15 Blue Grama (Hachita) 1.2 Sideoats Grama (Hasketq 3.6 Buffalograss (Texoka) 1.6 Blue Grama (Hachita) 0.8 Buffalograss (Texoka) 1.6 9 (Waco) Green Sprangletop 0.3 Green Sprangletop 0.3 Feb. 1- Bermudagrass 1.8 Buffalograss (Texoka) 1.6 May 15 Buffalograss (Texoka) 1.6 Bermudagrass 3.6 Sideoats Grama (Haskeu) 4.5 Sand Dro seed 0.4 10 (Tyler) Green Sprangletop 0.3 Green Sprangletop 0.3 Feb. 1- Bermudagrass 2.4 Bermudagrass 5.4 May 15 Sideoats Grama (Haskeu) 4.5 11 (Lufkin) Green Sprangletop 0.3 Green Sprangletop 0.3 Feb. 1 - Bermudagrass 2.4 Bermudagrass 5.4 May 15 Sideoats Grama (Haskeu) 4.5 12 Green Sprangletop 0.3 Green Sprangletop 0.3 (Houston) Sideoats Grama (Haskeu) 4.5 Bermudagrass 5.4 Jan. 15 - Bermudagrass 2.4 May 15 13 Green Sprangletop 0.3 Green Sprangletop 0.3 (Yoakum) Sideoats Grama (Haskeu) 4.5 Bermudagrass 5.4 Jan. 15 - Bermudagrass 2.4 May 15 14 (Austin) Green Sprangletop 0.3 Green Sprangletop 0.3 Feb. 1- Bermudagrass 2.4 Bermudagrass 4.8 May 15 Sideoats Grama (Hasket) 3.6 Buffalograss (Texoka) 1.6 Buffalograss (Texoka) 1.6 15 (San Green Sprangletop 0.3 Green Sprangletop 0.3 Antonio) Sideoats Grama (Haskeu) 3.6 Bermudagrass 4.8 Feb. 1- Bermudagrass 2.4 Buffalograss (Texoka) 1.6 May 1 Buffalograss (Texoka) 1.6 16 (Corpus Green Sprangletop 0.3 Green Sprangletop 0.3 Christi) Sideoats Grama (Hasketq 3.6 Bermudagrass 4.8 Jan. 1- Bermudagrass 2.4 Buffalograss (Texoka) 1.6 May 1 Buffalograss (Texoka) 1.6 Table 2 (continued) Permanent Urban Seed Mix District and Clay Soils Sandy Soils Planting Species and Rates Species and Rates Dates (lb. PLS/ac.) Ob. PLS/ac.) 17 (Bryan) Green Sprangletop 0.3 Green Sprangletop 0.3 Feb. 1- Bermudagrass 2.4 Bermudagrass 5.4 May 15 Sideoats Grama (Haskeu) 4.5 18 (Dallas) Green Sprangletop 0.3 Green Sprangletop 0.3 Feb. 1- Sideoats Grama (Et Reno) 3.6 Buffalograss (Texoka) 1.6 May 15 Buffalograss (Texoka) 1.6 Bermudagrass 3.6 Bermudagrass 2.4 Sand Dropseed 0.4 19 (Atlanta) Green Sprangletop 0.3 Green Sprangletop 0.3 Feb. 1- Bermudagrass 2.4 Bermudagrass 5.4 May 15 Sideoats Grama (Hasketp 4.5 20 Green Sprangletop 0.3 Green Sprangletop 0.3 (Beaumont) Bermudagrass 2.4 Bermudagrass 5.4 Jan. 15 - Sideoats Grama (Haskell) 4.5 May 15 21 (Pharr) Green Sprangletop 0.3 Green Sprangletop 0.3 Jan. 15 - Sideoats Grama (Haskeu) 3.6 Buffalograss (Texoka) 1.6 May 15 Buffalograss (Texoka) 1.6 Bermudagrass 3.6 Bermudagrass 2.4 Sand Dropseed 0.4 22 (Laredo) Green Sprangletop 0.3 Green Sprangletop 0.3 Jan. 15 - Sideoats Grama (Haskeu) 4.5 Buffalograss (Texoka) 1.6 May 1 Buffalograss (Texoka) 1.6 Bermudagrass 3.6 Bermudagrass 1.8 Sand Dropseed 0.4 23 Green Sprangletop 0.3 Green Sprangletop 0.3 (Brownwood) Sideoats Grama (Haskeu) 3.6 Buffalograss (Texoka) 1.6 Feb. 1 - Bermudagrass 1.2 Bermudagrass 3.6 May 15 Blue Grama (Haet» ta) 0.9 Sand Dropseed 0.4 24 (El Paso) Green Sprangletop 0.3 Green Sprangletop 0.3 Feb. 1 - Sideoats Grama (Butte) 3.6 Buffalograss (Texoka) 1.6 May 15 Blue Grama (Hachita) 1.2 Sand Dropseed 0.4 Buffalograss (Texoka) 1.6 Blue Grama (Hacwta) 1.8 25 Green Sprangletop 0.3 Green Sprangletop 0.3 (Childress) Sideoats Grama (Et Reno) 3.6 Sand Dropseed 0.4 Feb. 1- Blue Grama (Hacwta) 1.2 Buffalograss (Texoka) 1.6 May 15 Buffalograss (Texoka) 1.6 1 Bermudagrass 1.8 Table 3 Temporary Cool Season Seeding Districts Dates Seed Mix and Rates lb./ac. Paris (1), Amarillo (4), September I — Tall Fescue 4.5 Lubbock (5), Dallas (18) November 30 Western Wheatgrass 5.6 Wheat (Red, winter) 34 Odessa (6), San Angelo (7), El September 1— Western Wheatgrass 8.4 Paso (24) November 30 Wheat (Red, Winter) 50 Waco (9), Tyler (10), Lufkin September 1 — Tall Fescue 4.5 (11), Austin (14), San Antonio November 30 Oats 24 (15), Bryan (17), Atlanta (19) Wheat 34 Houston (12), Yoakum (13), September 1 — Oats 72 Corpus Christi (16), Beaumont November 30 (20), Pharr 21), Laredo 22 Ft. Worth (2), Wichita Falls September 1— Tall Fescue 4.5 (3), Abilene (8), Brownwood November 30 Western Wheatgrass 5.6 (23), Childress (25) Cereal Rye 34 Table 4 Warm Season L3 I All I May 1— August 31 1 Foxtail Millet 34 B. Fertilizer. Use fertilizer in conformance with Article 166.2, "Materials." C. Vegetative Watering. Use water that is clean and free of industrial wastes and other substances harmful to the growth of vegetation. D. Mulch. 1. Straw or Ray Mulch. Use straw or hay mulch in conformance with Article 162.2.E, "Mulch." 2. Cellulose Fiber Mulch. Use only cellulose fiber mulches that are on the approved list published in "Field Performance of Erosion Control Products," available from the Maintenance Division. Submit 1 full set of manufacturer's literature for the selected material. Keep mulch dry until applied. Do not use molded or rotted material. E. Tacking Methods. Use a tacking agent applied in accordance with the manufacturer's recommendations or a crimping method on all straw or hay mulch operations. Tacking agents must be approved before use, or specified on the plans. 164.3. Construction. Cultivate the area to a depth of 4 in, before placing the seed unless otherwise directed. When performing permanent seeding after an established temporary seeding, cultivate the seedbed to a depth of 4 in. or mow the area before placement of the permanent seed. Plant the seed specified and mulch, if required, after the area has been completed to lines and grades as shown on the plans. A. Broadcast Seeding. Distribute the seed or seed mixture uniformly over the areas shown on the plans using hand or mechanical distribution or hydro -seeding on top of the soil. When seed and water are to be distributed as a slurry during hydro -seeding, apply the mixture to the area to be seeded within 30 min. of placement of components in the equipment. Roll the planted area with a light roller or other suitable equipment. Roll sloped areas along the contour of the slopes. B. Straw or Ray Mulch Seeding. Plant seed according to Section 164.3.A, "Broadcast Seeding." Immediately after planting the seed or seed mixture, apply straw or hay mulch uniformly over the seeded area. Apply straw mulch at 2 to 2.5 tons per acre. Apply hay mulch at 1.5 to 2 tons per acre. Use a tacking method over the mulched area. 1 soft spots in the subgrade or existing base will be in accordance with pertinent Items or Article 4.2, "Changes in the Work." Asphalt used solely for curing will not be paid for directly, but will be subsidiary to this Item. Asphalt placed for the purpose of curing and priming will be paid for under Item 310, "Prime Coat." A. Cement. Cement will be paid for at the unit price bid for "Cement." This price is full compensation for materials, delivery, equipment, labor, tools, and incidentals. B. Cement Treatment. Cement treatment will be paid for at the unit price bid for "Cement Treatment (Existing Material)," "Cement Treatment (New Base)," or "Cement Treatment (Mixing Existing Material and New Base)," for the depth specified. No additional payment will be made for thickness or width exceeding that shown on the plans. This price is full compensation for shaping existing material, loosening, mixing, pulverizing, providing cement, spreading, applying cement, compacting, finishing, curing, curing materials, blading, shaping and maintaining shape, replacing mixture, disposing of loosened materials, processing, hauling, preparing secondary subgrade, water, equipment, labor, tools, and incidentals. T I 1 I ITEM 464 REINFORCED CONCRETE PIPE 464.1. Description. Furnish and install reinforced concrete pipe, materials for precast concrete pipe culverts, or precast concrete storm drain mains, laterals, stubs, and inlet leads. 464.2. Materials. A. Fabrication. Provide precast reinforced concrete pipe that conforms to the design shown on the plans and to the following: • ASTM C 76 or ASTM C 655 unless otherwise shown on the plans for circular pipe, or • ASTM C 506 for arch pipe, or • ASTM C 507 for horizontal elliptical pipe. Provide precast concrete pipe that is machine -made or cast by a process that will provide for uniform placement of the concrete in the form and compaction by mechanical devices that will assure a dense concrete. Mix concrete in a central batch plant or other approved batching facility where the quality and uniformity of the concrete is assured. Do not use transit -mixed concrete for precast concrete pipe. When sulfate -resistant concrete is required, do not use Class C fly ash. Do not place more than 2 holes for lifting and placing in the top section of precast pipe. Cast, cut, or drill the lifting holes in the wall of the pipe. The maximum hole diameter is 3 in. at the inside surface of the pipe wall and 4 in. at the outside surface. Do not cut more than 1 longitudinal wire or 2 circumferential wires per layer of reinforcing steel when locating lift holes. B. Design. 1. General. The class and D-load equivalents are shown in Table 1. Furnish arch pipe in accordance with ASTM C 506 and the dimensions shown in Table 2. Furnish horizontal elliptical pipe in accordance with ASTM C 507 and the dimensions shown in Table 3. For arch pipe and horizontal elliptical pipe the minimum height of cover required is 1 ft. 0 Table 4 Cold -Applied, Plastic Asphalt Sewer Joint Compound Material Requirements Composition Analysis Asphalt base, 1000/o-% volatiles-% ash, % by weight 28-45 Volatiles, 212°F evaporation, 24 hr., % by weight 10-26 Mineral matter, determined as ash, % by weight 30-55 Consistency, cone penetration, 150 q, 5 sec., 77°F 150-275 3. Rubber Gaskets. Provide gaskets that conform to ASTM C 361 or C 443. Meet the requirements of ASTM C 443 for design of the joints and permissible variations in dimensions. 4. Pre -Formed Flexible Joint Sealants. Pre -formed flexible joint sealants may be used for sealing joints of tongue -and -groove concrete pipe. Provide flexible joint sealants that meet the requirements of ASTM C 990. Use flexible joint sealants that do not depend on oxidizing, evaporating, or chemical action for its adhesive or cohesive strength. Supply in extruded rope form of suitable cross section. Provide a size of the pre -formed flexible joint sealant in accordance with the manufacturer's recommendations and large enough to properly seal the joint. Flexible joint sealants must be protected by a suitable wrapper, and the jointing material must maintain integrity when the wrapper is removed. 