Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2015-R0386 - Contract - Lone Star Dirt & Paving - Roadway And Drainage Improvements - 11_19_2015 (3)
Resolution No. 2015-R0386 Item No. 6.11 November 19, 2015 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. 12551 for Roadway and Drainage Improvements for East Erskine Street, by and between the City of Lubbock and Lone Star Dirt & Paving, Ltd., of Lubbock. Texas, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on November 19. 2015 • GCRf4 RCffiERTSON, MAYOR ATTEST: Reber Garza. City Secretary APPROVED AS TO CONTENT: 4L �-Lv� . Wood Franklin, P.E., Director of Public Works APPROVED AS TO FORM: RES.Contract-Lane Star Dir & Paving, Ltd. 11.4.15 BOND CHECK BEST RATING: LICENSED IN TEXAS DATE: BY: CONTRACT AWARD DATE: November 19, 2015 CITY OF LUBBOCK SPECIFICATIONS FOR Roadway and Drainage Improvements for East Erskine Street ITB 16-12551-TF CONTRACT 12551 PROJECT NUMBER: 92265.9240.30000 Plans & Specifications may be obtained from THE REPRODUCTION COMPANY www.thereproductioncompany.com Phone: (806) 763-7770 CONTRACT PREPARED BY: PURCHASING AND CONTRACT MANAGEMENT OFFICE PAGE INTENTIONALLY LEFT BLANK VIEW fil F city of �Mv u o TEXAS ADDENDUM 1 Revised Bid Form/Clarifications ITB 16-12551-TF Roadway and Drainage Improvements for East Erskine Street DATE ISSUED: October 16, 2015 CLOSE DATE: October 20, 2015 at 2:00 p.m. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Revised Bid Form The following items on the Bid Form have been revised and must be submitted with the response. The revised Bid Form is attached to this addendum. Please acknowledge reception of this addendum on the signature page of the Revised Bid Form. The following items have been revised in regards to the time for completion: ` 1. The time for completion has been modified to 90 Working Days a. Previous Version: 90 Calendar Days Modified Version: 90 Working Days 2. The following quantities on the bid form have been modified: a. Bid Item #17 previously had a quantity of 11, this has been modified to 6. b. Bid Item #18 previously had a quantity of 38, this has been modified to 15. Clarifications 1. Question: Is the Contractor or the City responsible for removal of items currently alongside the road? C A visual inspection shows multiple items/litter along the road. Answer: The Contractor will be responsible for the removal of roadside debris prior to, and throughout construction. This will be considered subsidiary to Mobilization. 3. Question: Is item 2 for the 2.5' of asphalt that is to be removed when we sawcut the existing paving at the centerline? Answer: Yes, the 2.5' of asphalt removed to the centerline is part of the quantity for Item 2, the remainder of Item 2 is the south half of existing pavement taper near MLK, starting at 0+76.80 as indicated on Sheet P-1. 4. Question: On sheet P-1 there is an area that is marked with a cross hatch and labeled "Flowfill temporary pavement for mill & inlay". Could you clarify what is to happen in this area please? f Answer: This work refers to bid item #3 and the scope of which is discussed in detail in the l specifications section 010201.4 Remove and Relay. All requests for additional information or clarification must be submitted in writing and directed to: Teofilo Flores, Senior Buyer City of Lubbock Purchasing and Contracts Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to TKFloresLa mylubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com THANK YOU, %lea 57eoqe4 CITY OF LUBBOCK Teofilo Flores Senior Buyer City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. REVISED BID SUBMITTAL FORM UNIT PRICE BID CONTRACT DATE: PROJECT NUMBER: ITB 16-12551-TF, Roadway and Drainage Improvements for East Erskine Street Bid of (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 Roadway and Drainage Improvements for East Erskine Street, 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. i- 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 NO. DESCRIPTION ESTIMATED QUANTITY UNIT OF MEASURE UNIT PRICE EXTENDED AMOUNT 1 Mobilization 1 LS 2 Pavement Removal 433 SY 3 Remove and Relay 167 SY 4 Asphalt Pavement 24223 SY 5 Curb and Gutter 7560 LF 6 Sawtooth Curb and Gutter 2051 LF 7 Concrete Sidewalk 2074 SY 8 Curbed Sidewalk 173 SY 9 ADA Ramp 6 EA 10 Rail (Handrail)(TY F) 600 LF 11 Concrete Box Culvert - 3 - 4'X3' 207 LF Bidder's Initials REVISED ITEM NO. DESCRIPTION ESTIMATED QUANTITY UNIT OF MEASURE UNIT PRICE EXTENDED AMOUNT 12 Wingwall - Wingwall PW-I HW 4.5' 6 EA �Y 13 Excavation (Channel) 750 CY 14 Concrete Riprap 5" 1733 SY 15 Stone Riprap Protection 8 CY 16 Turf Reinforcement Mat - North American Green P550 or approved equivalent. 266 SY 17 Manhole adjustment 6 EA I_ 18 Water valves adjustment 15 EA 19 Two -sack cement flowable fill 50 CY 20 Chain Link Fence (Remove) 60 LF 21 Chain Link Fence (Install)(4') 136 LF 22 Chain Link Fence (Install)(8') 60 LF 23 4" Solid Yellow Line thermoplastic striping 600 LF 24 4" Broken Yellow Line thermoplastic striping 1320 LF 25 8" Solid White Line thermoplastic striping 200 LF 26 24" Solid White Line thermoplastic striping 115 LF 27 Left and Right Turn Arrows 4 EA 28 Raised Pavement Markers Ty I-C I 1 EA 29 Raised Pavement Markers Ty II -A -A 156 EA 30 Provide and maintain a SWPPP 1 LS f I .. TOTAL BASE BID (ITEMS 1- 30) $ Bidder's Initials �E REVISED 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 90 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 $180 for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of 70 calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within 10 business days after notice of award of the contract to him Bidder's Initials REVISED Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid Bond in the sum of Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within 10 business days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(g), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. (Seal if Bidder is a Corporation) ATTEST: Secretary Bidder acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date Date: Authorized Signature (Printed or Typed Name) Company rrrmm City, State Telephone: - Fax: - County Zip Code FEDERAL TAX ID or SOCIAL SECURITY No. Email: MIWBE Firm: Woman Black American Native American Hispanic American I I Asian Pacific American Other (Specify) FOR CITY USE ONLY Bid Form Item Number(s) Awarded to Above Named Firm/Individual: Date of Award by City Council (for bids over $50, 000): Date P.O./Contract Issued: RETURN COMPLETED & SIGNED BID FORM ALONG WITH CITY OF LUBBOCK SPECIFICATIONS. LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER, THE CLOSING DATE AND TIME, AND YOUR COMPANY NAME AND ADDRESS. Contractor Checklist 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 outside 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's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 8. Complete and submit the CONFLICT OF INTEREST QUESTIONNAIRE. 9. Complete and submit the LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 10. ✓ Complete and submit the FINAL LIST OF SUB -CONTRACTORS. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING _ DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID ' SUBMITTAL. L f (Type or Print Company Name) I 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. CONTRACTOR'S STATEMENT OF QUALIFICATIONS 3-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 3-4. SAFETY RECORD QUESTIONNAIRE 3-5. SUSPENSION AND DEBARMENT CERTIFICATION 3-6. CONFLICT OF INTEREST QUESTIONNAIRE 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 0) PAGE INTENTIONALLY LEFT BLANK NOTICE TO BIDDERS ITB 16-12551-TF Sealed bids addressed to Marta Alvarez, Director of Purchasing and Contract Management, City Rof 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 2:00 p.m. on October 204 2015, 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: Roadway and Drainage Improvements for East Erskine Street 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 2:00 p.m. on October 20, 2015, and the City of Lubbock City Council will consider the bids on November 5, 2015, 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 the construction phase of this project is $1,200,000. 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 13, 2015 at 10:00 a.m., at 1625 1311 Street Room 204, Lubbock, Texas. Copies of plans and specifications may be obtained at bidder's expense from the City of Lubbock Purchasing and Contract Management office. Plans and specifications can be viewed online and downloaded from htt ://www.bids c.com at no cost. In the event of a large file size pyn e g please be patient when downloading or viewing. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. Bidders may view the plans and specifications without charge at The Reproduction Company, ; ^' 2102 Avenue Q, Lubbock, Texas 79405 or at www.thereproductioncompany.com. ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770. Deposit Checks shall be made PAYABLE TO THE CITY OF _ LUBBOCK, and will be refunded if documents are returned in good condition within Sixty (60) Days after the opening of bids. Additional sets of plans and specifications may be obtained at the bidder's expense. 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 ACvarez DIRECTOR OF PURCHASING AND CONTRACT MANAGEMENT 4 GENERAL INSTRUCTIONS TO BIDDERS 1 BID DELIVERY TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish ROADWAY AND DRAINAGE IMPROVEMENTS FOR EAST ERSKINE STREET per the attached specifications and contract documents. Sealed bids will be received no later than 2:00 p.m., on October 20, 2015 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 16- 12551-TF, ROADWAY AND DRAINAGE IMPROVEMENTS FOR EAST ERSKINE STREET" 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 and Contract Management 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. 1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS. 1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an addendum. 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., on October 13, 2015, at 1625 13`h Street Room 204, 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 not attend the pre -bid meeting. 3 ADDENDA & MODIFICATIONS _- - 3.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over the Internet at www.bidsync.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT 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 request an interpretation thereof from the Purchasing and Contract Management Office. At the request of the bidder, or in the event the Purchasing and Contract Management Office deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract Management Office. Such addenda issued by the Purchasing and Contract Management Office will be available over the Internet at www.bidsync.com and will become part of the bid package having the same binding effect as provisions of the original ITB. NO VERBAL EXPLANATIONS OR 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 supplied by the City of Lubbock Purchasing and Contract Management Office in writing or in this ITB should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt of this ITB with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this bid should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all requirements before submitting a bid to ensure that their bid meets the intent of these specifications. 