464.3. Construction. A. Excavation, Shaping, Bedding, and Backfill. Excavate, shape, bed, and backfill in accordance with Item 400, "Excavation and Backfill for Structures," except where jacking, boring, or tunneling methods are permitted. Jack, bore, or tunnel the pipe in accordance with Item 476, "Jacking, Boring, or Tunneling Pipe or Box." If joints consist of materials other than mortar, immediate backfilling is permitted. Take special precautions in placing and compacting the backfill to avoid any movement of the pipe or damage to the joints. Unless otherwise shown on the plans or permitted in writing, do not use heavy earth -moving equipment to haul over the structure until a minimum of 4 ft. of permanent or temporary compacted fill has been placed over the structure. Remove and replace pipe damaged by the Contractor at no expense to the Department. B. Laying Pipe. Unless otherwise authorized, start the laying of pipe on the bedding at the outlet end with the spigot or tongue end pointing downstream, and proceed toward the inlet end with the abutting sections properly matched, true to the established lines and grades. Fit, match, and lay the pipe to form a smooth, uniform conduit. Where bell -and -spigot pipe is used, cut cross trenches in the foundation to allow the barrel of the pipe to rest firmly upon the bedding. Do not cut cross trenches more than 2 in. larger than the bell ends of the pipe. Lower sections of pipe into the trench without damaging the pipe or disturbing the bedding and the sides of the trench. Carefully clean the ends of the pipe before the pipe is placed. Prevent the earth or bedding material from entering the pipe as it is laid. When elliptical pipe with circular reinforcing or circular pipe with elliptical reinforcing is used, lay the pipe in the trench so that the markings for the top or bottom are not more than 5° from the vertical plane through the longitudinal axis of the pipe. Remove and re -lay, without extra compensation, pipe that is not in alignment or that shows excessive settlement after laying. Lay multiple lines of reinforced concrete pipe with the centerlines of the individual barrels parallel. Unless otherwise shown on the plans, use the clear distances between outer surfaces of adjacent pipes shown in Table 5. For arch pipe or horizontal elliptical pipe use the equivalent diameter from Table 2 or Table 3 to determine the clear distance requirement in Table 5. Table 5 Minimum Clear Distance between Pines Equivalent Diameter Min. Clear Distance 18 in. 9 in. 24 in. 11 in. 30 in: 1 ft. 1 in. 36 in. 1 ft. 3 in. 42 in. 1 ft. 5 in. 48 in. 1 ft. 7 in. 54 in. 1 ft. 11 in. 60 to 84 in. 2 ft. C. Jointing. Make available an appropriate rolling device similar to an automobile mechanic's "creeper" for conveyance through small -size pipe structures. 1. Joints Sealed with hydraulic Cement Mortar. Use mortar consisting of 1 part cement, 2 parts sand, and enough water to make a plastic mix. Clean and wet the pipe ends before making the joint. Plaster the lower half of the bell or groove and the upper half of the tongue or spigot with mortar. After the pipes are tightly jointed, pack mortar into the joint from both inside and outside the pipe. Finish the inside smooth and flush with adjacent joints of pipe. For tongue -and -groove joints, form a bead of semicircular cross section over the joint outside the pipe, extending at least 1 in. on each side of the joint. For bell -and -spigot joints, form the mortar to a 45' fillet between the outer edge of the bell and the spigot. Cure mortar joints by keeping the joints wet for at least 48 hr. or until the backfill has been completed, whichever comes first. When mortar joints are used, do not place fill or backfill until the jointing material has cured for at least 6 hr. Do not conduct jointing when the atmospheric temperature is at or below 40°F. Protect mortared joints against freezing by backfilling or other approved methods for at least 24 hr. Driveway culverts do not require mortar banding on the outside of the pipe. With approval, pipes that are large enough for a person to enter may be furnished with the groove between 1/2 in. and 3/4 in. longer than the tongue. Such pipe may be laid and backfilled without mortar joints. After the backfilling has been completed, clean the space on the interior of the pipe between the end of the tongue and the groove of all foreign material, thoroughly wet and fill with mortar around the entire circumference of the pipe, and finish flush. 2. Joints Using Cold -Applied, Plastic Asphalt Sewer Joint Compound. Ensure that both ends of the pipes are clean and dry. Trowel or otherwise place a 1/2-in.-thick layer of the compound in the groove end of the pipe covering at least 2/3 of the joint face around the entire circumference. Next, shove home the tongue end of the next pipe with enough pressure to make a tight joint. After the joint is made, remove any excess mastic projecting into the pipe. Backfill after the joint has been inspected and approved. 3. Joints Using Rubber Gaskets. Make the joint assembly according to the recommendations of the gasket manufacturer. When using rubber gaskets, make joints watertight. Backfill after the joint has been inspected and approved. 4. Joints Using Pre -Formed Flexible Joint Sealants. Install pre -formed flexible joint sealants in accordance with the manufacturer's recommendations. Place the joint sealer so that no dirt or other deleterious materials come in contact with the joint sealing material. Pull or push home the pipe with enough force to properly seal the joint. Remove any joint material pushed out into the interior of the pipe that would tend to obstruct the flow. When the atmospheric temperature is below 60'F, store pre -formed flexible joint sealants in an area warmed to above 70°F or artificially warm to this temperature in an approved manner. Apply flexible joint sealants to pipe joints immediately before placing pipe in trench, and then connect pipe to previously laid pipe. Backfill after the joint has been inspected and approved. D. Connections and Stub Ends. Make connections of concrete pipe to existing pipes, pipe storm drains, or storm drain appurtenances as shown on the plans. Mortar or concrete the bottom of existing structures if necessary to eliminate any drainage pockets created by the connections. Repair any damage to the existing structure resulting from making the connections. Unless otherwise shown in the plans, make connections between concrete pipe and corrugated metal pipe with a suitable concrete collar having a minimum thickness of 4 in. Finish stub ends for connections to future work not shown on the plans by installing watertight plugs into the free end of the pipe. Fill lift holes with concrete, mortar, or precast concrete plugs after the pipe is in place. 464.4. Measurement. This Item will be measured by the foot. Measurement will be made between the ends of the pipe barrel along the flow line, not including safety end treatments. Safety end treatments will be measured in accordance with Item 467, "Safety End Treatment." Pipe that will be jacked, bored, or tunneled will be measured in accordance with Item 476, "Jacking, Boring, or Tunneling Pipe or Box." Measurement of spurs, branches, or new connecting pipe will be made from the intersection of the flow line with the outside surface of the pipe into which it connects. Where inlets, headwalls, catch basins, manholes, junction chambers, or other structures are included in lines of pipe, the length of pipe tying into the structure wall will be included for measurement, but no other portion of the structure length or width will be included. For multiple pipes, the measured length will be the sum of the lengths of the barrels. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal unless modified by Article 9.2. "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. 464.5. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Reinforced Concrete Pipe," "Reinforced Concrete Pipe (Arch)," or "Reinforced Concrete Pipe (Elliptical)" of the size and D-load specified or of the size and class specified. This price is full compensation for constructing, furnishing, transporting, placing, and joining pipes; shaping the bed; cutting pipes on skew or slope; connecting to new or existing structures; breaking back, removing, and disposing of portions of the existing structure; replacing portions of the existing structure; cutting pipe ends on skew or slope; and equipment, labor, tools, and incidentals. Protection methods for excavations greater than 5 ft. deep will be measured and paid for as required under Item 402, "Trench Excavation Protection," or Item 403, "Temporary Special Shoring." Excavation, shaping, bedding, and backfrll will be paid for in accordance with Item 400, "Excavation and Backfrll for Structures." When jacking, boring, or tunneling is used at the Contractor's option, payment will be made under this Item. When jacking, boring or tunneling is required, payment will be made under Item 476, "Jacking, Boring or Tunneling Pipe or Box." i ITEM 467 SAFETY END TREATMENT 467.1. Description. Furnish, construct, and install safety end treatments for drainage structures. 467.2. Materials. A. General. Furnish materials in accordance with the following: • Item 420, "Concrete Structures" • Item 421, "Hydraulic Cement Concrete" • Item 432, "Riprap" • Item 440, "Reinforcing Steel" • Item 442, "Metal for Structures" • Item 445, "Galvanizing" • Item 460, "Corrugated Metal Pipe" • Item 464, "Reinforced Concrete Pipe." Unless otherwise shown on the plans, use Class C concrete for cast -in -place and precast concrete units. Furnish cast -in -place or precast safety end treatments unless otherwise shown on the plans. Furnish Class B concrete for concrete riprap unless otherwise shown on the plans. Provide galvanized steel for prefabricated metal end sections in accordance with Item 460, "Corrugated Metal Pipe." Furnish pipe runners in accordance with the following: • ASTM A 53, Type E or S, Grade B; • ASTM A 500, Grade B; or • API 5L, Grade X42. Furnish plates and angles in accordance with ASTM A 36. Furnish nuts and bolts in accordance with ASTM A 307. Galvanize pipes, plates, angles, nuts, and bolts in accordance with Item 445, "Galvanizing." B. Fabrication. Fabricate cast -in -place concrete units and precast units in accordance with Item 420, "Concrete Structures." Unless otherwise shown on the plans, when corrugated metal pipe (CMP) is specified for the pipe structure, provide either prefabricated metal end sections or mitered CMP. Unless otherwise shown on the plans, when reinforced concrete pipe (RCP) is specified for the pipe structure, provide one of the following: • mitered RCP or • precast safety end treatment (SET) units. For this alternative, provide riprap only if the plans specifically require it for precast SET units. 1. SET Types. a. Type I. Provide Type I SET consisting of reinforced concrete headwalls or wingwalls and pipe runners in accordance with the details shown on the plans when required. 11 r b. Type II. Provide Type II SET in accordance with the details shown on the plans consisting of the following: • CMP or RCP mitered to the proper slope, concrete riprap and pipe runners, when required; • prefabricated metal end sections, concrete riprap and pipe runners, when required; or • precast SET units, concrete riprap, when required, and pipe runners, when required. 2. Lifting Holes. For precast units, provide no more than 4 lifting holes in each section. Lifting holes may be cast, cut into fresh concrete after form removal, or drilled. Provide lifting holes large enough for adequate lifting devices based on the size and weight of the section. The maximum hole diameter is 3 in. at the inside surface of the wall and 4 in. at the outside surface. Do not cut more than 1 longitudinal wire or 2 circumferential wires per layer of reinforcing steel when locating lift holes. Repair spatted areas around lifting holes. 3. Marking. Prior to shipment from the casting or fabrication yard, clearly mark the following on each precast unit, mitered CMP, mitered RCP, or metal end section: • the date of manufacture, • the name or trademark of the manufacturer, and • the type and size designation. 4. Storage and Shipment. Store precast units on a level surface. Do not place any loads on precast units until the design strength is reached. Do not ship units until design strength requirements have been met. 5. Causes for Rejection. Precast units may be rejected for not meeting any one of the specification requirements. Individual units may also be rejected for fractures or cracks passing through the wall or surface defects indicating honeycombed or open texture surfaces. Remove rejected units from the project and replace them with acceptable units meeting the requirements of this Item. 6. Defects and Repairs. Occasional imperfections in manufacture or accidental damage sustained during handling may be repaired. The repaired units will be acceptable if they conform to the requirements of this Item and the repairs are sound and properly finished and cured in conformance with pertinent specifications. Repair damaged galvanizing in accordance with Section 445.3.D, f l "Repairs." 467.3. Construction. A. General. Remove portions of existing structures in accordance with Article 430.3, "Construction." Drill, dowel, and grout in accordance with Item 420, "Concrete Structures." Furnish concrete riprap in accordance with Item 432, "Riprap." Q Provide riprap on all prefabricated metal end sections. B. Excavation, Shaping, Bedding, and Backfill. Excavate, shape, bed, and backfill in accordance with Item 400, "Excavation and Backfill for Structures." Take special precautions in placing and compacting the backfill to avoid any movement or damage to the units. Bed precast units on foundations of firm and stable material accurately shaped to conform to the bases of the units. C. Placement of Precast Units. Provide adequate means to lift and place the precast units. Fill lifting holes with mortar or concrete and cure. Precast concrete or mortar plugs may be used. D. Connections. Make connections to new or existing structures in accordance with the details shown on the plans. Furnish jointing material in accordance with Item 464, "Reinforced Concrete Pipe." When removing existing headwalls, also remove a length of the existing pipe from the headwall to the joint as shown on the plans or as approved. Re -lay the removed IF j pipe if approved, or furnish and lay a length of new pipe. 467.4. Measurement. SETS of all types will be measured by each barrel of each structure end. 467.5. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement' will be paid for at the unit price bid for the various designations of "Safety End Treatment' specified as follows: • SET (Type I) (Barrel Span) (Wall Height) (Slope, Horizontal: Vertical) (Orientation, Cross or Parallel) • SET (Type I) (Pipe Diameter or Design) (Slope, Horizontal:Vertical) (Orientation, Cross or Parallel) • SET (Type II) (Pipe Diameter or Design) (Pipe Material) (Slope, Horizontal: Vertical) (Orientation, Cross or Parallel) For payment purposes, the wingwall heights of Type I SETS for box culverts will be rounded to the nearest foot. This price is full compensation for constructing, furnishing, transporting, and installing the end treatments; connecting to existing structure; breaking back, removing and disposing of portions of the existing structure, and replacing portions of the existing structure as required to make connections; excavation and backfill; furnishing concrete, reinforcing steel, corrugated metal pipe or reinforced concrete pipe, and pipe runners; and concrete riprap, nuts, bolts, plates, angles, equipment, labor, tools, and incidentals. The removal and re-laying of existing pipe or the furnishing of new pipe to replace existing pipe will not be paid for directly but will be considered subsidiary to this Item. The mitered length of CMP or RCP that is a part of the SET (Type II) will not be paid for directly but will be considered subsidiary to this Item. The limits for payment for pipe will be as shown on the plans and paid for in accordance with the pertinent bid item. The limits of riprap to be included in the price bid for each SET will be shown on the plans. Any riprap placed beyond the limits shown will be paid in accordance with Item 432, "Riprap." Riprap between multiple precast SET units will be required as shown on the plans and is included in the price bid for SET. When precast SETs are provided as an option to mitered RCP, riprap aprons will not be required unless the plans specifically require riprap aprons for precast SET units. The plans will show the limits of the riprap to be included with the precast SET for payment. ITEM 666 REFLECTORIZED PAVEMENT MARKINGS 666.1. Description. Furnish and place reflectorized pavement markings. 666.2. Materials. A. Type I Marking Materials. Furnish in accordance with DMS-8220, "Hot Applied Thermoplastic." B. Type II Marking Materials. Furnish in accordance with DMS-8200, "Traffic Paint." C. Glass Traffic Beads. Furnish drop -on glass beads conforming to DMS-8290, "Glass Traffic Beads." 1. Type I Markings. Furnish Type III drop -on glass beads. Furnish Type H or double -drop of Type II and Type III drop -on glass beads where each type bead is applied separately in equal portions (by weight), only when specified in the plans. When furnishing a double -drop system, apply the Type III beads before applying the Type II beads. 2. Type H Markings. Furnish Type III drop -on glass beads or other beads specified on the plans. D. Labeling. Use clearly marked containers that indicate color, mass, material type, manufacturer, and batch number. 666.3. Equipment. A. General Requirements. Use equipment that: • is maintained in satisfactory condition, • meets or exceeds the requirements of the National Board of Fire Underwriters and the RRC for this application, • uses an automatic bead dispenser attached to the pavement marking equipment, and • can provide continuous mixing and agitation of the pavement marking material. Provide a hand-held thermometer capable of measuring the temperature of the marking material when applying Type I material. B. Material Placement Requirements. Use equipment that can place: • at least 40,000 ft. of 4-in. solid or broken markings per day at the specified thickness; • linear markings up to 8 in. wide in a single pass; • markings other than solid or broken lines; • a center -line and no -passing barrier -line configuration consisting of 1 broken line with 2 solid lines at the same time to the alignment, spacing, and thickness shown on the plans, for 3-line application; • white line from both sides; • lines with clean edges, uniform cross section and thickness, and reasonably square ends; F], • skip lines between 10 and 10-1/2 ft., an approximate stripe -to -gap ratio of 1 to 3, and a stripe -gap cycle between 39-1/2 ft. and 40-1/2 ft., automatically; • beads uniformly and almost instantly on the marking as the marking is being applied; • beads uniformly during the application of all lines (each line must have an equivalent bead yield rate and embedment); and • double -drop bead applications using both Type II and Type III beads from separate independent bead applicators, if double -drop bead application is used. 666.4. Construction. Place markings before opening to traffic unless short-term or work zone markings are allowed. A. General. Obtain approval for the sequence of work and estimated daily production. On roadways already open to traffic, place markings with minimal interference to the operations of that roadway. Use traffic control as shown on the plans or as approved. Protect all markings placed under open -traffic conditions from traffic damage and disfigurement. Establish guides to mark the lateral location of pavement markings as shown on the plans or as directed, and have guide locations verified. Use material for guides that will not leave a permanent mark on the roadway. Apply markings on pavement that is completely dry and passes the following tests: • Type I Marking Application —Place a sample of Type I marking material on a piece of tarpaper placed on the pavement. Allow the material to cool to ambient temperature, and then inspect the underside of the tarpaper in contact with the pavement. Pavement will be considered dry if there is no condensation on the tarpaper. • Type II Marking Application —Place a 1-sq. ft. piece of clear plastic on the pavement, and weight down the edges. The pavement is considered dry if, when inspected after 15 min., no condensation has occurred on the underside of the plastic. Apply markings: • that meet the requirements of Tex-828-B, • using widths and colors shown on the plans, • at locations shown on the plans, • in proper alignment with the guides without deviating from the alignment more than 1 in. per 200 ft. of roadway or more than 2 in. maximum, • without abrupt deviations, ti free of blisters and with no more than 5% by area of holes or voids, • with uniform cross section and thickness, • with clean and reasonably square ends, • that are reflectorized, and • using personnel skilled and experienced with installation of pavement markings. Remove all applied markings that are not in alignment or sequence as stated in the plans or as stated in the specifications at the Contractor's expense in accordance with Item 677, "Eliminating Existing Pavement Markings and Markers," except for measurement and payment. B. Surface Preparation. Unless otherwise shown on the plans, prepare surfaces in accordance with this section. 1. Cleaning for New Asphalt Surfaces and Retracing of All Surfaces. For new asphalt surfaces (less than 3 years old) and retracing of all surfaces, air -blast or broom the pavement surface to remove loose material, unless otherwise shown on the plans. A sealer for Type I markings is not required unless otherwise shown on the plans. 2. Cleaning for Old Asphalt and Concrete Surfaces (Excludes Retracing). For old asphalt surfaces (more than 3 years old) and all concrete surfaces, clean in accordance with Item 678, "Pavement Surface Preparation for Markings," to remove curing membrane, dirt, grease, loose and flaking existing construction markings, and other forms of contamination. 3. Sealer for Type I Markings. For asphalt surfaces more than 3 years old or for concrete, apply a pavement sealer before placing Type I markings on locations that do not have existing markings, unless otherwise approved. The pavement sealer may be either a Type II marking or an acrylic or epoxy sealer unless otherwise shown on the plans. Follow the manufacturer's directions for application of acrylic or epoxy sealers. When the sealer becomes dirty after placement, clean by washing or in accordance with Section 666.4.B.1, "Cleaning for New Asphalt Surfaces and Retracing of All Surfaces," as directed. Place the sealer in the same configuration and color (unless clear) as the Type I markings unless otherwise shown on the plans. C. Application. Apply markings during good weather unless otherwise directed. If markings are placed at Contractor option when inclement weather is impending and the markings are damaged by subsequent precipitation, the Contractor is responsible for all costs associated with replacing the markings if required. 