4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to comply, in every detail, with all provisions and requirements of the Invitation to Bid. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Purchasing and Contract Management Office and a clarification obtained before the bids are received, and if no such notice is received by the Purchasing and Contract Management 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. 5 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. k 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. 7 LICENSES, PERMITS, TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder --. is or may be required to pay. UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their bid submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered, 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 language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the bid closing date. A review of such notifications will be made. 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: Teofilo Flores, Sr. Buyer City of Lubbock Purchasing and Contract Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: tflores@mylubbock.us Bidsync: www.bidsyne.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within 90 Calendar 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 TWO years from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, (� S, S, P g q g) i r_ software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub -contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to 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. �.z 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. j 23 EXPLOSIVES 23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 23.3 In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 24 CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE I 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 10 I� 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 included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates providing for the payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not l , release the Contractor from compliance with any wage law that may be applicable. Construction work under the contract requiring an inspector shall not be performed on weekends or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on Sunday or holidays, the 1 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 r 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. 0•I:3 29 30 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. PREPARATION FOR BID 29.1 The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid price. 29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. 29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: 29.3.1 Bidder's name 29.3.2 Bid for "ITB 16-12551-TF, ROADWAY AND DRAINAGE IMPROVEMENTS FOR EAST ERSKINE STREET" 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. 29.4 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. (j) 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. 12 31 QUALIFICATIONS OF BIDDERS The bidder may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The bidder's bid may be deemed not to meet specifications or the bid may be rejected Q. if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. b_ (c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past three (3) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. k ` 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 1 through 30 plus the sum of any Alternate Bids or Options the City may select. 32.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response to specifications is primary in determining the best low bid. Failure to comply with the specifications may result in disqualification of the bid. 32.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to determine possible Anti -Trust violations. _. 32.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder would be required to underbid the nonresident bidder in the nonresident bidders' home state. 32.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the State of Texas and under the laws of the State of Texas. In connection with the performance of work, the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the same may be applicable. 13 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. 33 ANTI -LOBBYING PROVISION 33.1 DURING THE PERIOD BETWEEN THE BID CLOSE DATE AND THE CONTRACT AWARD, BIDDERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DIRECTLY DISCUSS OR PROMOTE THEIR BID WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS, UNLESS REQUESTED BY THE CITY. 33.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. 34 PREVAILING WAGE RATES 34.1 Bidders are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or improvement, paid for in whole or in part from public funds, without regard to whether the work is done under public supervision or direction. A worker is employed on a public work if the worker is employed by the contractor or any subcontractor in the execution of the contract for the project 34.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than the general prevailing rate of per diem wages for the work of a similar character in the locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. 34.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to and in accordance with the Texas Government Code, Section 2258.022. Bidders may access the U. S. Department of Labor web site at the following web address to obtain the rates to be used in Lubbock County: http://www.wdol.gov/dba.aspx 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. 14 I BID SUBMITTAL FORM PAGE INTENTIONALLY LEFT BLANK REVISED BID SUBMITTAL FORM UNIT PRICE BID CONTRACT DATE: /D r�Q PROJECT NUMBER: ITB 16-12551-TF, Roadway and Drainage Improvements for East Erskine Street Bid of /1Q L7r (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 Roadway and Drainage Improvements for East Erskine Street, 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 NO. DESCRIPTION ESTIMATED QUANTITY UNIT OF MEASURE UNIT PRICE EXTENDED AMOUNT I Mobilization 1 LS 05, 000_ 85. a oa°r 2 Pavement Removal 433 SY KRS 3 Remove and Relay 167 SY 100 3 S o 7 4 Asphalt Pavement 24223 SY 3 O 00 7-P? ` 134daa-- 5 Curb and Gutter 7560 LF Is 6 Sawtooth Curb and Gutter 2051 LF 7 Concrete Sidewalk 2074 SY L/Co /Da 4 4.3 8 Curbed Sidewalk 173 SY �g /p, 0 3,q 9 ADA Ramp 6 EA Ir / p 00 10 Rail (Handrail)(TY F) 600 LF //on Go a5 aoo 11 Concrete Box Culvert - 3 - 4'X3' 207 LF (! DTje'—' 'A 'V Bidder's Initials REVISED I .n REVISED i, 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 90 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 $180 for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of 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 Iess than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within 10 business days after notice of award of the contract to him 517 Bidder's Initials Enclosed with this bid is a Cashier's Check or Certi ed Check for Dollars (S ) or a Bid Bond in the sum of 5% Dollars (S ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within 10 business days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(g), a competitive scaled 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. (Sea] 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: Authorized Signature _ (Printed or Typed Name) Company 112,20 Address "67 City, ,,.7-� County State Zip Code Telephone: 74? S - t.,(Z// Fax: _4_ - 7!V-%- 42b 7 Y FEDERAL TAX ID or SOCIAL SECURITY No. Email: �,?� ���r �li-�s—a riJL" • Ole MIWBE Firm: Woman Black American Native American Hispanic American I I Asian Pacific American I Other (Specify) FOR CITY USE ONLY Bid Form Item Number(s) Awarded to Above Named FimVindividual: Date of Award by City Council (for hide over ,S50,000): Date P.O./Contract Issued: COMPLETED & SIGNED BID FORM ALONG WITH CITY OF LUBBOCK SPECIFICATIONS LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER, THE CLOSING DATE AND TIME, AND YOUR COMPANY NAME AND ADDRESS. THE MAIN STREET AMERICA GROUP NGM Mua'anoe Cvr •Old oomiMon Inaivanp Company Main 3traet Mnrka Asaurenoe Company • M6A kgtuance Company InromMron Systems Wd Servkas Corporatbn Bid 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 tflle 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 tide of owner) City of Lubbock 1625 131h 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 tutl name, address and description of project) L � East Erskine Street - Roadway & Drainage Improvements L) 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 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 to remain in full force and effect. Signed and sealed this 20th day of October, 2015 , (Witness) (Witness) Lone Star NGM (Title) Attorney -In -fact Printed in cooperation with the American Institute of Architects (AIA) by the 'NGM'Insurance Cornpany of 4601 Touchton Road East, Suite 3400, Jacksonville, FL 32256 904-739-0873. The language in this document conforms exactly to the language used in AIA Document A310, February, 1970 edition. L L 68-5302 (05/2006) IvGM INSURANCE COMPANY, POWER OF ATTORNEY Aawb.raTh.ia��Mawro.G1wo �C'f-n 2 4 R .� a 1 _. IMPORTANT NOTICE - To obtain information or make a complaint: F i r You may contact your surely unden%riter at 1-904-330-7482 You mat also mrite to plain Street America Group at: 4601 Touchton Road East .. Suite 330 Jacksonville, Fl 32245-6100 Attn: Bond Unden%ritins You may contact the Texas Department of Insurance to obtain information on companies. coverages, rights or complaints at: 1-300-252-3439 You ma\ wife the Texas Department of Insurance: P.O. Box 149104 :Austin. T\ 78714-9104 Fax: (512) 475-1771 E-mail: ('nn,ttmcrt'rotection ii tdi.state.tx.us PRLMIUNI OR CLAIM DISPUTES Should tou hak e a dispute concerning tour premium or about a claim you should contact the agent or the compant first. If the dispute is not resolved. you may contact the Texas Department of Insurance. This notice is for information onlN, and does not become a tart or condition of the attached document. AVISO IMPORTANTE Para obtener informacion o Para someter una quejw Puede comunicarse con su surety under%%riter at 1-904-380-7482 Usted tambien puede escribir a ;Main Street America Group at: 4601 Touchton Road East Suite 330 Jacksonville, Ff 32245-6100 Attn: Bond Underwriting Puede comunicarse con el Departamento de Seguros de Texas Para obtener informacion acerea de companies, coberturas, derechos o quejas ak 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: ConsumerProtect ton itdi.state.tx.us DISPUTAS SOBRE PR[31AS O RECLAIMS: Si tiene una disputa concemiente a su prima o a un reelamo, 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 1ogosito de informacion v no se convierte en parte o condicion del documento gdjunto. 