1. Type I Markings. Place the Type I marking after the sealer cures. Apply within the temperature limits recommended by the material manufacturer. If during a spray application, operations cease for 5 min. or longer, flush the spray head by spraying marking material into a pan or similar container until the material being applied is at the recommended temperature. Apply on clean, dry pavements passing the moisture test described in Section 666.4.A, "General," and with a surface temperature above 50°F when measured in accordance with Tex-829-B. Apply Type I markings with a minimum thickness of: • 0.100 in. (100 mils) for new markings and retracing water -based markings on surface treatments involving Item 316, "Surface Treatments," or Item 318, "Hot Asphalt -Rubber Surface Treatments," • 0.060 in. (60 mils) for retracing on thermoplastic pavement markings, or • 0.090 in. (90 mils) for all other Type I markings. The maximum thickness for Type I markings is 0.180 in. (180 mils). Measure thickness for markings in accordance with Tex-854-13 using the tape method. F 2. Type ll Markings. Apply on surfaces with a minimum surface temperature of 50°F. Apply at least 20 gal. per mile on concrete and asphalt surfaces and at least 22 gal. per mile on surface treatments for a solid 4-in. line. Adjust application rates proportionally for other widths. When Type II markings are used as a sealer for Type I markings, apply at least 15 gal. per mile using Type II drop -on beads. 3. Bead Coverage. For Type I and Type II markings, provide a uniform distribution of beads across the surface of the stripe, with 40 to 60% bead embedment. D. Performance Period. All markings and replacement markings must meet the requirements of Tex-828-13 for at least 30 calendar days after installation. Unless otherwise directed, remove pavement markings that fail to meet requirements, and replace at the Contractor's expense. Replace failing markings within 30 days of notification. 666.5. Measurement. This Item will be measured by the foot; by each word, symbol, or shape; or by any other unit shown on the plans. Each stripe will be measured separately. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal unless modified by Article 9.2, "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. Acrylic or epoxy sealer, or Type II markings when used as a sealer for Type I markings, will be measured by the foot; by each word, symbol, or shape; or by any other unit shown on the plans. 666.6. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Pavement Sealer" of the size specified or "Reflectorized Pavement Markings" of the type and color specified and the shape, width, size, and thickness (Type I markings only) specified as applicable. This price is full compensation for materials, application of pavement markings, equipment, labor, tools, and incidentals. Surface preparation of new concrete and asphalt concrete pavements more than 3 years old, where no stripe exists, will be paid for under Item 678, "Pavement Surface Preparation for Markings." Surface preparation of all other asphalt and old concrete pavement, except for sealing, will not be paid for directly but is subsidiary to this Item. Work -zone pavement markings (Type II, paint and beads) used as a sealer for Type I i markings (thermoplastic) will be paid for under Item 662, "Work Zone Pavement Markings." If the Engineer requires that markings be placed in inclement weather, repair or replacement of markings damaged by the inclement weather will be paid for in addition to the original plans quantity. ITEM 668 PREFABRICATED PAVEMENT MARKINGS 668.1. Description. Furnish and place prefabricated pavement markings. 668.2. Materials. Furnish prefabricated pavement marking materials meeting the requirements of DMS-8240, "Permanent Prefabricated Pavement Markings." Store all materials in a weatherproof enclosure and prevent damage during storage. 668.3. Construction. A. General. Obtain approval for the sequence of work and estimated daily production. Before the end of each working day, remove all waste generated from the jobsite. Establish guides to mark the lateral location of pavement markings as shown on the plans or as directed, and have guide locations verified. Use guide material that will not leave a permanent mark on the roadway. Place pavement markings in alignment with the guides without deviating from the alignment more than 1 in. per 200 ft. of roadway or more than 2 in. maximum and with no abrupt deviations. B. Placement Limitations. Do not place pavement -marking materials between September 30 and March 1 unless otherwise permitted. 1. Moisture. Apply material to pavement that is completely dry. Pavement will be considered dry if, on a sunny day after 15 min., no condensation occurs on the underside of a 1-ft.-square piece of clear plastic that has been placed on the pavement and weighted on the edges. 2. Temperature. Follow pavement and ambient air temperature requirements recommended by the material manufacturer. If the material manufacturer establishes no temperature requirements, do not place material if the pavement temperature is below 60°F or above 120°F. C. Dimensions. Place markings in accordance with the color, length, width, shape, and configuration shown on the plans. Locate alignment as shown on the plans or as directed. D. Methods. Place all material in accordance with the material manufacturer's instructions, unless otherwise directed. In addition to the manufacturer's instructions, place materials in accordance with the surface condition, moisture, and temperature requirements of this Item. E. Surface Preparation. Prepare surface by any approved cleaning method that effectively removes contaminants, loose materials, and conditions deleterious to proper adhesion. Abrasive or water -blast cleaning is not required unless shown on the plans. Blast -clean, when required, in accordance with Item 678, "Pavement Surface Preparation for Markings." Prepare surfaces further after cleaning by sealing or priming as recommended by the pavement marking material manufacturer or as directed. Use adhesive, when required, of the type and quality recommended by the pavement marking material manufacturer. Do not clean concrete pavement surfaces by grinding. F. Performance Requirements. 1. Adhesion. Markings do not lift, shift, smear, spread, flow, or tear by traffic action. 2. Appearance. Markings present a neat, uniform appearance that is free of excessive adhesive, ragged edges, and irregular lines or contours. 3. Visibility. Markings have uniform and distinctive retroreflectance when inspected in accordance with Tex-828-B. G. Performance Period. All markings and replacement markings must meet the requirements of this Item for at least 15 calendar days after installation. Remove all pavement markings that fail to meet requirements and replace at the Contractor's expense. Replace failing markings within 30 days of notification. 668.4. Measurement. This Item will be measured by the foot or by each word, shape, or symbol. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 9.2, "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. 668.5. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price m. bid for "Prefabricated Pavement Markings" of the type and color specified and the shape, width, -and size specified as applicable. This price is full compensation for cleaning the pavement by any means other than required abrasive or water -blast cleaning or milling; furnishing and placing materials; and equipment, labor, tools, and incidentals. Abrasive or water -blast cleaning and milling, when shown on the plans, will be paid for under Item 678, "Pavement Surface Preparation for Markings." ITEM 678 PAVEMENT SURFACE PREPARATION FOR MARKINGS 678.1. Description. Prepare pavement surface areas before placement of pavement markings and raised pavement markers. Item 677, `Eliminating Existing Pavement Markings or Markers," governs complete removal of existing markings. 678.2. Materials. Use a commercial abrasive -blasting medium capable of producing the specified surface cleanliness. Use potable water, when water is required. 678.3. Equipment. Furnish and maintain equipment in good working condition. Use moisture and oil traps in air compression equipment to remove all contaminants from the blasting air and prevent the deposition of moisture, oil, or other contaminants on the roadway surface. 678.4. Construction. Prepare pavement surface of sufficient area for the pavement markings or raised pavement markers shown on the plans. Remove all contamination and loose material. Avoid damaging the pavement surface. When existing pavement markings are present, remove loose and flaking material. Approved pavement surface preparation methods are sweeping, air blasting, flail milling, and blast cleaning unless otherwise specified on the plans. For concrete pavement surfaces, in addition to the above, air blast after the removal of contamination or existing material and just prior to placing the stripe. Perform the air blasting with a compressor that is capable of generating compressed air at a minimum of 150 cfin and 100 psi using 5/ 16-in. or larger hosing for the air blast. i Contaminants up to 0.5 sq. in. may remain if they are not removed by the following test, performed just before application of markings: Step 1. Air -blast the surface to be tested, to simulate blasting during application of markings. Step 2. Firmly press a 10-in.-long, 2-in.-wide strip of monofilament tape onto the surface, leaving approximately 2 in. free. Step 3. Grasp the free end and remove the tape with a sharp pull. 678.5. Measurement. This Item will be measured by the foot for each width specified; by each word, shape, or symbol; or by any other unit except lump sum. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 9.2, "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. 678.6. Payment. The work performed and materials furnished in accordance with this LJ Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Pavement Surface Preparation for Markings" of the type and width as applicable. This price is full compensation for the cleaning method used, and equipment, materials, tools, labor, and incidentals. GENERAL CONSTRUCTION Al ovmauatlon Thal be knmdaWWLubbock public works epheMng dpv4nent Conceder obeli %w veMy a drnerulona and condtions prior to d1rMMfKjlg work Contractor elul provide M mneltuclion stW*V needs. kWudkr7 eta W and elevatim, Corweacpmpr ehalub arM a V&M corard piarh roc bocci tM an9bheer. aimT►Al7TrW d� w� uclbn ro+p°na�nwlkuW' cmipYanw "kh Canuador that notify ptopMy owner 72 hours before pw m *V arty work VW va abed ehe kIWMR.acceas W 0hek properly. NI word end arrow pavement meNk- efml carrpty vft TXDOT spedfic"M 9tam 666 Pr falatcrtad Paverrnrw MerkkgY Nov strlptrq bYad 1 m be prenwked by corAractor prior b IrWAUV aldpkS to be approved by WY tra18c ergkhaer. Cmuacmr ehai enact, that adegwb cirahys b melnlakmd w6rih tM Project corridor elal wlor Ouskhg kmnWtldbn. M Wal materials mff oved kkakhg earnauetlm that are not saNapsd and rwaW o 1wraoW be reamed and kpNy disposed a ollaile by the rnntraclor. LIMITS OF CONSTRUCTION wnb .t or obeli brill aPeraOarhe b wf6dn do carhfirhw a 6he work lrrdts shown m dhe phrrs SWPPP The knrltr8fiaf atul aDrnPleu the r&'wPws0kZ to be*uft rn V ctlon Cmauuctlon may na0. begin unlit the SWP P Is approved. -An NOI Iliad wil h TCEO and b pw Clry of openmeM -A dorm vrMer plan renew (The review lee b Lubbockwdvad.) -A storm water potlu6orh pnven6m pan which AN Irdode: •Conlad Irdorrtutlon for project personnel reoponsble for Impkmxdatfm of the SWPPP f86 �) •A panerel locatloth map elhIrm tM rhsataat boot' a wow IabaMd be ' roPp'sortW De kaUtled 'Large Ctanuuctlorl Ske Notice With an estknaled ds6abaoce ma of 10 ad-, the gerwnl coruracar atoll cmhpY wbh tM TPDES CmatrucWn General Pwn* designated - • Larpe Candruetlorh Ske. For""o- about wbn" repiemaMs canted Trarda Rands 60&7763173. UTILITIES i.ocaloni of uiid�srpipaW WMOss an rat elwwn m tlhe plerm. Conaacbr obeli pre4oeate al underground fad60ee t� W kmmmanc�hg workby wtwtnm mearu necessary (rn�l detactlon, axuvadon, �'eS)• CmuadoraheY ndlry Me fagowing: Lane star wli5cw6on 1A00964d344 1-W0,344-8377 Torus one .a system 14100.245.4345 WW al owdiradori bdu the CiLy as W b w may bye aecoeswy 0heror g�rnel#yy Ownparty pmprosalm of the cawadoes work. EdatMg NtWies an m rmp4h M servlw el ell tarhes. Conlraclor obeli oMakh writlen approval from tM ulBty owner and aha0 aubrtrl wNlen appnwel W. tlhe dIY ergkwerprWr to takkhg utB6y out a servks. Cmtracmr shop Omit City Of Lubbock water UUMM depart WIt to cacrdnate a0munaM of sWtary aswvr mar*w&w, waW vd" boxes, and Lake Nan Hest' PIPaWu velvet to Ndehed grade. Municipal Paving Improvements 114th Street Memphis Ave to Indiana Ave Marsha Reed, P.E., Chief Operations Officer Neil Welch, P.E., Capital Projects Engineer Kevin Morris, P.E., Project Engineer September 2012 TITLE SHEET/GENERAL NOTES G-1 HORIZONTAL ALIGNMENT DATA H-1 TYPICAL SECTIONS T-1 PAVING PLAN AND PROFILE AND DETAILS P-1 - P-3 INTERSECTION LAYOUT 1-1 PAVING STANDARDS CRCP(1)-11, JS-94 DRAINAGE DETAILS D-1 - D-2 DRAINAGE STANDARDS SETP-CD STRIPING DETAILS S-1 STRIPING STANDARDS PM(1),(2), &(4) MOD VICINITY MAP COORDINATION AND EMERGENCY NUMBERS THE FOLLOWING NUMBERS ARE IiCLl1DED FOR THE CONTRACTORS CONVENIENCE CITY OF LUBBOCK WATER UTBJTES SO&7753151 MR. JOSH FLUD 806.64E 4152 SUDDEHLINK COMMRINICATIONS SO&771.6= MR. CARL MOCEO 806-77143211 ATMOSENERGY 1-000.69246% DALE BROADSTREET 806448.1895 LUBBOCK POWER AND LIGHT W6.775-2579 MR. GUY YARBOROUGH 80&790-7243 ATV 1-W(1486$313 MIL RICHARD JONES W6-7413306 CITY OF Lt0138OCK TRAFFIC ENGINEERING 60&775-2132 EMERGENCY CONTACT 808-775-2616 NTS COMMUNICATIONS MS. STEPHANIE NICHOLS 808.648.2476 REVISIONS a .naar„ar 114th STREET STRIP PAVING MEMPHIS AVE TO GENERAL NOTES G-1 B*Cinnin0 Cnain ALICNMI description Point MIDI N 7,242,014.3290 E 933,066.2226 Sto 0.00.00 Course from MIDI to M102 S 88' 17' 03.82" E Dist 200.0132 Point MI02 N 7,242,008.3410 E 933,266.1462 St. 2.00.01 Course fr M102 to M103 S as- 05' 49.76" E Dist 306.0016 Point MI03 N 7,2A1,998.1802 E 933,571.9T91 St. 5.06.DI Caur{o from M103 to MI04 S 88' 17' 03.82" E Dist 1,487.8446 Point M(04 N 7,241,953.6364 E 935,059.1568 St. 19.93.86 Course Tram M104 to MIOS S 89- 24' 24.61" E Dist 600.0969 Point M105 N 7,241,947.4239 E 935,659.2215 St0 25.93.96 Course fromM105 to M106 S 88' 13' 51.83" E Dist 150.0001 Point M106 N 7,241,942.7936 E 935,809.1501 St. 27.43.96 Ending cnain ALICNMI oescrtOTt �NamOMnn'1!EAsiwaIN EIEVAMIN RI� clECPYTel14 . .. eALWNUMeecw COHCRlt! ""' ' rxaasa.' ws.a ,...urim i .• e L' ,eeRNTJEN aIMW�w)MA{a wA]N!R' .,— naMsm 9ERNTJlN asWsll�lMA6s WA{NeR wsa 41 MmIs a1ra.'� ' 3»T1s ': elPNTSlN OINxs1A WeRA s WASNlR IT»MItIT :. s17A{A ix{{.t{ 'elPNielN aANUAwMRAes WA]NlR j lu T»amo 'aroma ! uM,u �eeANnlN awnruelwertA{{wnaxlR Ix n4ns1.M ', W_ 1^ ALWan WC wpONCREIe Aun{AWOSCMI CONCRIrt. f .'.•.•.11. . IS TMnnasY)..�•.sMe{49.'•'.swam rlS.a s14w,a zmxm AM)N_01{C w Cd av M.,, na.{rt43 k s1A7nN zits AIWNW CDNCenE 003o_ .... 17 Tb4'4N.41 "i 91m" ..•'3262.1]... .....•AlUA1NUM a19GwGOHCREtE.'•. ,.'.. '... ""40 •.. t24x4a 4d"i "tan.3..••.•"w"'.'"l•elNAi5Ck 6'UPNY.iLiiiBfN233 N'ASNfN'! ...fY'.. TmxseE•.�. 91TtliAnM,tf,.• elM1VielN DUIN1Ut McRAJ{WAlNlA >»xma n ur+a leenrmin cun�r«A,+ertAss wAsnEn; ruaza'{ aM^s ..,)m4 AURxwN aJcwaa¢nen ,/eRritaea ouvrnq;.FRAas wAerkri: .. zz".. Yz4iafl sa I"a r1a am 1 "1''axAO» ...•'z.YA»" �.... :OERNIEINaIMMlkwleN,90 VIA{NFA• T.1cm b i .Nx39{,m i sx]sr4,a z]a4s �eFMTSFNWMINe sMoNomaw ieR; me w CduCRITE.... + . YNY.'410;i{•••aaa Ji ••. "JbtAr «.•.•ALUHMJM'a{CWCGNCNE.ti •......, ,. ir.• !..­7Ax.r•.atla.4.,.. z»]a i.•.,'_AIMI osc.aaNCR61!'.... w+n.n x4s.uJ � ALWalNawwapNCRlTE . � .ro razlr4a Ta a»x ,'.Jxae � cP»vr Raawr.. J8. '. YY4mf16n :'ivaaw ilJ9'sb Frio rz Abo+�u .'. .; 'iR1 "a4"" Yb+s14 a"'I"ar7nm "' .... ans ...'"`. ..,. . .._ss" a4len.oa ! w1a.a : an — m ! aorta Jx11,n CP» .... ... MIN. is P Yx 1i� 4 ""azab a»e:» tba " .. i4',.'sworn _..J^.aa .......... ._ _ ..,. —1 >»f{40.r{ a>As.n J1as CPM 41 ... " YNH34.4f''a4TY ,..N •' n41a1As!ax20.a .... n9T.17 ...'.., CPa" ,..." '•.. >b a» aMJit4.n s... M'M 74T 910M.91 31n.W fa a{+!] iti�ia J J CP 41 Yr b W 41' '">a1BSN 'aals,n 31",31••: "..L_..._...-,.._ .-4i... ... Co 1e ..' co si 4] Yx410143fI asmla a ! T»IWII t sass]) •. ]1s7.a I CPa "........„_ • Sl... . iN m1P3 ' a1lat.a 11i1.m .. CP SS •..•_ _.. 4f" 3.4 T�I xe anof ]4i 4f Ga Fr" ).1ms14 RM2S» Ja.M CPA ' to n000a snY1M )�70 CPa a 1f4balbx . fr4aJ4 i1.a n Ta{M{s W.a]tu 4f.n ! aPn .' n lxmw 5 W»a» J us CPn '" 4 iEviN locals "'4i"" Tau soi'P'nsas "b4Ye � lsson � NOTE: W2612012 HORIZONTAL AND VERTICAL CONTROL ESTABLISHED BT HUCO REED AND ASSOCIATES, INC. FOR ADDITIONAL ON SITE CONTROL POINTS PLEASE REVISIONS CONTACT MICHAEL LAMPP AT (806) 775-2345 ale au{IPTIa 114Ih STREET STRIP PAVING MEMPHIS AVE TO INDIANA AVE HORIZONTAL ALIGNMENT DATA SHEET H-1 I NOTES: I. ALL SUBGRADE SHALL BE COMPACTED TO 95X MODIFIED PROCTOR DENSITY 3 2. DITCH ALIGNMENTS. AND PROFILES ARE BASED 1 i ON TYPICAL SECTIONS UNLESS OTHERWISE j INDICATED ON PLAN AND PROFILE SHEETS j 3. STRIPING TYPICALS PROVIDED APPLY AT ALL VARIES 12' 12' 12, VARIES VARIES 12' 12' 12' LOCATIONS WITH THE EXCEPTION OF THOSE ¢g THfiU TWLTL 1 TXRU ,g �u TXRU TWLTL THRU AREAS SHOWN ON INTERSECTION LAYOUT SHEETS q. STATION LIMITS ARE APPROXIMATE. SEE Y! �i n ! /� �,= ROADWAY PLANS FOR MORE INFORMATION. !W <' BROKEN YELLOW STRIPE q" SOLID YELLOW STRIPE q- SOLID WHITE STRIPE �I q" SOLID WHITE STRIPE 1 ' I i GRADE TO DRAIN 1 SEE PAVEMENT SECTION S EXISTING CURB AND CUTTER TO REMAIN TYPICAL SECTION 'A' STAiI ON 0+00 - 2.00 TRANSITION FROM SECTION 'A` TO SECTION 'S' STATION Z•00 - 5.00 SEE ROADWAY PLAN FOR PAVING LIMITS i I i VARIES 12' iq' iq' 12' VARIES FRONT I FRONT •t SLOPE i SLOPE I 2% I SEE PAVEMENT SECTION TYPICAL SECTION 'S' SEE DITCH SECTIONS SEE DITCH SECTIONS STATION S•00 - 24.45 12, 8' TWO FT DEEP DITCH STATION 5.00 - 12.00 12' 9' THREE FT DEEP DITCH STATION 13.00 - END PROJECT NDTE: EXISTING GROUND AT THE DITCH BACK SLOPE VARIES ON BOTH SIDES OF THE ROAD THROUGHOUT THE PROJECT, CONTACT ENGINEER IF SLOPE OR DEPTH CANNOT BE ACHIEVED IN FIELD. THREE LANE STRIPING TYPICAL lq• iq' q" SOLID YELLOW STRIPE 4' SOL10 WHITE STRIPE � q" SOLID NHITE STRIPE TWO LANE STRIPING TYPICAL 8" CLASS C CRCP SUBGRADE WORK SMALL EXTEND 2 FT BEYOND THE EDGE OF CONCRETE FOR ALL SECTIONS 12- COMPACTED SUBGRADE fSTA 0.00 - 8.00> f5VB5i OlART TO EARTHWORK PAY ITEMI 12" CEMENT STABILIZED SUBGRADE 67A 8.00 - ENDI PAVEMENT SECTION IUYTiI MOMIS NGrF:d:D�SS' REVISIONS xw oe�c xwlYtmM 11481 STREET STRIP PAVING MEMPHIS AVE TO INDIANA AVE TYPICAL SECTIONS SHEET T-1 SEE INTERSECTION LAYOUT i IW INSTALL SOD THROUGH NORTH DITCH a: INSTALL SEEDING THROUGH NORTH DITCH EXISTING ROM -.1 ...--0' LT ..._ ._..,..._......_..._ .._ ............w, ... ...,.• ...............»._...�........._..»...«......,.._..r.....w,.«......,..,......_.... EXISTING Rov OFF5 p } SET SB500' FIT T DITCH SHOWN __ _._.... ... ... ._.._ ___.__._. O 55 }} —8FFA5ET06�100' LT Q 1I4TH ST EXISTING ROW - ». _....=.........»..^..__.._........=.._....».. .»................. ..ti ......•=..,...........^.'..""............ ..•..........,..,...... ............•• ._.......^ ....... ., M 88' 17' .82' H 10• 84' OFFSET %,, O. RT EXISTING ROW U TRANSITION FRCLI PROPOSED 2 FT DEEP DITCH TO PROPOSED 3 FT DEEP DITCH AS SHOWN IN TYPICAL SECTIONS. N PAVING. o as so is iPo SjGf(�L�FE'�.[yNFEET f......... ............. .. ... ......, ......._................................__..�..... .. .,... _... _..__ .. .............:.....,.......,......,............................ a _ ............ .. .:........... .... . .. ........... _... _.... .... ._... ....Y. .. .... ... ....,... �......_........ {........................_._........_._...__..,..........__.,........,.,......_.,... ......... .,:'... ........_......... .ti..._:-_.4. ... 1.........._.�............._....,,.... ...........,....... .......... .__......................,,.............._.............................__...........".......__.d...........,...,,................,.,....,,...._............._......_...,....::,..::::::.:.:T::.:_;r:::':e.::.::c,r:.:.:...::::::z..c:�r::..:.}s';:":'c'':':_a._.................._. ...._.....i......._........._................__...._......._....._...._.,...._........._............_....` .............33..�.................„... _..,..........» y I• y, ................ ..._........_..........."........._..........,{......._............[.,..._...........;...........,...._,............,...............,........................,_...t._._.,...........}}......._ ._.....".._........... ........ ..........__�_. .,....5._......................."__ .....:.... __. __...... ......... ..... .... 1 i ........__... .......... .......,.........».„..._..........#.... ...... ..... ...... 3223 maerzOta ....:.................................._........,...,....A...._...._....-,............,..........,..................,.....................__.....,... ............................................__......,............,............ t t ...........,......... Y ,..„..........._......................, .................:., ... 4 ...........__.................;-............_...... ......_.............._........._.............._...........,......_..............................._._......................._..............,.,....,.......,,....„...._.............................�............_....... ........... ..._.....d...........,...,..,.......,.........,.....,.,._,..,............i 4 ................. .... ,.... .... ......,................,.....,.«....._..........y.,_......... __..,.............,.....,...,...................... .................... ............