68-TX-0138a-01 CONTRACTORS STATEMENT OF QUALIFICATIONS Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate evaluations. Evaluation information must be submitted at time of bid submittal. Failure to submit the following Bidder Evaluation information may result in the OWNER considering the bid non -responsive and result in rejection of the bid by the OWNER. Bidders are to provide any additional information requested by the OWNER. In evaluating a firm's qualifications, the following major factors will be considered: A. FINANCIAL CAPABILITY: For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the CONTRACTOR'S ability to secure bonding satisfactory to the OWNER. B. EXPERIENCE: Do the organization and key personnel have appropriate technical experience on similar projects? C. SAFETY: Does the organization stress and support safety as an important function of the work process? D. QUALITY OF WORK: (1) Does the organization have a commitment to quality in every facet of their work - the process as well as the product? (2) Does the organization have a written quality philosophy and/or principles that exemplifies their work? If so, submit as Attachment "A". (3) Has this organization ever received an award or been recognized for doing "quality" work on a project? If so, give details under Attachment "A". E. CONFORMANCE TO CONTRACT DOCUMENTS: (1) Does the organization have a commitment and philosophy to construct projects as designed and as defined in the Contract Documents? The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to require the submission of additional information. The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non -responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances and developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm. Material misstatements on the qualifications forms may be grounds for rejection of the fitm's bid on this project. Any such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Complete the following information for your organization: 20 1. t Contractor's General Information 1. L_ 1, L _. Organization Doing Business As -------- Lone Star Dirt & Paving 11820 University Avenue Business Address of Principle Office Lubbock Texas 79423 Telephone Numbers Main Number (8 0 6) 7 4 5- 6 011 Fax Number 806 745-4074 Web Site Address Form of Business (Check One) A Corporation X A Partnership An Individual Date of Incorporation State of Incorporation Chief Executive Officer's Name President's Name Secretary's Name Treasurer's Name partnership is general or I Limited Nance Business Address President Average Number of Current Full Time 95 Average Estimate of Revenue for I$10,000, 000 Employees the Current Year 2 Contractor's Organizational )Ei%Wlence List of companies, firms or of Name of companies. firms or that own any vart of the Percent Years experience in projects similar to the proposed project: As a General Contractor 2 6 Years As Joint Venture Partneyr, 26 Years Has this or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? o If es provide full details in a separate attachment. See attachment No. Has this or a predecessor organization been released from a bid or proposal in the past ten eats? O If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever been disqualification as a bidder or proposer by any local state. or federal ency within the Iast five ears? o If yes provide full details in a separate attachment. See attachment No. Is this organization or your proposed surety currently in any litigation or contemplating ,litigation? o If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever refused to construct or refused to provide materials defined in the contract documents? O If yes provide full details in a sieparate attachment. See attachment No. 9 Contractor's Proposed Key Personnel Organization Doing Business As Provide a brief description of the managerial structure of the organization and illustrate with an organizational chart. Include the title and names of key personnel. Include this chart at an attachment to this description. See attachment No. Wesley Sanders -- President James Martell --Asphalt forman Steve Turner -----Vice President brey Stockmsn --- General Superintendent Colin Coe --------Superintendent Jesse Palacous---- Concrete Forman Carlos Yannis-----Dirt Forman Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational chart. Include the title and names of proposed key personnel and alternates. Include this chart at an attachment to this description. See attachment No. Arbrey Stockman will be the project general manager on this project. Provide information on the key personnel proposed for this project that will provide the following key functions. Provide information for candidates for each of these positions on the pages for each of these key personnel. Also provide biographical information for each primary and alternate candidate as an attachment. The biographical information must include the following as a minimum: technical experience, managerial experience, education and formal training, work history which describes project experience, including the roles and responsibilities for each assignment, and primary language. Additional information highlighting experience which makes them the best candidate for the assilment should also be included. Role Primary Candidate Alternate Candidate Project Manager bre Stockman Project Superintendent 1xbrev Stockman Project Safety Officer Win Coe lh-rh-rs*U At-n.�k-mar Quality Control Manager rbrey Stoc If key personnel are to fulfill more than one of the rotes listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this project, indicate how time it to be divided between this project and their other assignments. 4 Proposed Project Managers 5 Proposed Project Superintendent Organization Doing Business As of Individual Lone Star Dirt & Paying - rbre Stockman Years of Experience as Project Superintendent 20 rs Years of Experience with this organization 1 Year Number of similar projects as Su 'ntendent 00 or more Number of similar projects is other positions koo or more Current Project Assignments Name of Assignment Percent of Time Used for this Pelsd Estimated Project Completion Date Cambridge Way eeAed for Panh, K2MM Park Rafercaee Contact information (listinx names indicates ro--al to contactin the names individuals as a reference Name Jennifer Davidson Name TitlelPosition Title! Position organization O ization V79-1000 Tel hone T bone E-mail E-mail Profect Project Candidateroleon PMIcqt Name of Individual General u erintendent Candidate role General onPro, ect Years of Expedience as Project Superintendent Years of Experience with this organization Number of similar projects as Superintendent Number of similar projects in other positions Current Project Assignments Name of Assignment V- Punt of Time Used for Estimated Project this Project Completion Date Foxrid e Ke Park lieeded for each Fountain Hills Name Name K lJackson Title! Position Re2resentiLive Titles Position eer —Owner zaawlion 2gaqMcm Iclephone Telephone E-mail E-mail Project Project Candidate role on Pro'ecE - t Candidate role on Pro`ect 6 ~'1 Proposed Project Safety Officer Organization Doing Business As one Star Dirt & Pavin Name of Individual CoZ 113 Coe Years of EiTerience as Project Safety Officer 5 ears Years of Experience with this organization Number of similar projects as Safety Officer 20 Number of similar projects in other positions ver 20 Current Project Assignments Name of Assignment Percent of Time Used for Estimated Project this Pro ect Com ledon Date Foxridge Snends dime needed I Candidate role on I Safety Name of Individual afety Years of Experience as Project Safety Officer Years of Experience with this organization Number of similar projects as Safety Officer Number of similar projects in other positions. Current Project Assignments Name of Assignment Percent of Time Used for Estimated Project Candidate role on Candidate mie Pro`ect on Pro 7 No Text Wesley D. Sanders 11820 University Avenue Lubbock, Texas 79423 PROFILE as Managed million dollar projects Involved in all phases concrete and asphalt work 0 Utilized creative thinking, and superior problem solving skills to overcome all challenges. 0 Highly motivated to improve efficiency and profitability of projects through communication and analysis of methods. 0 Strong leadership skills ensure all contributors remain focused on Critical Success Factors to achieve all objectives 0 Managed multiple simultaneous projects 0 Good computer skills EXPERIENCE: Over 30 years In the construction Industry: 20 years experience as a partner/owner. Presently a Partner In Lone Star Dirt & Paving Company, In addition to Seven Sanders a roll -off company, as well as sole owner of a over the road trucking company Sanders Transportation. CORE COMPETENCIES: 'Scheduling — Engineering — Material Management — Budgeting — Contract Negotiations — Hands on Supervisor - Staff Training/Motivating. RECENT PROJECTS: City of Idalou — road excavation, curb & gutter work, hot mix, and erosion control City of Lubbock — remove existing asphalt surface, and replace with concrete City of Lubbock — Seal coat streets throughout the city Lake Alan Henry G1 — asphalt paving repair, milling, asphalt paving replacement, caliche road replacement and concrete work. Lubbock ISD parking lots — demolish and rebuild three (3) parking lots Cooper Technology Building — new building, curb & gutter work, sidewalks, asphalt & concrete paving. Cooper ISD softball complex — demolish existing complex and rebuilt complex. STEPHEN D. TURNER 3202 WOODROW ROAD LUBBOCK, TEXAS 79423 (806) 548-372I PROFILE I have been in the construction business for over 30 years and have worked with local individual contractors as well as with the City, County and State. Successfully completing multi -million dollar projects on a on time fashion while building a positive rapport with architects, engineers, local officials, vendors and client while maintain cost. Versed in contract negotiations project estimating, document preparation, codes and regulations, material purchasing, site management. . Areas of Expertise lie In: Team Building & Leadership Permitting and Building Code Construction Planning and Scheduling Critical Path Project Management Budget Analysis EMPLOYEMENT HISTORY * Quality Control Management * Safety & Compliance Management * Organization & Time Management * Vendor & Materials Management * Estimating & Job Costing Lone Star Dirt & Paving eggs - Present Plan, organize, and manage the overall projects. Responsibilities include blueprint review and analysis of projects, preparation of construction documents, bidding, negotiations, material purchasing, scheduling, project budget, building code compliance, project development quality control. KEY PROJECTS AND SELECTED ACCOMPLISHMENTS • Tx Dot Highway reconstruction • New Airport construction and renovation of existing runways 'and taxiways at Reese Air Force Base and Dallas Naval Air Station • City of Muleshoe • Heavy Highway concrete paving in Greenville, Tx • Seal coat of numerous Texas major highways in Districts all over Texas 80-799-2663 ARBREY S. STOCKMAN IN CONSTRUCTION SINCIi:1978 WITH GRANHE SINCE 2W Arbrow4adcom Seasoned A%*& Superintendent who has vvod d is -depth in all aspeM of Highway Consbuction for almost 30 years. Pmgnwive experience starting m Bagger and a hmming to equipment operator. blade opust r. asphalt 8oreman ,and promoted to agAudt snpainbendent. Broad range of project expericuee with TXDOT, MADOT, fiederal pr cc% private sectors and dty pmjeds of all sizes. Demonstrated ability to CMUMViCatf, manage and motivate anployees to create a unified and versatile crow with completion of all tasks assigned. Seem employees have wodiwd ands my supervision for the past 15- 25 yrs. Ent / Wept Prnjeeb, Ltdhbodtl TX, Tam Dept, Of Traor*wbthm 2003 — 