_.._...._.............. REVISIONS ...................E......_.............d.,.............•.....L.............._..., .................,.._..._...........,............r.,......M.: ��..,...._..........r.......�.....�.........'�..�_'.�..............,.....,..._..,......,_...._.._,.....s.....................,..........._........5..................._�.............."...�.........,........., w. wtt rcscwt.T[w { t i s { {:._. d1. i r. f 3220 i I i.._;:: F d .....I STA .9. .OP y . �... }j i..... ..' t I�... I .. ...:: ` { _. EL ..; 22059 i 3... fl3219 ub it nl 1 3 .... ".::.:. ♦ .., d. ..., .. .... \ I t .. ... Lubbock r .� T I i } PROFILE rRADE LIRE �_t.. .. EXISTING GROUND ® Q - 4 I }( j(i .... •• f yy -`_'_.' - 11 th STREET { ¢ ; ,I .F- PROPOSED DITCH PROFILES ^'••••+•• 3218 STRIP PAVING o... ._....: T..."' I.. - APPRO%.Di E-�'i.. 1 I ..7.., MEMPHIS AVE TO x' 1 ..._1 I , ,. ....�.+ ...! . RP. OX;:O'TTC Q...::.'.: ':. ..5.. .......... ,..}... 7........ ..".. �. ....._( .:.}..._ ¢..,.. :.`..... ..'..-d.. ,�...__... . :..: 11 _...1-•- .: ':.. �.,...... ._..STR4N5i.p.. F ..RROPOSEO.. ,:.E.T:: /L. ....." 1 INOIANA AVE j x I .arm""' .. Y' _... ppEE�� , q ! ..: ..... ,.. +D 2 M. SSI.PROPE ..3.FT.. ....D1.TCN g § h r y j .. ..... _, F..0 ..Y q, .pP ,... ,. . { ; 4 ... ..�........ , ¢ ( ,. } j... •tA5 .SlIRWN J.N J Pd6Al SEAidRNS -.:.: �.. ......:._ 321T PLAN ANO PROFILE d }{ ..�'t. .,.'x :.. BEGIN PROJECT- '•.� STA 13+50 j {a ww.., ry I to moo-:., a'ia ota. otm .,olc} "o"�o .. .. ..- m., n - ... • 1.0 •0 4• . 0 7.00 8, 10.00 t SHEET P-1 MATCHLINE STA 13-50.00 PHMWMA UE dF Y-40- z SAW AND SEAL JOINTS IN ACCORDANCE SAW AND SEAL JOINTS IN ACCORDANCE WITH CITY OF LUBBOCK STANDARDS, �I/z" WITH CITY OF LUBBOCK STANDARDS,% WIDE, TRANSVERSE SAWED CONTRACTION WIDE, TRANSVERSE SAWED CONTRACTION JOINT JOINT DETAIL B 10, 8" CRCP iv 2"-4" TY C a #6 DOWELS, 18" LONG 0 12" O.C. SEE FLOW FILL DETAIL A SUBGRADE GENERAL NOTES .6 BARS 0 24" OCEW WITH 2" MIN. CLEAR COVER FOR FURTHER INFORMATION REGARDING THE PLACEMENT OF CONCRETE AND LOAD TRANSFER DEVICES REFER TO THE GOVERNING SPECIFICATIONS FOR "CONCRETE PAVEMENT" AND "REINFORCING STEEL." TYPICAL NEW CONCRETE TO NEW ASPHALT FOR THE CONCRETE TRANSITION SLAB, THE CONTRACTOR Ii0 SCALE SHALL PROVIDE THE SAME AMOUNT OF THE REINFORCING STEELS AS THE ADJOINING CONCRETE PAVEMENT UNLESS OTHERWISE DIRECTED BY THE ENGINEER. MATCH THE LONGITUDINAL JOINTS OF THE CONCRETE TRANSITION SLAB WITH ADJOINING CONCRETE PAVEMENT. PROVIDE EQUIVALENT TIEBARS OR TRANSVERSE BARS Sow AT THESE LONGITUDINAL JOINTS. Seal ough Surface O a Finish JOINT SEALING COMPOUND CLASS 4, 5, OR 7 ChoMfer \ : �. Concrete Transition r v'` tsceu Mom_ Slab a A. BACKER ROD Q RECISIONS PREFORMED BITUMINOUS FIBER MATERIAL BOARDS ... wrt uanlnw. - OR EQUIVALENT CAP FOR DOWEL BAR DETAIL A BAR tI/ " Dia. X 18" s 12" SPACINGS M FREE DOWEL SHOULD BE COATED .EN�IRE MOVEMENT WITH A MATERIAL WHICH WILL PREVENT • BONDING TO THE CONCRETE. Dowel. USE �I/," WIDE JOINT FOR CRCP WIDE JOINT FOR JCP+Ll�bC7` /ANO 1 QO Hot mix asphaltic concrete. Type, surface aggregate classification and binder specified elsewhere 114th STREET in the plans. STRIP PAVING MEMPHIS AVE TO DETAIL B O Refer to Concrete Pavement typical section D+DIANA AVE for subbase requirements. PAVING DETAILS s~EEI P-3 > STA 172iOS OFFSET 6 .38' LT MATCH EX FILLET ;751 REMOVE 55.0 SY ASPHALT STA 1SE j 96 2 REPLACE, WITH 53.5 SY OFFSET F F .38' LT SLEEPER SLAB. MATCH EX FILLET SEE DETAIL STA 1 45 17 MATCH X LIP LINE OFFSET 57.62' LT MA E F OVLIKE L' X STA 0 3 ;!7 STA 8 I-SLOO " /`' OFFSETZ 00' LT MATCH EX ASPHALT OFFSET 4 .20� LT ELEV =S-33 5TA 0-85.34 OFFSET 28.00' LT STA 1-05.66 - - --------- - - ................... ---------------- OFFSET 18.00- LT ELEV 3227.11 REMOVE 41.5 ST ASPHALT REPLACE WITH 30.5 ST SLEEPER SLAB. 'E 288.0 SY ASPHALT 4E WITH 30 SY �ER SLAB SEE DETAIL EMAINOER WILL BE 9. 00 AS' LT SPHALT 26. 17 T 3, :01' LT 3225 20 STA 2,11.DO 3FFSET 18.00' LT .LEY 3226.06 N STA 5-06.00 END MEDIAN BULB ID, -E 114TH ST x:' W261mr2 REVISIONS 1141h STREET STRIP PAVING MEMPHIS AVE TO INDIANA AVE INTERSECTION LAYOUT MEMPHIS AVE iEET 1-1 1 L'SO" ADDITIONAL STEEL BARS JOINT SEALING MATERIAL METHOD A OR 8 L T ac Ti2 $ TRANSVERSE BARS LONGITUDINAL BARS �* NO SPLICES ALLOWED WITHIN 10 FT OF THE JOINT TRANSVERSE CONSTRUCTION JOINT SECTION X - X 10" FOR 16 BAR 41- FOR 15 BAR 25` FOR •6 OAR TIE BARS MAY BE JOINT SEALING MATERIAL 21" FOR •5 BAR IN SAME PLANE AS METHOD A OR 8 TRANSVERSE BARS TIE BARS 2 MIN CLEAR ET c i c i ai ai c i c LONGITUDINAL BARS TRANSVERSE BARS LONGITUDINAL CONSTRUCTION JOINT SECTION Y - Y 5` 0" FOR •6 BAR, 47' FOR •5 BAR JOINT SEALING MATERIAL 25" FOR •6 BAR LONGITUDINAL BARS METHOD A OR B H... 21I FOR �5 8AR SAW CUT T/3IT LSINGLE PIECE TIE BARS TRANSVERSE BARS SHOULD BE IN SAME PLANE AS TRANSVERSE BARS FOR 6.0 IN. TO 9.5 IN. SLABS. MAY BE PLACED ABOVE LONGITUDINAL BARS FOR 10.0 IN. TO 13.0 1N. SLABS. LONGITUDINAL CONTRACTION JOINT SECTION Z - Z TRAVEL LANE TRAVEL LANE mnnmm�ni� mnnmmm�n ��STEEL NO in LONGITUDINA TRANSVERSE STEEL iiiiiii n�uININ uII113110111111110111112111 i INI Mission mollsolill molimm PAVEMENT OR SHOULDER EDGE 1- LONGITUDINAL CONTRACTION JOINT LONGITUDINAL CONSTRUCTION JOINT TYPICAL PAVEMENT LAYOUT PLAN VIEW (NOT TO SCALE) PAVEMENT OR SHOULDER EDGE GENERAL NOTES I. DETAILS FOR PAVEMENT WIDTH, PAVEMENT THICKNESS AND THE CROWN CROSS -SLOPE SHALL BE SHOWN ELSEWHERE IN THE PLANS. PAVEMENTS WIDER THAN 100 FT. WITHOUT A FREE LONGITUDINAL JOINT, ARE NOT COVERED BY THIS STANDARD, 2. THE DETAIL FOR THE JOINT SEALANT AND RESERVOIR IS SHOWN ON STANDARD SHEET "CONCRETE PAVING DETAILS, JOINT SEALS." 3. ALL THE REINFORCING STEEL AND TIE BARS SHALL BE DEFORMED STEEL BARS CONFORMING TO ASTM A 615 (GRADE 60) OR ASTM A 996 (GRADE 60). STEEL BAR SIZES SHALL CONFORM TO TABLE NO. 18 2. 4. STEEL BAR PLACEMENT TOLERANCE SHALL BE •/- 1 IN. HORIZONTALLY AND •✓- 0.5 IN. VERTICALLY. CALCULATED AVERAGE BAR SPACING (CONCRETE PLACEMENT WIDTH / NUMBER OF LONGITUDINAL BARS) SHALL CONFORM TO TABLE NO.1 AND AS SPECIFIED. 5. PAVEMENT WIDTHS OF MORE THAN 15 FT. SHALL HAVE A LONGITUDINAL JOINT (SECTION Z-Z OR SECTION Y-Y). THESE JOINTS SHALL BE LOCATED WITHIN 6 IN. OF THE LANE LINE UNLESS THE JOINT LOCATION IS SHOWN ELSEWHERE ON THE PLANS, 6. THE SAW CUT DEPTH FOR THE LONGITUDINAL CONTRACTION JOINT SHALL BE ONE THIRD OF THE SLAB THICKNESS. 7. WHEN APPROVED BY THE ENGINEER, SINGLE PIECE TIE BARS MAY BE USED BY INSERTING INTO PLASTIC CONCRETE AT LONGITUDINAL CONSTRUCTION JOINTS. B. WHEN TYING CONCRETE GUTTER AT A LONGITUDINAL JOINT, THE TIE BAR LENGTH OR POSITION MAY BE ADJUSTED. PROVIDE 3 IN. OF CONCRETE COVER FROM THE BACK OF GUTTER TO THE END OF TIE BAR. 9. MISSING OR DAMAGED TIE BARS SHALL BE REPLACED BY DRILLING AND EPDXY GROUTING AT THE CONTRACTOR'S EXPENSE. 10. OMIT TIE BARS LOCATED WITHIN 18 IN. OF THE TRANSVERSE CONSTRUCTION JOINTS. USE KANO-OPERATED IMMERSION VIBRATORS TO CONSOLIDATE THE CONCRETE ADJACENT TO ALL FORMED JOINTS. 11. OBTAIN THE ENGINEER'S WRITTEN APPROVAL, IF THE CONCRETE MIX DESIGN USES MORE THAN 5.5 SACKS/Cy. 12. LONGITUDINAL REINFORCING STEEL SPLICES SHALL BE A MINIMUM OF 25 IN. TABLE NO.2 TRANSVERSE STEEL AND TIE BARS ••-•1-' TRANSVERSE LONGITUDINALAT LONGITUDINAL CAT JOINT CONSTRUCTION JOINT SLAB THICKNESS BAR SPACING BAR SPACING BAR SPACl NG (1N.) SIZE (INJ SIZE (IN.) SIZE tIN.) 6.0 - 7.S •5 4B *5 46 s5 24 8.0 - 13.0 •5 48 .6 4B *6 =1= CAST -IN -PLACE CONCRETE TRAFFIC SEE CONCRETE BARRIER STANDARDS TABLE NO.1 LONGITUDINAL STEEL TABLE NO.] LONGITUDINAL STEEL (Cont.) SLAB THICKNESS ---- REGULAR FIRST SPACING ADDITIONAL STEEL BARS REGULAR FIRST SPACING ADDITIONAL STEEL BARS BARRIERgFOR ANCHORAGE DETAILS. SLAB THICKNESS TWO LAYERS OF 30• ROOFINLL TIE BARS IN ANY CONTINUOU5 IECE OF CONCRETE TRAFFIC FELT OR 1/2' PREFORMEDARRIER SHALL BE ON THE SAME BI TUMINUS FIBER MATERIAL t DE OFTHE JOWL MAY BE USED ON FREE SIDE AND BAR SIZE STEEL BARS AT EDGE OR JOINT AT TRANSVERSE CONSTRUCTION JOINT AND BAR SIZE BAR (IN.) SIZE STEEL BARS AT EDGE OR JOINT AT TRANSVERSE CON5TRUCTION JOINT T (I N.> SIZE SPACING ° (IN.) SPACING a (IN.) SPACING 2 x c (IN.) LENGTHT L (IN.) SPACING ° (IN.) SPACING a (IN.) SPACING NG 2 x c (IN.1 LENGTH L (IN.) OF JOINT. 10.0 a6 6.0 a5 7.5 3 TO 4 15 50 7.0 3 TO 4 14 50 VARIES - 6.5 -5 7.0 3 TO 4 14 50 10.5 •6 6. 75 3 TO 4 13,5 50 CONCRETE 7.0 05 6.5 3 TO 4 13 50 6.5 3 TO 4 13 50 PAVEMENT 11.0 •6 7.5 n5 6.0 3 TO 4 12 50 6.25 3 TO 4 12.5 50 ASPHALT IMPREGNATED FIBERBOARD 11.5 •6 8.0 *6 9.0 3 TO 4 18 50 6.0 3 TO 4 12 50 CONFORMING TO ASTM D 994 12.0 s6 FREE LONGITUDINAL JOINT (JOINT WITHOUT TIE BARS) LOCATION OF THE JOINT WILL BE AS DIRECTED BY THE ENGINEER. 12.5 •6 8.5 •6 8.5 3 TO 4 17 50 5.T5 3 TO 4 11.5 50 9.0 •6 8.0 3 TO 4 16 50 5.5 3 TO 4 11 50 13.0 1 a6 FREE LONGITUDINAL JOINT DETAIL 9.5 $6 7.5 3 TO 4 15 50 'W..................: �_..d 'w....,.......n:.r b�..�.w.,..,s L�.w,_,...,.e L.,...-., ...»w s...,_.._,_.».,.�i � ....w..,. J io=..w ..,....-,wd m.,.., .,.....,. ,� .. ,... :,, ........d _ ...,,e k ,.. ,, +.. ...a t . ....w n .... ...e O3 O3 —PCs I PCs o �I o INITIAL Lr CUT SAWED LONGITUDINAL LONGITUDINAL JOINT CONSTRUCTION JOINT LONGITUDINAL JOINT SEALS O3 I %t' • I it O3 0 C o PCs IT o SAN CUT .� ��. PREFORMED —yr-- BITWINDUS FIBER MATERIAL LENTOS EOUIYALENi SAWED FORMED CONTRACTION JOINT FORMED EXPANSION JOINT TRANSVERSE JOINT SEALS METHOD A: PREFORMED COMPRESSION SEALS (PCS) (CLASS 6 PREFORMED JOINT SEALANT) GENERAL NOTES FOR METHOD '►' 1. UNLESS OTHERWISE SHOWN IN THE PLANS, EITHER METHOD 'A- OR METHOD 'B' WT BE USED. 2. THE LOCATION OF JOINTS SHALL DE AS SHOWN ELSEWHERE IN THE PLANS. >. DHE IMESIGNS OCOMPRESSION SEAL MWNiACiIHXES RECOKENDAT ION. A. THE JOINT RESERVOIR FOR SEALANT SHALL WE SAWEO UNLESS OTHER- WISE SHOWN ON THE PLANS FOR TIME LONGITUDINAL AND TRANSVERSE CONSTRICTION AND THE TWO SAVED JOINTS. S. THE JOINTIORS SHALL DE CLEANED IN ACCORDANCE WITH THE. ITEM. 436 STATEMENT FwKmG THEINNNNG SEALANTTIMACTURER SHOWING ATHE CTRACTOR LL SUBMIT RECOMMENDED EQUIPMENT AND INSTALLATION PROCEDURES TO BE USED. 6 THE SAW CUT FOR THE LONGITUDINAL JOIFOURTH NY SHALL BE ONE FOTH THE SLAB WHEN CRUSHED THICKNESS EN LIMESTONE IS USED AS THE COARSE AGGREGATE. SEAL 'NO �'- �'- SEALING %'• �- t01P01MD COMPOUND $' COMPOUND LING tNtTlu SAW COT SAWED LONGITUDINAL OR TRANSVERSE LONGITUDINAL JOINT CONSTRUCTION JOINT JO1N7 SEALING COMPOUND CLASS� I 4,5 OR 7 I � �� \JOINT SEALING COMPOUND CLASS <,5 OR 7 BACKER r BACKER ROD ROD INITIAL SAW CUT PREFORMED Ou TRIFIBER M ENTOSS AL BOARDS EQUIVALENT. +-i I [��`A\\�7//////� CAEIAL P1 TRANSVERSE SAWED TRANSVERSE FORMED CONTRACTION JOINT EXPANSION JOINT METHOD Bs JOINT SEALING COMPOUND GENERAL NOTES FOR NETHgW -B' 1. UNLESS OTHERWISE SHOWN IN THE PLANS. EITHER METHOD -A- OR METHOD 'B' MAY DE USED. 2. TH. LOCATION OF JOINTS SHALL DE AS SHOWN ELSEWHERE IN THE 3. THE ENGINEER SHALL SELECT A TARGET PLACEMENT THICKNESS FOR THE SEALANT DETAILS WHICH SHOW RANGES IN THICKNESS. THE TARGET THICKNESS WILL NORMALLY DE TIME MIDPOINT OF THE RANGE. 