2010 The Best / Wart (Misrsha Sbarp) Freeway is a Bvelbaae,13 mile lfi&way projoct in Lobbock, Tx deshmW to a reduce congestion throughout the city and provide added capacity to moot li*w needs. The projed digenmed toacahes several ukgm portions of the city, hwinding Tom Tech University, Jones Stadium, the cautral business dot, eductation enters and several boepftab and nhedioal Scailides. Granite has performed wads as the general coatrador for all 4 phases of the project awarded by TxDOT so hr. Overall pry roepoosg)gitim included scheduling multiple «ew in various bWm hwbidws milling, asphalt paving of Type B, C.1VI. LB, S.M.A, O.G.F.C, all Prhne Oils, ems, lots of Seel Comte and seeding and sod wort for Red job asks. Phu 1 — The projects initial pham consisted of the wkkoip& from *w to six lames, of sppraa'-- i Jy 5.1 {-1 miles of West Loop 299 and Slide Rd. to 344h St. Also inolnded in the contract won $outage roads, lul caaatrudion of mainline Loop 289 bridges over US 62192 and building of the SM St overpass. Mmewd and f cffib tad paving 3200 two of Type B mix and posed all TAT specifications reaulting in booms profits. Oena nded a 97% boaan rating of 37 out of 38 lots with no removal. Pbsae 2 — This oahgoing portion of Iha psojed upgrades a 4.9 mite portion of US 82 into a limited access J fiveway, including the construction of fioutage roads mainlines. This prase f imes several major cross street overpasses, including 30 Nall 19tb St connector, Quaker Ave., 46 St and Avenue Q. Faotitated and supervised the saying of 3960 bus of Type B mix which broke a conpmy record of amount of mix Lid. Laid L 3000 bona of Type B ma an sovenl days in high traffic cross. Generated a 92% bonus rating of 38 out of 42 paving lots with no removal. Pbase 3A — Consisted of 3.18 miles of multi -Lae freeway, spptoadhes, fin otage roads and two mq* flyover [� bridges. Tito sadhboand flyover 5om Loop 289 to US 82 Highway spans 3900 ft and reaches -over 74 ft ltigh, waiting it the longest and aalled armature in the history of TkDOrs Lubbock DLhict. The second flyover, an eastbound connector broth US 82 Highway to Loop 289 eoitends 2,090 ft. and stands 41 ft. tall. Generated 100% beaus pay for all mixes paved with new specifications for OGFC and SMA with no removal. Pt�aie 3B — Constructed 1.5 mks *olch fiom Chicago to Salem Ave. end includes inter at 34tn St. and Slide Rd. with overpass conshuctian at the Slide intersection. Genamtod 98% bonus rating with 20 out of 21 paving lots and no removal. ['D 5916 86m St (806)773-7882 M Lubbock, Tx 79424 C0CSkZ@V4hMC01 Colin A. Coe Experience 2012-Current Lone Star Dirt and Paving, LTD. Lubbock, TX Project Superintendent • Schedule and coordinate construction activities for multiple projects • Oversee all construction layout, surveying, and CADD activities • Track project progress, quantities, and trends • Coordinate with owners representatives to ensure proper contract execution • Responsible for maintaining a safe work environment for all employees 2012 Nelcon, Inc. Kalispell, MT Project Manager e Manage $50 million oil services contract in ND 6 Act as primary contact for owner and owner's representatives • Coordinate activities with local government and procure necessary permits • Prepare progress and schedule reports for weekly construction meetings o Ensure all work Is performed safely and per specification • Coordinate and manage a $3 million equipment neet 2lx)4-2012 West Texas Paving Inc, Lubbock, TX Operations Manager - Project Marta r - Plant Manager 0 Directly support president in all aspects of company administration o Supervise, manage, estimate and engineer road/ utility construction projects Provide engineering assistance for crushing crew at base pit mine e Modified 180 TPH plant to Increase production, efficiency and capability E Created multiple compliance plans, permitting expansion into public market 2003-2004 Martin K. Eby Construction Inc. Austin, TX Field Ertg. Round Rock Water Treatment Ply Round Rode, TX • Performed quantity take -off and estimates for large construction projects • Analyzed bid day quotes for scope, value and contract spec compliance _ a Layout, survey, and quality control of walls, equipment, and roads for City of Round Rock Water Treatment Plant Education 1999-2003 Texas Tech University Lubbock, TX a B.S. in Engineering Technology with Specialization in Construction Mgmt. s Society of Engineering Technologists and Association of General Contractors. �_ . e One of four representatives on University Construction Mgmt. Team Contractor's Project Experience and Resource 9 Contractor's Subcontractors and Vendors Organization Doing Business As Provide slid of subcontractors that will provide more than I0 ercent of the work on contract amounts Name Work to be Provided Est- Percent HUB/MWBE of Contract Firm Provide information on the proposed key personnel, project experience and a demription of past relationship and work ex erience for each subcontractor listed above using the Project Information Forms. Provide a list of major ' ment pMosed for use on this Project. Attach Additional Wormation if nec Furnish Furnish HUB/M Vendor Name Equipment / Material Provided and WBE Only install Firm 10 Lone Star Dirt & Paving, Ltd Unit # Year Make Model Serial Number T Comments "2 2002 Chev Silverado 221911 extended cab 4x4 P11 1999 Ford F250 314 ton A31625 4 Wheel Or P19 1999 Ford E350 B06017 Passenger Van P22 2000 Chev Z1 229871 3 Door club cab P26 2007 Ford E-350 A46598 Passenger Van P27 2007 GMC Sierra 119086 4DR 2Wheel Drive P28 2006 Chev Silverado 257869 4DR P29 2007 Chev Silverado 109690 4DR Flat Bed P30 2006 Chev Silverado 153964 4DR 4 Wheel Drive P31 2007 Chev Silverado 117505 4DR 4 Wheel Drive P32 2007 Chev Silverado 103023 4DR 4Wheet Drive P33 2005 Chev 4500 509416 4500 Crew Cab Flat Bed P34 2007 Chev Silverado 132775 4DR 4 Wheel Drive P35 2006 Chev 4500 420184 4500 Crew Cab Flat Bed P36 2007 Chev Silverado 178325 4DR 4 Wheel Drive P37 2011 Ford E350 A59295 Passenger Van P38 2010 Chev 1500 257991 4DR 4 Wheel Drive P39 2010 Chev Silverado 248749 4DR 4 Whee Drive P40 2007 Ford F550 28113 Mechanics Truck P41 2013 GMC 1500 34311 4DR 4 Wheel Drive P42 2012 GMC 1500 157494 4DR 4 Wheel Drive P43 2013 Chevrolet 3500 HD 141603 4x4 Work Truck WS 2013 Ford F250 18280 4DR 4 Wheel Nve ST 2008 GMC Sierra HD 146343 4DR 4Wheel Drve PT1 2002 Terex TA30 A7991477 Articulated Dump Truck T1 1991 Ford F8000 A13102 Water Truck T7 1992 Ford F8000 A07950 Water Truck T27 1993 Ford F8000 A11847 Water Truck T28 1991 Ford F8000 A37304 Bobtail Dump (Asphalt Plant Trks T29 2002 Ford F450 A58078 1 Ton Flalbed T30 2001 Fhlnr FL70 F21460 Rosco Max 3 distributor x(36 2000 Pbt 377 486009 Tractor (Belly dump) T45 1999 Pbt 385 502626 Bobtail Dump Page 1 of 7 T50 1998 Ford F800 A29809 Mechanics Trk T51 1991 KW W900 561203 Tractor (white truck) T52 2005 Pbt 330 857589 Fuel 8 Lube Truck (Polo) 1`53 1995 Ford L900 A42667 Bobtail Dump (Asphalt Plant Trk) T54 2008 Pbt 388 Tri/A 740319 Winch Truck (Red haul truck) *Logs T55 2007 Pbt Water Truck 676323 Water Truck T56 2005 Pbt Water Truck 872143 Water Truck T57 2008 Pbt 388 752240 Tractor T59 2007 KW T-800 183633 Tractor 2007 KW T-800 183631 Tractor NT60 T61 2007 KW T-800 183632 Tractor T62 2007 KW T-800 207407 Tractor T63 2007 KW T-800 185739 Tractor T64 2008 KW T-800 21990 Bobtail T65 2008 KW T-800 213389 Bobtail I T66 2008 KW T-800 213387 Bobtail T67 2008 KW T-800 212981 Bobtail T68 2008 KW T-800 213386 Bobtail 69 2006 Ptrblt 335 657385 Water Truck T70 1993 Mack CH613 27600 Water Truck T71 2016 Freightliner 10850 8810 Distributor Truck TRi 1972 Vermeer Flatbed 1906 16` Folding equip trailers TR2 1988 Lee Form 595388 18' equip trailers �F TR3 1994 Gooseneck Flatbed 31241 28' tandam axle wlloading ramp TR5 1988 Katy Dump 5104 Hydraulic Dump Trailer TR6 1982 Fruehauf Tank 2806 Hot oil tanker TR7 1981 Howl Equip S8111280 16' Equip Trlr TR8 1966 Fruehauf Tank OMG353619 Hot Oil Tanker TR10 1998 CPS Bellydump 000577 20 Yard TR11 1997 CPS Bellydump 425 20 Yard TR19 2002 CPS Bellydump 770724 20 Yard TR20 2001 BIGTEX Utility E42782 18' TR21 2002 Shopbuilt Lube 124068 Lube Trailer 425 2003 CPS Bellydump 4171 Belly dump trailer `TR26 2003 CPS Bellydump 4232 Belly dump trailer TR27 2003 CPS Bellydump 004116 Belly dump trailer Page 2 of 7 TR30 2006 Clem End Dump 005313 End dump trailer TR31 2008 Tiger Utility 2253 18' utility TR32 2001 Loadking Haul Trailer 023906 Low Boy Haul Trailer i R33 1999 Lee Model T7 215286 14ft Utility Flatbed TR34 2009 Tiger Utility 227 Fiat Bed Utility TR35 2001 Etnyre Haul Trailer 111211 Low Boy Haul Trailer TR36 2009 Shopbuilt Flatbed Flat Bed Utility TR37 2005 Load Tilt Utility 005393 Flat Bed Tilt Utility TR38 2012 AFF Equipment 1A9BE1826CL790030 18' BP Equipment TR39 2012 AFF Equipment 1A9BE1824CL790031 18' BP Equipment TR40 2006 Ranco Dump 1 R9ESD5016L008143 Framless End Dump Trailer TR41 2012 Bels Equipment 16JF01622C1046491 Utility TR42 2012 Bels Equipment 16JF01629C1045486 Utility TR43 2001 SEI SEIPUP iS9PD332618638302 Pup End Dump TR44 2001 SEI SEIPUP 1S9PD332718638308 Pup End Dump TR45 1998 SEI SEIPUP 1S9PD3322WB638109 Pup End Dump TR46 2000 SEI SEIPUP 1S9PD3421YB638215 Pup End Dump TR47 2003 Warren T1A 1W9CA4B263T369001 Pup End Dump �L 1 1994 CAT 95OF 8TKO1482 4112 c/y Loader L6 1977 CAT 950 81JI0964 4 112 cly GP Bucket Loader L9 1989 CAT 980C 89P4756 Loader GP bucket wl cab L14 1983 CAT 980C 63X4723 Loader L16 1983 CAT 930 41KII978 Loader L17 2002 CAT 416D BFP03226 Backhoe L19 1989 CAT 988B 050W09849 Loader L20 CAT 966F 01SL03446 Loader L21 CAT 252E Skidsteer L22 2002 CAT 420D FDP12773 Backhoe L23 2007 CAT 928G DJD02717 Loader L24 CAT 950 G 3JW01649 Loader L25 2009 CA- 289C JMP00867 Compact Track Loader L26 2012 CAI 289C JMP2776 Compact Track Loader L27 2012 CAT 289C JMP2780 Compact Track Loader 28 2011 CAT 980G 2KR75009 Loader L29 2008 CAT 966H A6D1384 Loader L30 2006 CAI 416DIL B2D2395 Landscape Tractor Page 3 of 7 L31 2007 CAT 420EIT KMW1549 Backhoe L32 ' 34 2006 1995 CAT CAT 938G 938F RTB2312 Loader Loader C3 Dynapac CP271 23620353 Pnuematic Roller C5 1978 Ingram 10-12 ton 726BO95 3 Wheel Steel C8 Wacker Packer 583601396 Yellow Wacker Packer C9 Wacker Packer 6WO4847 Green Wacker Packer CIO Dynapac CC421 58010324 Double Drum Vibratory Roger C11 1977 Ingram 539375 641995OD63 3 Wheel Steel C13 1968 Ingram 1125 3A80281FC 25 Ton Pneumatic C17 2000 Dynapac CS141 21720145 3 Wheel Steel Wheel (9010005) C18 2000 Dynapac CP271 699B453 Pnuematic Roller C22 1999 Dynapac CC522 62910590 Tandem "Drum Roller C20 1993 Wacker Packer LF70 VIB C23 2000 Dynapac CA250PD 65320338 Vibratory Padfoot C24 2000 Dynapac CA251 PD 58311823 Vibratory Padfoot C25 1999 Dynapac CA152PD 64320602 Vibratory Padfoot C26 1991 Dynapac CS12 175363 3 Wheel Steel a27 1995 Dynapac CP30 7018797 30 Ton Pneumatic C28 1978 INGRAM 10-12ton 882750E9Q 3 Wheel steel C31 Dynapac CP301 25 Ton Pneumatic C32 1998 Dynapac CS141 903R140055 3 Wheel Steel C33 2008 Dynapac CC142 60214052 Double Drum Asphalt C34 1998 Dynapac CC522 62910617 Double Drum Compactor C35 1992 Caterpillar 815E 17Z00487 Soil Compactor C36 2001 CMI 335C HE-1506 Compactor C37 1999 Rex 3-35C HE1498 Compactor C38 2006 Dynapac CC522 51720556 VHF Roller C39 2002 Caterpillar PS3608 9LS00221 Pneumatic C40 1992 Hamm WH90 33906 3 Wheel Steel C41 2001 Caterpillar PS360B 