4. THE JOINT RESERVOIR FOR SEALANT SHALL DE SAVED UNLESS OTHER- WISE SHOWN ON TIME PLANS FOR TIME LONGITUDINAL AND TRANSVERSE CONSTRUCTION AND THE TWO SAVED JOINTS. S. THE JOINTS SHALL WE CLEANED IN ACCORDANCE WITH THE ITEM 436 AD PRIOR TO BEGINNING OPERATIONS THE CONTRACTOR SHALL SUBMIT A STATEMENT FROM THE SEALANT iWaACTURER SHOWING THE RECOMMENDED EOUIPMENT AD INSTALLATION PROCEDURES TO DE USED. 6 TIME SAW CUT FOR THE LONGITUDINAL JOINT SHALL WE OIE FOURTH THE SLAB THICKNESS WHEN CRUSHED LIMESTONE IS USED AS THE COARSE AGGREGATE. jf Tsxoa DOWABNV Of 7'fdVWDFTCTkO ® CpMroOMPH AW&W ow mv1 CONCRETE PAVING DETAILS JOINT SEALS JS-94 W F � Z Z 0 S K i E K 2 m > > m 0 2 0 3 2 F O a 0 0 H 0 U C LWD LWD K LWD tWD O U E OF CULVERTS SEE TABLE ATMENT 'E RIPRAP, CLASS A 'K6' 6 GUAGE IIC OR -+ 12. OCEW SAFETY END TREATMENT SEE SET -CD STANDARD 29' RCP, +11 CROSS DRAINAGE S 9gfeS A�� f,.Y �'Qti6 SEE TOE DETAIL NO SLOPE S" THICK CONCRETE RIPRAP, CITY OF LUBBOCK CLASS A CONCRETE WITH 6"X6' 6 GUAGE E OF CULYERTS WELDED WERE FABRIC OR -+ SEE TABLE DEFORMED BARS AT 12' OCEW CULVERT CROSSING DATA TABLE 'STATION iFLOWLINE ELEVATION PIPESIZE #OFPIPES #OFSEPS;RIPRAP .,.............. ....... ..., .....- .... ............ .. 17+00.00 3216.98 24 2 4 7.6 SY 20+15.00 3216.23 24" 3 6 11.2 6Y :.......... . .... ........ .... ....... 24+00.00 321623 24 2 4 7.66Y SECTION A -A NTS -4 CEBAR SPACED AT IB' •4 LONGITUDINAL REBAR CONCRETEN TOEDETAIL TS a.,loaosi jl W=12 REVISIONS - Ae. Wl[ C6tLPilitOs 1141h STREET STRIP PAVING MEMPHIS AVE TO INDIANA AVE DRAINAGE DETAILS ST D-1 100-YR'PWSEL CONTOUR Y -- ---------- ....... NOTES% I. CONTOURS SHOWN ARE DERIVED FROM 2010 CITY OF LUBBOCK LIOAR DATA. CONTOURS SHOW THE EXISTING GROUND IN THE AREA PRIOR TO THE LAKE ALAN HENRY WATERLINE CONSTRUCTION. THIS SURFACE SERVES AS THE BASELINE FOR ANALYSIS CUT/FILL EQUIVALENCE. 2. CUT/FILL ANALYSIS WAS BASED ON A COMPARISON OF EXISTING AND PROPOSED CROSS -SECTIONS. A COPY OF THESE CROSS -SECTIONS AND CALCULATIONS IS IN PLAYA LAKE 90A FOLDER. 3. OUE TO THE TEMPORARY NATURE OF THIS STRIP PAVING PROJECT. THE PRIMARY DRAINAGE OBJECTIVE IS FOR THE ROADWAY To MAINTAIN THE OVERFLOW ELEVATION OF THE PLAYA LAKE AND HAVEA WEIR CAPABLE OF PASSING THE 100-YR FLOW WITH THE THE IDO-YR PEAK WATER SURFACE ELEVATION. SEVEN TOTAL 24" REINFORCED CONCRETE PIPE CULVERTS WILL ALLOW FOR NORTH AND SOUTH DITCHES TO EQUALIZE AS THE WATER SURFACE ELEVATION RISES. KEY INFORMATION PLAYA LAKE ID 90A ESTIMATED OVERFLOW ELEVATION 3219.61 PEAK WATER SURFACE ELEVATION (IDO-YR) 3220.50 •• PEAK 023 DISCHARGE 1100-YR1 1CFS EFFECTIVE HEIGHT OF WEIR 0. 89 FT WIDTH OF WEIR 1641 FT BROAD -CRESTED WEIR COEFFICIENT 3.2 + THIS DATA COMES FROM THE APPROVED DRAINAGE ANALYSIS BY AMU ENGINEERING IN ASSOCIATION WITH KIMLEY-HORN AND ASSOCIATES FOR THE INDIANA PAVING IMPROVEMENTS 103RO STREET TO FM 1565. +• THIS DATA COMES FROM THE 2010 CITY OF LUB80CK MASTER DRAINAGE PLAN. BROAD -CRESTED WEIR CALCULATION •C•B•H _•DISCHARGE CFS C• BROAD•CRESTED WEIRCOEFFICIENT B*WEIRWIDTH F H • WEIR HEIGHT 0. 12•1641•Q89^ 4409,04 CIS PWSEL N 0 2S SO 75 100 SCALE IN FEET iRVIX ig(NI '� 1090firY ;•• W2&M12 REVISIONS xw a.16 v45tA1n11M 114D1 STREET STRIP PAVING MEMPHIS AVE TO INDIANA AVE PLAYA LAKE DATA & CALCULATIONS T D-2 c- °bo kwg C6- p q U o°c-w $sn" 6' H u� a aa.,o Working Point (at intersection of nominal I.D.) d = Trimmed Edge of Pipe 0 - c Miler 7 nPa �O NOTE: All Pipe Runners, calculations, and dimensions are based on the pipe culverts mitered Os shown in this detail. Alternate styles of mitered ends will require that appropriate ad jUstmrents be Ode to the values presented On this standard. SIDE ELEVATION OF TYPICAL PIPE CULVERT MITER (Showing Corrugated Metal Pipe Culvert. Details of Concrete Pipe Culvert are similar,) 6-cluded miis of Riprap (to be with S.E.T, r poyment> qO Limits of Riprap (to be ter 12" included with S.E.T. ' rt Cross Pipe for payment)(q �TAnchor Bolt -_-- Top of Riprap I N = vJ1, /J Trimmed Edge of c Pipe Culvert , E g �, t2" o a$ a,.(l M'terO Flow u �J Line ---------------------------------' SIDE ELEVATION OF CAST -IN -PLACE CONCRETE (Showing Concrete Pipe Culvert. Details of Corrugated Metal Pipe Culvert are similar. Pipe Runners not shown for clarity) Oh (eo 0k4,a OQ 1( o {Lj 4, I Flow An Bochor ttom `� Lima ///� Toewall ISOMETRIC VIEW OF TYPICAL INSTALLATION (Slowing instollotiOn with no skew.) CROSS PIPE LENGTHS $ PIPE RUNNER LENGTHS \JlJ Nominal Pipe Crass Pipe Runner Length Culvert Culver+ Pipe 3:1 Side Slope 4:1 Side Slope 6:1 Side Slope 1.0, Spa - G Length 0' Skew 15- %,- 3O' Skew 45' Skew 0' Skew 15' Skew 30' Skew 45' Skew 0' Skew 15' Skew 30" Skew A$- Sll " 24. 1- 7' 3- 5" N/A N/A N/A 5'-10" N/A NIA N/A 8- 1" N/A N/A N/A 12'- 9" 27. 1- 8" 1.- 8" N/A N/A 5'. 5" 6'-11" N/A N/A 7'- 7' 9"- 7" N/A N/A 11-II" 14-II" 30" 1'-10" 3'-11, N/A N/A 6- 4" 8- 0" N/A N/A a,- 9" il'- 0" N/A N/A 13'- 8" I7'- 0" 33" /1-I1' 4- 2' 6'- 2" 61- 5" 7'- 3" 9- 1" 8'- 6" 8-10" l0'- 0" 12,- S" 13,- 3" 13'- 9" 15'- 5" l9•- 2» 36" 2'- 1" A'- 5' 6'-11" 71- 3' 8'- 2" 10'- 2" 9'- 6" 9'-II" 11'- 2" 13-10" 14'- 9" 15- 3" 17- 2" 21'- 3" 42" 2- 4" 4-11" 8'- 6" 8'-10" 9'-I1" 12'- 4" ll'- 7" 12'- 0" 136- 6" I6'- 8" 17'- 9" 18'- 5" 20'- 8" 25'- 7" 48" 1 2'- 7' 5'- 5" 10'. 1- 10'- 5" il'- 9" N/A 13'- 7" 14'- 2" 15'-10" N/A 20'- 9" 21'- 6" 24'- 2" N/A 54` 3'- 0" 5'-I 1" IT'- 8" 12'- 1" N/A NIA IS' 8" 16'- 3" N/A N/A 13'-10" 24'- B" N/A N/A 60" 3'- 3" 6'- 5" 13'- 3" N/A NIA N/A 17.. 9" N/A N/A I NIA 26'-10" N/A I N/A NIA TYPICALPIPECULVERT MITERS Q CONDITIONS WHERE PIPE RUNNERS O STANDARD PIPE SIZES $ Q ARE NOT REQUIRED MAX PIPE RUNNER LENGTHS Nominalpip Mdx Pipe Slope Side I Skew Skew Skew Skew Curl v�rt I pipe�Cul vert Pipe ICuiv arts Si.: O.D. I.D. p, Runner ESTIMATED CONCRETE RIPRAP QUANTITIES ICY) W Nominal ail Side Slope 4:1 Side Slope 6:1 Side Slope Culvert T 1.D. 0' Skew it5- Skew 30- Skew 1 45- Skew 0- Skew 15- Skew 1 30- Skew 1 45- Skew 0- Skew t IS' Skew t 30- Skl r Vor ies - See BOTTOM ANCHOR TOEWALL DETAILS 24' 0.6 1 0.7 0.7 0.8 1 0.8 1 0.8 0.8 1 1.0 I' D 1.0 1. 1 1 1.3 27" 0.7 0.7 0.8 0.9 0.8 0.9 0.9 1.1 1.1 1.1 1.2 1.4 30" 0.8 0.8 0.8 0.9 0.9 0.9 1.0 1.2 1.2 1.2 1.3 1.6 33, 0.8 0.8 0,9 1.0 140 %0 1.1 1.3 1,3 1.4 1.5 1.7 36" 0.9 0.9 0.9 1.1 1.1 1.1 1.2 1,4 1.4 1.5 1.6 1.8 42" 1.0 1,0 1.1 1.3 1.2 1.3 1.3 1.6 1.6 1.7 1.8 2.1 48' 1.1 I.I 1,2 N/A 1.4 1.4 I,5 N/A 1,9 1.9 2.1 N/A 54' 1.3 1.3 N/A N/A t.6 1.6 N/A N/A 2,1 2.1 N/A N/A sm" 1.4 N/A N/A N/A 1.7 N/A N/A N/A 233 N/A N/A N/A Pipe Runner �- Bottom Anchor Pipe OSize of Pipe Runner sholl be as shown in the tables. Cross Pipe shall be the same size as the Pipe Runner. Cross Pipe Stub Out and Bottom Anchor Pipe 5h011 be the next smaller size Pipe as shown in the STANDARD PIPE SIZES table. OThis standard allows for the placement of Only one pipe runner across each culvert pipe opening. In order to limit the clear opening to be traversed by on errant vehicle, the following C--;tuns must be mhet= For 60" culvert pipes, the skew must not exceed Dr. Far 54" culvert Pipes, the skew must not exceed IS'. For 48" cuivert pipes, the skew must not exceed 30'. Far all culvert pipe Sizes 42" and less, the skew must not exceed 45'. If the above conditions cannot be met, the designer should consider using a safety end treatment with flared ings. For further ,nformotl on, refer to the TiiDOT "Roadway Design Manual". O3 Miter • Slope of Mitered Pipe Culvert End ORiprop placed beyond the limits snown will be paid as Concrete Riprap in accordance with ifem 432, "Riprap". OQuantities snown are for one end of one reinforced Concrete Pipe. Culvert. For multiple Pipe Culverts or for Corrugated Metal Pipe Culverts, quantities will need to be adjusted. Riprap quantities ore far Contractor's information only. -jO4' Texas DepDrtnienT Of Tnvuporta11on If Brldge 0Afs14e SAFETY END TREATMENT FOR 12" DiA TO 60' DiA PIPE CULVERTS TYPE II - CROSS DRAINAGE SETP-CD rne, aeroeaae.em w OAF u. CAT on A8' c4 GAF +.-._...._.'- ".,_,.- 11 w�-�,.n (See tdbl!) N _ _ Through Hole Die3" • %2 Cross Pipe Dio « 12" O Li*/iG" Die Through Hole 4 /Z" C Pipe Runner Dig ' Through He'. I/=' Dig HOIe Q, Stub Out p ri. Cross Pipe p (i Cross Pipe OPTION Al OPTION A2 CROSS PIPE AND CONNECTIONS DETAILS a`ry, mg VI" Did Hole 9 �gec r—A fie" Die Through Ho Ie lot upper end ,LF+ 4 of Pipe) y« 6`oi Pipe Runner Length (See table) k6W NOTE: The separate Pipe Runner shorn is required i$ u When Cross Pipe Connection Option Al is uses. a�6 PIPE RUNNER DETAILS IL . 6 Fg- �Scu lo a . OPTION 81 OPTION 62 —1 BOTTOM ANCHOR PIPE DETAILSIg nL 1•'4" Die x 12` Cross Pipe Anchor Bolt v/ Hex Nut 6 washer 3„ \ Miter Work i n 12" f?" y"auntie I Q Roadway Limits R i Prop of Point g � r Lan 'G Dia Bolt W/ *ao IS, Nut 8 2 Washers Cross Pipe^�) I x Stub Out Die HoleO I i rL Pipe Q Pipe Runner i Side Slope Bottom Anchor Pipe Anchor Toewail SIDE ELEVATION OF PLAN OF SKEWED SAFETY END TREATMENT INSTALLATION INSTALLATION (Shoring Pipe Ruinm er with Cross Pipe Ca@ctian option Al me Anchor Pipe option 82 on Corrugated Metal Pipe Culvert. Concrete Pipe Culvert details we similar. Riprop hot shorn for clarity) ,Q, •. Afin L� PipeRuner Pipe ^,` Runner I Botto Bottom Anchor Pipe Pipe Botto Bot ta:l AnchorToeroToer011 12` Cieor 14« OPTION 61 OPTION 82 BOTTOM ANCHOR TOEWALL DETAILS (Culvert L Riprop not shown for clarity) ORiprop placed beyond the limits shorn will be paid as Concrete Riprop in accordance with Item 432, "Riprop". © Recommended values of side slope ore 3:1, 4:1, 8 6:1. All quontit(es, CO ICulaflons, One dimensions shorn herein are Da Sao an these recommended vo lues. Slope Of 3:1 Or flatter is required for vehicle sofa ty. TO Note that actual slope of Pipe Runner may vary slightly from Side Slope of Riprop and trimmed Culvert Pipe edge. © Core shads be token t0 ensure that Riprop concrete does not f for into the Cross Pipe so as to pemit disassembly Of the bolted connection to all ow cleanout access. OAfter instal lotion, the I/2" hole ehe'I be inspected to ensure the the lap of the Pipe Runner with the Bottom ArlChor Pipe is adequate. 1D At fabricator's option, o heat bend to 0 smxotti 5" radius or 0 manufactured elbow (of the. sane material as the Runner) may be substituted for the mitered and welded joint in the Bottom Anchor Pipe. 4" Min C ill" x 12" Bolt r/ 2„ Min. in Hex Nut B Washer (Typ) ®Qlll=� AhCher Toeroi GENERAL NOTES: Pipe Runners are designed for 0 traversing load of 1,800 pounds at yield as recommended by Research Report 280-1, "Safety Treatment of Roadside Cross-Droinooe Structures", Texas Transportation Institute, March 1981. The Sofety End Treatments shown herein are intended for use in those installations Mere out Of central vehicles are likely t0 traverse the Openings dpproximately Perpendicular t0 the Pipe Runners. R 'Prop and oil necessary nv!ris shall be Concrete Riprop conforming to the requ ifements of Item 432, "Riprop". Synthetic fibers listed an the "Fibers for Concrete" Material Producer List (MPL) may be used in lieu of steel reinforcing in r;Drop concrete unless noted otherwise. Payment for riprcp and toeroll is included in the Price Bid for each Sofety End Treatment. Pipe Runners, Cross. Pipes, and Anchor Pipes shall conform to the requ iremeMs Of ASTM A53 ITypa E or S, Grace B), ASTM A500 (Grade B), or API SLXS2. Bolts and nuts shall conform t0 ASTM A307. All Steel components, except concrete reinforcing, shall be golvani Zed after fabr iCo". GOlvoni2in0 aOmoged during transport or construction .hall be repaired in accordance with the specifications. I vent Cross Pipe (flush with top of Riprop) bra 1 I Pipe Runner or Stub Out 01) SPo " 5 SHOWING CROSS PIPE 8 ANCHOR TOEWALL SECTION A -A Limits of Riprop (to be included with S.E.T. for Payment)0 Tangent to i'-6" idest portion of Pipe Culvert Typ) Riprop Pipe Culvert (C.M.P. or Concrete) SHOWING TYPICAL PIPE CULVERT $ RIPRAP ,jdi' Texas Dwarlmell of Transportation If &14V QN/skw SAFETY END TREATMENT FOR 12' DIA TO 60" DIA PIPE CULVERTS TYPE II - CROSS DRAINAGE I SETP-CD I SOLID STRIPE HATCHED 24' YELLOW AT 45- AND SPACED AT 20 FT WITH OETAILS DIRECTED BY STANDARD BEGIN TYPICAL SECTION STRIPING • -- • • I.4T„ ST .........., :......