9LS00229 7 Wheel Roller C42 2009 Bomag BW24RH 101538011151 Pneumatic Roller CE1 1995 Gomaco GT3600 902900-053 Curb & gutter machine rr L( E5 Gomaco Commander 111 900100562 4 Track Concrete Paver CE6 Gomaco 9500 MC18682-55 Placer w/Trimmer Head Page 4 of 7 D1 Jner-Denver GD45C 45001 Blasthole Drill D2 1999 John Deere 850C T0850CX814295 Dozer D3 2006 E-Z Drill 21013-2SRA U3349 Slab Drill 7! z El 1991 John Deere 79OD-LC 2ZKO0649 (8465) Excavator E3 2002 Cat 350L 3ML0O286 Hyd Excavator E4 2009 Cat 307D CAT0307DPDSG001 87 Track Excavator LD4 2002 Leeboy 1_500 309276 500 Gal Tack Wagon LD6 2000 Champion 1110-W 30277 Pro-Pav LD8 2009 Lee -Boy 8515T 8515T-54865 Asphalt Paver LD9 2002 Cedar -Rapids MS2 45280 Pick-up Machine LD10 2004 Ingersoll-Rand PF3120 178754 Crawler Asphalt Paver LD1 1 2015 Lee -Boy 250T 1309357 500 Gal Tack Wagon LD1 2 2011 CAT AP-1000D EAD00433 Asphalt Paver M4 1996 CAT 140H 2ZK006X9 equipped w/rear ripper M6 1999 CAT 140H 2ZC04412 equipped w1rear ripper M7 CAT 140 H 2ZK05654 equipped w/rear ripper M8 2008 CAT 140H 2ZKO7110 equipped w1rear ripper 19 200B CAT 140M B9D00423 equipped w/rear ripper M10 2004 CAT 140H HVCCA00746 equipped w1rear ripper S6 1999 CAT 623E 6YF0O166 Scraper S7 CAT 623E 6CB00600 Scraper S8 1996 CAT 623F 6BK00215 Scraper CS1 2002 Geffs BM 624 DHO 103 Chip Spreader TT2 1986 John Deere 8640 PWSG017008067 Tractor 4X4 TT3 1986 John Deere 8550 007014 Tractor 4X4 TT4 1994 John Deere 8870 RW8870H002124 Tractor 4X4 WN 2003 Interope 12000 Gals 12KT-0002 12000 Tank Tower VVT2 2006 MSE 12000 Gals 2006-31 12000 Tank Tower WT3 2004 Superior 12000 Gals 00-12-73 12000 Tank Tower MS2 1999 Broce sweeper B8467 MS4 Morgan Bldg 10161CTBCUSA Office building 'IS5 2000 JD OFF -SET 8' Mixing Disc MS6 Star fuel tanker CTT1028 1000 gal trailer mounted fuel supply MS8 2001 BROCE RJ 350 401011 Bromm Page 5 of 7 MS10 Shop made 3000 gal fuel storage /electric pump MS11 Shop made 2000 gal fuel storage w/electric pump °"S12 Shop made 1000 gal fuel storage e/electric pump ` iS13 Miller Big 20 trailer mounted welding machine I' MS15 Steel Forms N/A misc concrete paving forms MS16 Storage building 2Y enclosed storage van t. MS17 Storage building 18 enclosed storage van MS1$ Shopmade Trailer Ramped Single Axle 5X8 MS19 John Deere Plow Flat Bottom Breaking Plow ,_, MS20 John Deere Shreader Bat Wing MS23 Leroi Compressor KG56-1303 Trailer MTD Air Compressor MS24 Hotsy S7055 C792330700 Pressure Washer MS25 MKC MK Concrete saw Honda engine MS26 Corecut Saw Honda engine MS30 Hotsy 5516 203243 Pressure Washer MS31 1992 Cal Forklift 7SCO0883 6000Ib MS37 2003 Bobcat BIT 24" MS39 2003 Bobcat BIT 12" 041 1992 Onan Generator V2203-136528 Trailer Mtd Power Unite MS42 1986 Lincoln SA200 A802862 Welder MS43 2004 Rome G1-7.24 20GT-1021 Mixing disc ploy MS46 20D4 S Pump 2" Centrifugal Selfpriming MS47 Poulan Chainsaw (two) MS48 1990 Lincoln SA200 A-802862 Welder MS50 1990 AMCO WOG-2-3230-BG 1053 PLOW MS51 2006 Allmand 0534AB06 AWB15-5573 Arrowboard MS52 2006 Allmand 0549ABOG AWB15-5574 Arrowboard MS53 2006 Red Lion RLGF8 2906 CODE 616808 2' Pump Type A MS54 20N Red Lion RLGF8 3705 CODE 616808 2' Pump Type A MS55 Target PRO6511ID30 228590001 Concrete Saw MS56 2006 Allmand 0536AB05 Arrowboard MS57 1996 Arrow Master 1350 6410 Self Propelled Hammer MS58 2009 Norton SBC547 8083028 Brick Saw f~'aS59 MI-T-M 75000 MHO 40033591 Generator (. -MS60 2005 Wirtgen W2100 410145 Pavement Profiler MS61 2004 inge�saa Rand P185WJD 346433UE0221 Portable Air Compressor Page 6 of 7 MS62 2003 Ingersall Rand P185WJD 356249UDPB34 Portable Air Compressor MS63 2005 Bomag MPH364R-2 90IB23001607 Soil Stabilizer "�S64 2010 MI-T-M 60000MHO 40025106 Generator I,v1S65 1999 Allmand 402AB05 Portable Solar Arrowboard MS66 2010 Terex OOLSE25lA EVD-10635 Arrowboard MS67 2010 Terex/Amida ODLSE25LA GRD-21678 Arrowboard MS68 2010 Terex/Amida ODLSE25LA GRD-21579 Arrowboard MS69 2010 Terex/Amida ODLSE25LA FKD-13884 Arrowboard MS70 2010 Terex ODLSE25LA FKD-13886 Arrowboard MS71 2011 GNSS852-882 Trimble Kit MS72 12'x48' Mobile Office trailer MS73 Trimble GPS System Mounted on M6 MS74 Trimble GCS900 3D Auto Option Key MS75 MS76 Remco MC WIZ MCW07-762 Plow MS77 2012 Maxe 5RBU61027CM022963 Pump MS78 Husqvarna FS400 Concrete Flat Saw MS79 Stihl TS420-14 179141323 Cutoff Saw 380 2008 Wirtgen W2100 09 21,0286 Cold Planer MS81 Husqvarna FS400 Concrete Flat Saw plant 1 1979 Jaw Crusher Gen Set Feeder (Pit 41) Crusher Plant Slant 2 1978 H & B Hatch Plant Control (Asphalt Plant) Hot Elev 10000ASP Tank Misc Pant 3 2013 Powerscreen Cheifton 1400 Trax PID00066JDGD16223 (Screen Plant) 5x16 ft deck portable Ilanl 4 1998 Yard Crusher - Delriot Eng OMTR001 Impact crusher Ilant 5 1999 Nordberg 1213CC 2052-2781 Impact crusher 'lant 6 1970 Commander II Plant Crusher Page 7 of 7 Current Projects and Project Completed wilhin the NA 10 Years P ettOwtur Clt of Lubbock Genaal ton or Project Cost As. gas t Key Project personnel Name Rcr== Contact Information (Hsdus nm►a indicates Name Owner City of Lubbock _ u Designer Construction cr Ste% Proiect6wlCity of I Gcnc:WDcscdpdouofPKLk0Resha Project Cost Key Project personnel Name Reference Confect laformation (IIWng Name Owner Cit J nnife ConstrucdonManager Stevf Project Owner i General Descri on of Project: ReI2a P Cast Key Project Personnel Name Rerermce Contact Informctian(Ksft Name Owner city Construction Manager I Steve Project Supatatewcul I Safety OM= Arbrey Stockman Colin Coe as a reference) PoSUon Owner tkne Star Dirt & Pavin4 (806)745-6011 10.00 1 Dole Pro jcuCompleted 1 2014 Pmjat Matnger Projm Supctinteadcat safely Oftlarr Steve Turner Arbrey Stockman Colin Cce oval to contact ag the names Individuals as a reracoce) Title! Podtion I Oteaulzadon IT Star Dirt & Pavin* (806)745-6011 ,800.00 Pm oct Palled Superintendent I Sarwy 0mccr agates indicates vat to watadiayt the amass individuals as a reference) 1 idd position Orannimtion Taeohone Star Dirt & Pavida (806)745-6011 ro Attachment 1 rro infarma o Pmk Owncr CitV of Lubbock Project Name 1 e Rd 4th to Loop Genera! Descri of eat emove ouae nun a on, -asemen ons runt new ane concre a pave roe way w e MepM5 Mating ng re Station in operation. B t MOW Schalalo Paformanco Amount % of Bid Amount Date Daya Bid 2,137,666.13 .00 Notice to Proceed 3/2010 Cbmw Qnkts conbaciSubstaothd2!! Date at Notice to Proceed 3/9/2009 Owner Eahaoccomw Contract Find CompIctin Date at Notice to Proceed Unforeseencondititnts .0026 eOrder AuthoriudSututaathdCbm Date Design Issues a Order Authorized Flan) Co on Die Total L2,143,266.60 Actual / EstimMed Submantiat Co Date 2 / 5 / 2010 Final Cost Actual / Figmated Elul Completion Dale Mot"cr IRMIed Sup SafbwOmccr Control Name WeaLe Sanders Steve Turner Steve Turner Wesley Sandera Penmotagc,ormatcDMtcdinthePrnect 25% 251k 104 351 P forttdsPro t 25% 10t 35t Did individual Start and C tete the ? Yes Yes Yea yes if act, who started or com icted the jet in their lace. Reason for change. Nome hw Position bunion T TM one E-moil Owner 1itv of Luhheek t806)775-3000 Attachment Current Projects and Project Completed withtn the last 10 Years PrajectownaE:11;y of L ;ck Name 14th from Indiana to Mem h s Conant bn of ProeciCost 1652 139.50 Dote PTWCM 4/30/3.3 Key Projer:t Personnel Pmjea Manager Ptojea superintendent sarery Omar Quality Control M a Iteve Noma rey toe man pxbrey Stockman I Coln Coe Turner Rarereaec Couw Infarmation (fisfiall names indicates lo'carat1±1 the names italtvid Nh as a tererenee Name ndd Padden Tdcollone E-mail Owner ity of Lubbock (806)775-3000 Designer Construction MAWW cclowoerl-j= of Lubbock -Halt Name halt Re air Various Locations GenaalDeseriptiaaafPro @ alY c'iS on Cl Streets Pmjco Cam $864, 000.00 Date Pto}cctComptded 18 30, 13 Key Project Per mcl Project Manages I Projed superintendent safety 011cer Quality Control Mam f Name frbrey Stockman 1hrbrey Stockman Colin Coe Pteve Turner Refrmee Contact laforntnwi (Ikdng names iadkntes val to caatwft the names itrdlvlduab as a reiipa=) ^ Nwoc Tittd Position OwAization NEIL= E-mail Owner of Lubbock (806)775-3000 -:!ity Designer Caastruedon M Psolect�.. o+n Lity =Lubbpck S General oeseription orPvoJw:ReRg i Cgngrete1 ov r cit. JjXpets Cast 5738, 002.00 DOCProjectCom Completed 2013 _ Key Project Perumnei Projed Manager Pmjat superintendent Safely Ofrreer Quality control Name brey Stockman brey Stockman Colin Coe tave Turner Refemaoe Contact In on (listifts names indicates api RDVW In coatacti tha names hxmvhfuk as a relereoce) Name Tilld Position Omraniration Tdepboac E-mail Owner ity of Lubbock i8 5 77 3000 Construction Mamma City of Lubbock, TX 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 mectinp all of the requirements defined in this bid. Contractor (Print) CONTRACTOR'S BUSINESS NAME: �t�n e t�.J (° ✓ �� (Print or Type) , CONTRACTOR'S FIRM ADDRESS: 1} �O U n t V 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. ITB 16-12551-TF Roadway and Drainage Improvements for East Erskine Street It, City of Lubbock, TX Safety Record Questionnaire w) The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding bids on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a bidder prior to awarding bids on City contracts. The definition and criteria for determining the safety record of a bidder for this consideration shall be: The City of Lubbock shall consider the safety record of the bidders in determining the responsibility thereof. The City may consider any 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. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted 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. In order to obtain proper information from bidders so that City of Lubbock may consider the safety records of potential contractors prior to awarding bids on City contracts, City of Lubbock requires that bidders answer the following three (3) questions and submit them with their bids: QUESTION ONE Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, receiv7d*ons 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: 4 Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. jt'4 j Bidder's Initials UESTION TWO Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspensiontrevocations 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. UESTION THREE Has the bidder, or the firm, corporation, partnership, or institution represented by bidder, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted from serious bodily injury or death? YES NO 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 1 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 misrepresentati s or omissions may cause my bid to be rejected. Si atu e Title F f- City of Lubbock, TX Suspension and Debarment Certification Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. 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. 0- COMPANY A VAI'l FEDERAL TAX ID or SOCIAL SECURITY ay 0 D /3O 9 / Signature of Company Official: Printed name of company official signing above: e 1'W— , �► r'- Date Signed: ID CONFLICT OF INTERESTQUESTIONNAIRE For vendor doing business with local governmental enfity This questionnaire reflects changes made to the law by H.B. A Both leg., Regular Session. AI�FIGEUSEONLY This questionnaire is ring filed in accordance with Chapter 176, Local Government Code, Date Received by a vendor who has a business relationship as defined by Section 176.001(1 •a) with a local governmentai entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be flied with the records administrator of the focal govemmental entity not later than the 71h business day after the date the vendor bewmes aware of facts that require the statement to be riled. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section Is a misdemeanor. 1-Name of vendor who has a business relationship with local gtavemmental entity. 2 Check this box it you are filing an update to a previously filed questionnaire. (The law requires that you life an updated completed questionnaire with the appropriate filing authority not later than the 7th business day alter the date on which you became aware that the originally flied questionnaire was Incomplete or Inaccurate.) 3 Dame of local government officer about whom the information In this section Is being disclosed. Name of Officer This section (item 3 Including subparts A. B, C. & D) must be completed for each officer wilh whom the vendor has an employment or other business relationship as defined by Section 176.001(1-a), Local Government Cade. Attach additional pages to this Form CIO as necessary. A. Is the locai government officer named in this section receiving or likely to receive taxable lr=me, other than investment income, from the vendor? Q Yes F--j No B. Is the vendor receiving or likely to receive taxable Income, other than investment Income, from or at the direction of the local government officer named In this section AND the taxable income Is not received from the local govemmental entily? a Yes a No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership Interest of one percent or more? Yes Ej No D. Describe each employment or business and family relationship with the local government offloer named in this section. 4 Signature of vendor doing business with the governmental entity Date Adopted SM2015 ITB 16-12551-TF Roadway and Drainage Improvements for East Erskine Street LIST OF SUB CONTRACTORS Company Name Location Services Provided 1• Alp n e- 2. 3. P 4. 5. 6. ., 7. 8. 9. 10. .., 11. 12. .. 13. 14. ` 15. 16. LollC- S >Ar- DPIA V tn� �fd Company 112ato Ginru -- Address taA city, County u -� :zq!fA:3 State Zip Code Telephone: a(, - 74T (an c t } Fax: $o 6 '7L-i:" 4a?y Minority Owned Yes No o ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ Q ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ O ❑ * THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL L IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO 1C, __ _ ITB 16-12551-TF Roadway and Drainage Improvements for East Erskine Street Company Name 1. ne 2. 3. 4. S. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. FINAL LIST OF SUB CONTRACTORS Minority Owned Location Services Provided Yes No ❑ 0 ❑ ❑ ❑ 0 ❑ 0 ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ .Con c —<4,4r LLl r-f 'f P,4Vl Company //8ao un�� Address 4 � b City, County 1 State Zip Code Telephone: 81? 4- 74f S L o r r Fax:_ - ? H !C 4 D 7 4f THIS FORM SHALL BE COMPLETED AND RETURNED WITHIN 7 DAYS OF BID CLOSING. IF NO SUB —CONTRACTORS WILL BE USED PLEASE INDICATE SO. 3 PAYMENT BOND PAGE INTENTIONALLY LEFT BLANK LIM BOND #5-301523 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(s) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, tha�ONE STAR DIRT & PAVING, LTD eraaafler called the 1'ruacipal(s), a9 Priacipal(s), and (h NGM INSURANCE COMPANY (hereinafter called the Surety(s), as Surety(s), are meld and fumly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of ne Njlkoy F r ugdr*4 EJP-kW-!Thm Thouand N' e Kmadred Eittht:v-Foair Dollars (1114R&M 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. kam WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the &2 day of vNo amlur, to rM 15-12551-TF Roadway and Drainage Imiwovemants for East Erskine Slit W IN L 11 7 IN C 0 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 WCINESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 19TH day of NOVEMBER , 2M, NGM INSURANCE COMPANY Surety *By-. (Till DAWN R. TAYLOR, ATTORNEY IN FACT LONE STAR DIRT & PAVING, LTD (Company Name) V _P_ (Title) No Text l The undersi surety company represents that it is duly qualified to do business in Texas, and hereby deli KIRK KILLOUGH gntes an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matter arising out of such suretyship. NGM INSURANCE COMPANY Surety — Dal'o ¢ By.(Tit cj l J DAWN R. TAYLOR, ATTORNEY IN FACT Approved as to form: City of Lub By: Pat * Note: d by�(�feof the Surety Company there must be on file a certified extract from the by-laws j showings person has authority to sign such obligation. If signed by an Attorney in (:act, we must have J copy of power of attorney for our files. 2 No Text 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 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 One Million Four Hundred Eighty -Three Thousand Nine Hundred Eighty -Four Dollars ($1,483,984) 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 19" day of November, 2015, to ITB 16-12551-TF Roadway and Drainage Improvements for East Erskine 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 52015. Surety *By: (Title) (Company Name) By: (Printed Name) (Signature) (Title) 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 ,dorm: 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. P] No Text PAGE INTENTIONALLY LEFT BLANK BOND #S-301523 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVER1 MNT CODE (CONTRACTS MORE THAN S100,8M LONE STAR DIRT & PAVING, LTD KNOW ALL MIEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and NGM INSURANCE COMPANY R (hereinafter called the Surety(s), as Sum4y(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of One Million Four Hundred Eighty -Three Thousand Nine hundred Efahty-Four_Dollaal (SIA83") 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 L9_6 day of November. = to M 16-IMI-'I'F Roadway and DraWgggIatnrovements for East Erskine Street 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, TIME CONDITION OF THIS OBLIGATION 1S 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(s) 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. W WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrtmtant this 19TH day of NOVEMBER �.. NGM INSURANCE COMPANY LONE STAR DIRT & PAVING, LTD Surety� / (Company Nance) By. �?'! By c (Ti (PZed)DAWN k. TAYLOR, ATTORNEY IN FACT (S lr (Title) r , I r No Text e The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designateKIRK KILLOUGHm agent resident in Lubbock County to whom any requisite notices maybe delivered and on whom service of process may be had in matters arising out of such suretyship. NGM INSURANCE COMPANY Surety *By - (Title) Approved as to Form DAWN R. TAYLOR, ATTORNEY IN FACT City oZy k By. tty Note. f s' PanOfffificeof the Surety Company, there must be on file a certified extract from the by -taws showing that this on has authority to sign such obligation. if signed by an Attorney in Fact, we must have copy of power of attorney for our rites. 2 POWER OF n mwnbu of the Mai, Saaei AmArIca Group =BY-11 1 = of Jacksbri e, State of, lone "Article N Section 2. The board of directors, the president, any vice president, secretary, or the treasurer Kull lt0e th"e�wKd � ar rxty�pt �t(�rney, faf��thcnze e�!to Brute b tow , recggazance wit , _ cfor writings obligatory in the nature of a bond, recognizance or conditional undertaking and to remove any such attorneys -in -fact at any, time, and revoke the power and authority given to them. " its true and lawful Attorneys -in -fact, to make, execute, seal and deliver for and on its behal�, and as its act and deed, bonds; ;0"Raft gsilxgaor innature, b a bold subjectt� tlogo I l�iti ode bend to exceed ive�lon cellars "00.00jo 0:0} Bruce R Fox �45ENSIIIVp� 1JacuGard €A454q contains 8 8ECUtO P86tograph, blUe backgrOUnd, heat -sensitive lnk. coin-reaetlVe watermark and mamtaxt nrintinn nn.hardar s'"n. Me i UP4� No Text R IMPORTANT NOTICE To obtain information or make a complaint: You ma} contact }our surety undensriter at 1-904-380-7482 You nim also ssrite to Main Street America Group at: 1601 Touchton Road East Suite 330 Jacksonville, FI 32245-6100 Attn: Bond Undensriting YOU ma% contact the Texas Department of insurance to obtain information on companies. coverages. rights or complaints at: 1-800-252-3439 You ma% ssrite the Texas Department of Insurance: P.O. Box 149104 Austin. 1 X 78714-9104 Fax: (512) 475-1771 E-mail: ConsumcrProtection a tdi.state.tx.u; PRI:M11"11 OR CLA01 DIS11UTES Should you ha%c a dispute concerning* sour premium or about a claim s ou should contact the agent or the c',)mpan% first. If the dispute is not resolved. you may contact the Texas Department of Insurance. This notice is for information onlv 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 itlain Street America Group at: 4601 Touchton Road East Suite 330 Jacksonville, FI 32245-6100 Attn: Bond Underwriting Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion 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: Con sum erProtectionatdi.state.tx.us D1SPUTAS SOBRE PRIJIAS O RECLANIOS: Si tiene una disputa concemiente 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 informacion v no se convierte en parte o condition del documento ad'uI nto• 68-TX-0138c-01 No Text STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that 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 One Million Four Hundred Eighty -Three Thousand Nine Hundred Eighty -Four Dollars ($1,483,984) 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 19`h day of November, 2015, to ITB 16-12551-TF Roadway and Drainage Improvements for East Erskine Street 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 , 2015. Surety (Company Name) * By: By: (Title) (Printed Name) (Signature) (Title) \\ 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 ervice of process may be had in matters arising out of such suretyship. Approved as to Form City of Lubbock By: City Attorney * Note: If signed by a that this person has au attorney for our files. 2 . l Surety *By, (TitlPl � e by-laws showing copy of power of 1 C C� l.� I� j 3 CERTIFICATE OF INSURANCE IV X," Q I OWL IN CON Ma wan a ale,.] WIN 1 114 ACORD® CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD/YYYY) 112/2/2015 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 endorsements . PRODUCER Arthur J. Gallagher Risk Management Services, Inc. 110 N. Marienfeld Suite 330 Debbieanda NAME: CT Debbie Aranda PHONE . 