_.• ......,. -.....,.. .....•ems... 4' DOUBLE SOLID YELLOW STRIPE ENO TYPICAL SECTION STRIPING SURROUNDING MEDIAN BULB AREA 4" SOLID WHITE EDGE STRIPE N 4' WHITE EDGE STRIPE B' SOLIO WHITE STRIP WITH TYPE I C RPM SPACED AT IO FT DOUBLESOLID YELLOW STRIP WITH """'•,• - .�.... •_._.......4, :t-ioeo�i '• ,!;_SOLID TYPE it -A -A RPM SPACED AT 10 FT S44 END TYPICAL STRIPING ., ...,,, zN 6'2YNi2 -� REVISIONS xo. arc cesurrrlos ( `zM'--� i 77.25' 72.75' 114TH ST O2KN rOi .: ..... ........ ..• .... ............... - 4 � d1 of lubbock 4' WHITE EDGE STRIPE 24' SOLID WHITE CHEVRON 114th STREET STRIP PAVING MEMPHIS AVE TO SPACEONATHRO 20 FTOWI GORE 4" SOLID EDGE STRIPE SURROUNDING RPM AS DESCRIBED IN THE TRIANGULAR GORE AREA BOUNDARY STANDARD DETAILS INDIANA AVE STRIPING DETAILS SHEET S-1 5 Pa,eeAaM Ed" ' 6` win, with TWO LANE TWO—WAY ROADWAY WITH OR WITHOUT SHOULDERS SMulder wimn M 1T0.11 der exiatc lryp.l /wy vary 1*rp.) d• qqq 1• rol lo. 10' mrn. -12' alOx. Jtantorltna \ �y o 0 4• Yni to o 0 0 !Lo 0 0 T_30, Edgy Lire to SolI.$0110 !' min.-4• max. Yellov Line 7' wlrL •4` mmr. Talton Line STpuldar rtOth WY vary Pweaanlr Edge 6' m;r� try0•) A' min), �' a' min. y Poreasnt Eape 6' wino (tyP.) 30' max. 30 STOP LINES Sol to ➢Y)I to R ,Q,ito Lane Line Q a ,' Ynite Lone Lire A' Yal Iw E07a Line Mlotrx 24, min. 2A, �' F- H JO' 10' a— i o o c EDGE LIKE .�"'—"�LQ••. [�� ' 4Solid White 4 Sol ld A- White EQLine Yel la. LM, o o v o c Cj> A• White E 09e Line CEL4, Yelfl a' Yelta/ G� �i 6• min. 10' Lap: 1C( ttyp.l 3 Gap: 30' x OPTIL40L EDGE LINE AND LANE LINES 4' solld CENTERLINE AND LANE LINES ONE—WAY ROADWAY Yeti_ Jlne m opp oadh03 to 3' min.-e' —1 FOUR LANE TWO—WAY ROADWAY (12' max. far travel ao WITH OR WITHOUT SHOULDERS lntdfaactions 1S00' .1') WITH OR WITHOUT SHOULDERS vay p Dote tnm MinSaxm Rewlfesent9 MinlaAl4 ReQuiremmfE far Edp.lin- for Eentertims w;TMout Edpel;res 4a' mtr) Trowlesi Way WiOfn z 20' PaveeeY,i Wiatn 16' i 7 < 20' FOUR LANE DIVIDED ROADWAY INTERSECTIONS ROADWAYS WITH REDUCED SHOULDER GUIDE FOR PLACEMENT OF STOP LINES, EDGE LINE & CENTERLINE WIDTHS ACROSS BRIDGE OR CULVERT Dosed an traveled Way and Povmnent $to" far Lrcivlaud Highways Povment Edge —•� -- 4' White Lane Line 4' Mlni.A �,` White Line a 4' 0 0 White ,SO A` YWI IdI Cape LIM a Drupe A.0 TABLE 1 - TYPICAL LENGTH (L) POs Speed ra zslla 2 cf Face .... .. ...;... .. of Cv0 30, 35, 40 RS L• fi0 Watch 20' r 12' min. YD• 24' typ. 45, 50, 55, L•W5 Width Yealan 60, 65. 7a _ Wldtn W White eogeline it4�Mwn��irt�.rraw.P y/_1� IL) ��.�,Wf. o S tulip i� n ow�4 oe iw+OM io io n.arw an 4' Tel Icw Edge Ltre� CJ- <1 V' LM a' Solid White 0g+ns1121ng Line Lana .tarn greater than or equal to It' 0 0 o ExALPLM 4• White Edge Li. 4' Wa Large Lire "A 40 Ym tea K Whits o0gel)re An 0 roof a --low (n advance of O brl Yw0aCe5 ro NOrESt , fear on o MPH roo0wdy. The Itwgth of the crass notp,tL shoulul d ben " I. No•pasa;rg zone anbrtaoe opprooCl 15 optional but If used, It anon be c w;n;w MO feet land- L 3 x TO 560 ft. A , foot 7' o0vy, o bridge r4dUGe to All Malans shall 0Y rield lWK4A,` d 10 determine the location of moeSSOry striding. Stop/YielO bona and aerttOrl;mt; ytgl I be .placed den the meaJm wrath ;L preOtOr Yhar, 70 ft. Tho snalon 2. Fur croKnatching lemon IL1 see Table t. 3. tre ridth of tns Offset IW) fire the rew Ired aro"hot )Ing widen 1s the full antler widln in a 40 MP he 2 feet m t l SFN Oa M)'. The tafptn Of iM Ct'OSa� hatching W, ✓;anti Is defined 0s the area batwNA two roadway, or a divided m;5rwwy Measured from "'a of advance or "it bridge. L 4<4077 / 60 106.67 ft, raatW4O 1J I Ia it. 4003 trovelea way t0 adpo 0f traveled giy. The ma0im excluGea Tarn ides, The meatan ulati, might be 4. The CrosshotchIno should be required if the shaulaer wic"i In oovance of the Ilridge Is 4 foot d iffOrmt botwem ;m+ar&aar Janc, iMsranap0s and of oopos;Ta acpraacws of tre — IntOrs ion, of wiaer and any fed{aYlon ;rt sn iw w;Oth across the bring. a 5. the nmraw mdion width xIli be the contrblling .Join to aerermine if morkIr*' dre required• S. For guard fm 06foits, refer elsswi,ere in the pions. STAWD PLAM Texas L�toa imed cgl TronsporWIon YIELD LINES rrofflo Q-41AWu owslan GENERAL IgiES: Eogel ire striping snail bo as ~ in the pima or os oirecred by tie Engineer• Rules find 3 to 12, TYPICAL STANDARD TTe cage IIme, 2houId typ;adIIy be pIomd o minima of 6 frw e0pc of 24. pavar". This distance may vay due to pOveslant roveltrg or otrw ca,ditiafM Eapelroes are rot rWw{red in Curb OM g0tsr ssdfiOrK of raoO4oYa. SPREFERENCE TABLE PAVEMENT MARKINGS ♦rovelea voy includes only thof part;on of tM rca cy used for vehicular MATERIAL SPECIFICATIONS PAVEMENT WARXERS (REFLECT.) WS-4200 The Yerdi yid not The porktnp Imes, s{dJ,"Jk3, be'A, and steuldars. rm trdYeled EPDXY IWS-610o PM (1) 3 MOD. wya small be )ma w free the Im at, of eddaline to Inside of eaptlline of a D1TW1N0U5 AONESIYE FOR PAVEVENr MLRRER5 BUS •6130 FOR POSTED SPEED E�MJ- TO OR CREATE0. THAN 4S.SFN — 0 tw Idne rowKly. ! to 12' 'i N- H 12' Ix00r NavplbK 101e ►•BAS w•7® w.TTM a�r„y I ­ All pOveN4Y,t ma-kinp materials ,tell Poet the rewired Dwo ttetttal Matericl Ia Q Q � � � � � Q � •gym' v� Spsc;f i mt oa spec; r; ea by the Di dna. cot 1Or 1D• V S„m s• o FOR POSTEO SPEED EOaAL TO OR LESS THAN 40 MPH s-00 3-w u b 5> o�e 5`— �~o - c YHo a N g�h go« o~ Ye� �o- oib gEg nb� okg 0 8� w� 0 � S $ a9. fgb REFLECTIVE RAISED PAVEMENT MARKERS FOR VEHICLE POSITIONING GUIDANCE /i SEE DETAIL -A' SEE DETAIL 'B' Type [I A -A Ir— 40- -- - �— 40_ —te r— 40' —te r— AO' AO' �I CENTERLINE FOR ALL TWO LANE ROADWAYS Type 1-C p o p 0n o 0 0 0 0 0 Type It -A -A SEE DETAIL 'C- p so, a o p o 0 o p o p o CENTERLINE & LANE LINES Raised pop t Darker Type I-C. clear face to. d nanddl traffic, stroll FOR FOUR LANE TWO—WAY HIGHWAYS be placed an e0-foot centers. Type I[-A.A I--2• Type i[-A-A �{ I 1 -14-T Type It -A -A ['-2• DETAIL "A" DETAIL "B" DETAIL "C" CENTER OR EDGELINE Cerrwliir \ Symaetr l wl mmm anted In Continuous t—ray left turn lane / Type II -A -A Y h— 40' --I�— w' w' — I fo p o p o p o 0 o a Type t-C CENTERLINE AND LANE LINES FOR TWO—WAY LEFT TURN LANE L Type 1-C ar 11-C-R a o p o a o 0 o p o L % Type 11 ar 11-C•R ccc� o o a o p r� o p c LANE LINES FOR ONE—WAY ROADWAY (NON —FREEWAY FACILITIES) Robed pWpeent workers Type It-C-R shall nave clear face +brand nore,nl traffic and red face +grand won0-ray traffic. Q[� a'y 30' BROKEN LANE LINE REFLECTORIZED PROFILE T'\/ PATTERN DETAIL USING REFLECTIVE PROFILE PAVEMENT MARKINGS 12% 1' 1e-• i' �❑ � El" • � � in neiplt A �.SL dR 6 5h'•'/i A puck halo filek for the s opplese of base line oni0 profile marking is dpprpXleptely 2 to 3' 2 to 3' eauoI to a stack of 5 quarters to a aimkioAsp �E—>I 2 to 3' helont of 7 quarters, For base Iine tnicalass 2 to 3' refer to Spaclol Spec tf ioatlan 'Ref leotarized {' EDGE LINE OR CENTERLINE OPTIONAL 6' EDGE LINE OR CENTERLINE ProT(le Pavmmt Markings.' {' LANE LINE OPTIONAL 6' LANE LINE GENERAL NOTES. All raised o0vement eorikere ploced In broken Imes shall be Placed in line ri th and mlOooy between the stripe& on conarete pdv +$ the roisad oavemwlt porkers ihwld be Dlaced to one side of the longitudinal joints. All p—ment corking-terlais poll west the repaired DePW-h MaI Yotw'ial SpeclfioOtiune as specified by ttw plans. SPECIFICATION REFERENCE TABLE MATERIAL SPECIFICATIONS EPDXY OMS-6100 PAVEMENT MARKERS (REFLECT.) BITLYINOI)S ADHESIVE FOR PAVEMENT MARKERS DWS-6130 RAISED PAVEMENT MARKERS (REFLECTORIZED) Type I Top Vier s � A RIflectoriZea 350 mmr I Surface 25a In �# i.' can � AQwl ve � Y SECTION A Type II Top Vier Mfleatorlee0 Surface � {• L I/i' Roaaray \­ AdwsI vo Surface SECTION B STANDARD PLANS jppl"TaWs OeparMTentor Transportatlm rrefk Operations awsfon POSITION GUIDANCE USING RAISED MARKERS REFLECTORIZED PROFILE MARKINGS PM(2)-08 MO 5-00 , 7 7' ^_ r —�' --�' ^� —� �777 ' Raiseparemwlr marker I type -c very w• a to 16 ° t — Behr to plats for tentho TyOio°I Rafead oovwwt marker of eroAtlmtchea OeetlM j/I(��—��(L� Type (1-4M every�(4L,00'' L SEE BETE IL E 1` 150 feet m wT _ I500 leer mmlil� exni �• yelior bralwn f —/ o o a a o o .� r* _ SEE DETAIL B Typical TNLTL Transition \ Typical TIILTL Transition \ at Crie-Iloy Cross Street e- mite. broken _I-I_r at Two-way Cross Street A- "I I- wild MINOi (NON -SIGNALIZED) Double Turn Arrows optional MEt�v TyN 11-k-k Yorkers �r V= boae0 On length of tlYn bay ONE-WAY STREET TWO-WAY STREET to M poaitlaYd behind it iE al' Typically eauol to I�i the length of efOrape Iona tlw ;,-+;_eof i for tM direst Ian a! travel A Nnn Type 11-4-4 hl low Sal to spaced ar 10 tat ❑ ❑ :❑ ❑'7 ❑ ❑ ❑ a Yelyaw sa"° �f' 1 11-1*i. Tyne Norke to n. FMd hah ,l NtW the doertmfah Ina for tM ❑ direction of travel r• n,ih V (trp.> Tyne I-C or II-C-A wooee w 10 feet DETAIL B DETAIL A Type II -A -A Yorkers to be Doaltioned Dehind the _ihatahing for the direction of ttorel 10 fact ❑ � 1 inatl e' RnIM (typ,l e Inan Yet lw Sol to SEE DETAIL C TYPICAL TWO—LANE HIGHWAY INTERSECTION WITH LEFT TURN BAYS DETAIL E ❑ type It -A -A Marker. DETAIL C to be poAltlorod behind ,,, ... the ar.&YwsfchtN for the Roiwd ooreeent earkr Type I-C wim Wtrlded oirection of travel hiomyt, ftush.nOlona and two way left tarn 1" . RcleeI poveeenf corker airia.d -C-th Type 1[ W wi — niowoye and mleed h ;ons. — Full Lora Wiwn Typiodl 12 feet Min. I C-111> — T� TYPICAL TRANSITION FOR TWLTL AND DIVIDED HIGHWAY I O O 2e- unite C= o [_ 0 0 C= O — 0 SEE DETAIL D r4L WAA R TM -NAY STREET DETAIL D Final ploueull or stop Bo- and Cfoeholk shall be qwr w by ,no Eygl— in fro vela GENERAL NOTES Refer elaewfnre in plane for o0ditional RPM oo pterwrt dnd defai Is. oeta(I4 for words and arrows Oa alxw on oitMf eWeeh. All povemMr norkinq octeriolA Anal) neat the reaul red MOMrial Specification as sped f ie° by the plane. For 0 left turn bay, m orroa shall be used if the leWth of the boy to eauol to or greafer "M1n 1e0. feet, The bolt= of the flret orrow Anal De plooe0 at the OegIning of the twn boy Idle I ire ae afwn mow. oft proaSr0lk patterns w stwen in the *Tewoa MOfM01 on Llnifora Troffio Control Devicea• may De used. SPECIFICATION REFEI$NCE TABLE MATERIAL SPECIFICATIONS PAVEMENT MAAI(ERS (REFLECT.) MS-e200 EPDXY DMS-6100 BITUMINOUS ADHESIVE FOR PAVE. WS. OAS-6130 1 PAGE INTENTIONALLY LEFT BLANK 1