8 F"X 866-446-7371 E-MAIL 'debbie_aranda@ajg.com INSURERS AFFORDING COVERAGE NAIC # Midland TX 79701 INSURER A: Mountain States Mutual Casualty Com 14648 INSURED INSURERB:Zenith Insurance Company 13269 Lone Star Dirt & Paving, Ltd. 11820 University Avenue Lubbock, TX 794237412 INSURERC: INSURERD: INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 1822560767 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 ADDLSUBR INSD WVD POLICY NUMBER POLICY EFF MMIDD/YYYY POLICY EXP MM/DD/YYYY LIMITS A X COMMERCIAL GENERAL LIABILITY CPP025970102 5/30/2015 5/30/2016 EACH OCCURRENCE $__1,000,000 CLAIMS -MADE �X OCCUR _ DAEMMAGISES E TOEa RENTED PRoccurrence $300,000 X MED EXP (Any one person) $15,000 Al - MSIG 122 X Al - CG 3394 PERSONAL & ADV INJURY $1,000,000 GENT AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY JECOT- LOC PRODUCTS -COMPIOP AGG $2,000,000 $ OTHER: A AUTOMOBILE LIABILITY BAP025971202 5/30/2015 5/30/2016 Ea accident $1,000,000 BODILY INJURY (Per person) $ X ANY AUTO ALL OWNED SCHEDULED X HIRED AUTOS AUTOS NON -OWNED AUTOS IX BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ AI-UND615(09/10) $WOS-UND615(09/10 X AI MSIG120 A UMBRELLA LIAB X OCCUR UMB025976402 5/30/2015 5/30/2016 EACH OCCURRENCE $2,000,000 AGGREGATE $2,000,000 EXCESS LIAB CLAIMS -MADE DED RETENTION $ $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? N / A Z072147004 5/30/2015 5/30/2016 1 OTH- STATUTEI ER E.L. EACH ACCIDENT _ $1,000,000 E.L. DISEASE - EA EMPLOYEE ' $1,000,000 (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $1,000,000 A Rented/Leased Equipment CPP025970102 5/30/2015 5/30/2016 Per Item $500,000 Total Value $500,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) ***SEE ATTACHED SUPPLEMENTAL PAGE FOR ADDITIONAL WORDING*** Certificate holder is an Additional Insured as respects to the General Liability, Automobile & Umbrella policies, pursuant to and subject to the policy terms, definitions, conditions and exclusions. Waiver of Subrogation applies to the certificate holder, as respects to the Workers' Compensation, General Liability, Automobile & Umbrella policies, pursuant to and subject to the policy terms, definitions, conditions, and exclusions. See Attached... CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Lubbock ACCORDANCE WITH THE POLICY PROVISIONS. 1625 13th Street, Room 204 Lubbock TX 79401 USA AUTHORIZED REPRESENTATIVE > ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: LOC #: ACC>Rf> ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY. Arthur J. Gallagher Risk Management Services, Inc. NAMED INSURED Lone Star Dirt & Paving, Ltd. 11820 University Avenue Lubbock, TX 794237412 POLICY NUMBER CARRIER NAIC CODE EFFECTIVE DATE: THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE Project or Job #: 92265.9240.30000 Project: Roadway and Drainage Improvements for East Erskine Street - ITB 16-12551-TF Contract 12551 ACORD 101 (2008101) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD No Text 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 $ Occurrence Personal & Adv. Injury $ Owner's & Contractors Protective Each Occurrence $ ❑ Fire Damage (Any one Fire) $ Med Exp (Any one Person) $ AUTOMOTIVE LIABILITY Any Auto Combined Single Limit $ All Owned Autos Bodily Injury (Per Person) $ Scheduled Autos Bodily Injury (Per Accident) $ Hired Autos Property Damage $ Non -Owned Autos GARAGE LIABILITY F111 Any Auto Auto Only - Each Accident $ Other than Auto Only: Each Accident $ Aggregate $ _ BUILDER'S RISK 51 100% of the Total Contract Price $ INSTALLATION FLOATER $ EXCESS LIABILITY Umbrella Form Each Occurrence $ Aggregate $ M Other Than Umbrella Form $ WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY The Proprietor/ E Included Statutory Limits Partners/Executive I 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 By: Title: The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto /General Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. CONTRACTORCHECKLIST A CONTRACTOR SHALL: '�(1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; �__ (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends / during the duration of the project; y (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; ✓ (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; V/(7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A ADDITIONAL INSURED ON_AUTO/GENERAL_ LIABILITY ON A PRIMARY_AND NON CONTRIBUTORY BASIS TO INCLUDE PRODUCT-COMP/OP AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKER'S COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORSEMENT 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 reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering x 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 y 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; (p) 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. No Text CONTRACT PAGE INTENTIONALLY LEFT BLANK 11 Contract 12551 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 19`h day of November, 2015, 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. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: ITB 16-12551-TF Roadway and Drainage Improvements for East Erskine Street 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 20, 2015 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: Lone Star t & Paving, LTD P D NAME: '�- TITLE: V/, , COMPLETE ADDRESS: APPROVED AS TO CONTENT: s��r it P ^ j Y Company�ne ,f1 ��n. � Address PRAO U.. r ✓ IK vin Morris, P.E. enior Civil Engineer City, State, Zip ATTEST: If'. Wood r j i , P.E., Director of Public Works Corporate Secretary PAGE INTENTIONALLY LEFT BLANK GENERAL CONDITIONS OF THE AGREEMENT PAGE INTENTIONALLY LEFT BLANK 4 GENERAL CONDITIONS OF THE AGREEMENT 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. 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. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative, Kevin Morris, P.E., Senior Civil 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. 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". 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 last business address known to the party who gives the notice. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials ' or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative shall check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 11 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative shall not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor shall Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative shall not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES All lines and grades shall be furnished whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension shall be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades are needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 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 _ It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any 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 3 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 _F 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 j f 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 (15%) percent; or (2) the amount that would have been -` charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, { timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age -, Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind shall be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the bid, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the bids are received, and if no such notice is received by the Owner's Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 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 t- 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 1 CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. A. I. K E. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $2,000,000 Combined Single Limit in the aggregate and per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury With Heavy Equipment Endorsement XCU Endorsement Owner's and Contractor's Protective Liability Insurance. - NOT REQUIRED. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $2,000,000 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. Builder's Risk Insurance/Installation Floater Insurance - NOT REQUIRED. Umbrella Liability Insurance - NOT REQUIRED. F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $1,000,000 2. 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. 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 i 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. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for $- , one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who 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. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. [ (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the bid specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or i cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. : (9) A Contractor shall: 10 3 (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially G affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: L REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " 1 "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804- 4000 (www.tdi.state.tx.us) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to €- report an employer's failure to provide coverage, " and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; 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 .r project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, t__F 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 I 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. f� 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND i FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and 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 machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract 12 i _ 3 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 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 S" 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 i 35 36. 37 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 $180 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. 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. 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. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in 14 which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their 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. 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 15 l 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 shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 16 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right -- under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of 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 17 f t become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or d , (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. 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. _i 50. BONDS 51 52. 53. 54. 55. The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. All bonds shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. 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. 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. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If 19 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. hi the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper .- performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 57. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 58. NON -ARBITRATION The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 59. HOUSE BILL 2015 House Bill 2015, signed by the Governor on June 14, 2013 and effective on January 1, 2014, authorizes a penalty to be imposed on a person who contracts for certain services with a governmental entity and who fails to properly classify their workers. This applies to subcontractors as well. Contractors and subcontractors who fail to properly classify individuals performing work under a governmental contract will be penalized $200 for each individual that has been misclassified (Texas Government Code Section 2155.001). 20 S DAVIS BACON WAGE DETERMINATIONS PAGE INTENTIONALLY LEFT BLANK EXHIBIT A General Decision Number: TX150007 01/02/2015 TX7 Superseded General Decision Number: TX20140007 State: Texas Construction Types: Heavy and Highway Counties: Armstrong, Carson, Crosby, Ector, Irion, Lubbock, Midland, Potter, Randall, Taylor and Tom Green Counties in Texas. HEAVY & HIGHWAY CONSTRUCTION PROJECTS -Note: Executive Order (EO) 13658 establishes an hourly minimum wage of $10.10 for 2015 that applies to all contracts subject to the Davis -Bacon Act for which the solicitation is issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.10 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/02/2015 * SUTX2011-002 08/02/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures) ... $ 13.55 ELECTRICIAN ...................... $ 20.96 FORM BUILDER/FORM SETTER Paving & Curb ...............$ 12.36 Structures ..................$ 13.52 LABORER Asphalt Raker ............... $ 12.28 Flagger.....................$ 9.30 Laborer, Common .............$ 10.30 Laborer, Utility ............ $ 11.80 Work Zone Barricade Servicer....................$ 10.30 POWER EQUIPMENT OPERATOR: Asphalt Distributer ......... $ 14.87 Asphalt Paving Machine ...... $ 13.40 Broom and Sweeper ........... $ 11.21 Crane, Lattice Boom 80 Tons or Less ................$ 16.82 Crawler Tractor Operator .... $ 13.96 Excavator, 50,000 lbs or less ........................ $ 13.46 Front End Loader Operator, Over 3 CY...................$ 12.77 Front End Loader, 3CY or less ........................ $ 12.28 Loader/Backhoe..............$ 14.18 Mechanic .................... $ 20.14 Milling Machine .............$ 15.54 Motor Grader, Rough ........ $ 16.15 Motor Grader, Fine .......... $ 17.49 Pavement Marking Machine .... $ 16.42 Reclaimer/Pulverizer........ $ 12.85 Roller, Asphalt .............$ 10.95 Roller, Other ...............$ 10.36 Scraper ..................... $ 10.61 Spreader Box ................ $ 12.60 Servicer .........................$ 13.98 Steel Worker (Reinforcing) ....... $ 13.50 TRUCK DRIVER Lowboy -Float ................ $ 14.46 Single Axle ................. $ 12.74 Single or Tandem Axle Dump..$ 11.33 Tandem Axle Tractor with Semi ........................ $ 12.49 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01 /2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should t-, c` 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 parry'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. i END OF GENERAL DECISION EXHIBIT B Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT C Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. SPECIFICATIONS PAGE INTENTIONALLY LEFT BLANK :;1 Specifications o.:. , U bock �a TEXAS City of Lubbock East Erskine St — Martin Luther King Blvd to Loop 289 Paving Improvements Lubbock, Texas rld ,: 105C81 September 2015 EAST ERSKINE STREET — MARTIN LUTHER KING BOULEVARD TO LOOP 289 TABLE OF CONTENTS DIVISION 0 - BIDDING REQUIREMENTS AND CONTRACT INFORMATION Not Used DIVISION 1 - GENERAL REQUIREMENTS 01020 01025 01027 01028 01039 01100 01140 01310 01322 01330 01356 01400 01420 01500 01555 01576 01600 01700 Measurement and Payment ................................................. Payment Methods............................................................... Applications for Payment ................................................... Change Order Procedures ................................................... Coordination and Meetings ................................................. Summary of Work.............................................................. Work Restrictions............................................................... Progress Schedules............................................................. Photographic Documentation .............................................. Submittal Procedures.......................................................... Storm Water Pollution Prevention Plan (SWP3) ................ Quality Requirements......................................................... References.......................................................................... Temporary Facilities and Controls ...................................... Barricades, Signs and Traffic Handling .............................. Waste Material Disposal ..................................................... Product Requirements......................................................... Cn"t-rnnf C'Il1nvPniit DIVISION 2 -16 Not Used APPENDICES ................................................. 5 ................................................. 2 ................................................. 2 ................................................. 3 ................................................. 2 ................................................. 2 ................................................. 3 ................................................. 2 ................................................. 2 ................................................. 5 ................................................. 4 ................................................. 5 ................................................. 5 ................................................. 5 ................................................. 2 ................................................. 2 ................................................. 3 APPENDIX A — CITY OF LUBBOCK PUBLIC WORKS ENGINEERING MINIMUM DESIGN STANDARDS AND SPECIFICATIONS Section 8 Standard Specifications for Streets and Drainage Construction Section 9 Check List for Streets and Drainage Construction Plans Section 10 Typical Details of Construction APPENDIX B - TxDOT SPECIFICATIONS Item 110 Excavation Item 432 Riprap Item 450 Railing Item 462 Concrete Box Culverts and Drains Item 466 Headwalls and Wingwalls Item 550 Chain Link Fence Item 678 Pavement Surface Preparation for Markings 92265 TABLE OF CONTENTS PAGE - 1 09/15 EAST ERSKINE STREET — MARTIN LUTHER KING BOULEVARD TO LOOP 289 SECTION 01020 MEASUREMENT AND PAYMENT PART 1- GENERAL 1.1 SCOPE A. The following sections shall be used to define measurements and payments for this project. The unit price bid on each item as stated in the bid proposal shall include furnishing all labor, superintendence, machinery, equipment, and materials except as otherwise specified, necessary or incidental to complete the various items of work in accordance with the plans and specifications. Cost of work or materials shown on the plans or called for in the specifications and on which no separate payment is made shall be included in the bid prices on the various pay items. Payment will not be made for any item that is not complete, including all associated incidental work. Only those items indicated on bid documents and plan sheets will be included for construction and payment. 1.2 MOBILIZATION A. The cost for mobilization shall be limited to no more than 7.5% of the Contract amount for construction items (materials and labor) bid for this project. B. Mobilization shall include costs associated with move -in related equipment and labor, bid bond, performance and construction bonds and insurance related for this project. This would include the establishment and removal of offices, plants and facilities, movement of personnel, equipment, and supplies to and from the project or the vicinity of the project site to begin work or complete work on Contract Items. This Item will be measured by the lump sum as the work progresses. C. Payment. Partial payments of the lump sum bid for mobilization will be as follows. The adjusted Contract amount for construction Items as used below is defined as the total Contract amount less the lump sum for mobilization. 1. Payment will be made upon presentation of a paid invoice for the payment bond, performance bond, and required insurance. The combined payment for bonds and insurance will be no more than 10% of the mobilization lump sum. 2. When 10% of the adjusted Contract amount for construction Items is earned, 90% of the mobilization lump sum bid will be paid. Previous payments under this Item will be deducted from this amount. 3. Payment for the remainder of the lump sum bid for "Mobilization" will be made on the final estimate after final acceptance of the project. 1.3 PAVEMENT REMOVAL A. Measurement will be made of the area, in square yards, of existing pavement structure asphalt actually removed. Existing pavement structure will be considered all layers of material between existing roadway surface and top of existing subgrade. Payment will be made at the unit price bid per square yard of existing asphalt pavement structure removed. The Contractor shall ensure that the Owner has the opportunity to measure the square yards of pavement surface prior to removal. If pavement surface is removed without measurement by the Owner, no payment will be made for that removal. The unit price bid 92265 MEASUREMENT AND PAYMENT 01020 - 1 09/15 EAST ERSKINE STREET — MARTIN LUTHER KING BOULEVARD TO LOOP 289 1_ shall include sawing, separating for salvage, legal disposal, labor and equipment, and any incidental asphalt paving repair. 1.4 REMOVE AND RELAY A. Measurement will be made of the area, in square yards, of existing flowable fill utility paving patch actually removed and replaced with two inch City of Lubbock Type C asphalt lift. Existing flow fill patch will be considered all material between existing roadway grade and two inches below such grade. Relay will include surface asphalt pavement as specified meeting all City of Lubbock requirements. Payment will be made at the unit price bid per square yard of existing flow fill patch removed and replaced. The Contractor shall ensure that the Owner has the opportunity to measure the square yards of pavement surface prior to removal. If pavement surface is removed without measurement by the Owner, no payment will be made for that removal. The unit price bid shall include sawing, separating for salvage, legal disposal, labor and equipment. 1.5 HOT MIX ASPHALT PAVEMENT (HMAC) A. Measurement will be made of the area, in square yards, of hot mix asphalt pavement actually constructed. Payment will be made at the unit price bid per square yard. The unit price bid shall include furnishing and installing all pavement structure layers including subgrade densification and caliche base according to City of Lubbock standards, tack and prime coats, compaction, testing and all incidentals necessary to complete the work. B. Additionally, all excavation and or embankment for the roadbed and adjacent, parallel ditches will be subsidiary to this item. 1.6 CONCRETE CURB AND GUTTER A. Measurement will be made of the linear feet of curb and gutter actually constructed. Curb and gutter will be paid for at the unit price bid per linear foot. The unit price bid shall include furnishing and installing all materials, forming, finishing, jointing, and all incidentals necessary to complete the work. 1.7 SAWTOOTH CONCRETE CURB AND GUTTER A. Measurement will be made of the linear feet of curb and gutter actually constructed. Sawtooth curb and gutter will be paid for at the unit price bid per linear foot. The unit price bid shall include furnishing and installing all materials, forming, finishing, jointing, and all incidentals necessary to complete the work. 92265 MEASUREMENT AND PAYMENT 01020 - 2 09/15 EAST ERSKINE STREET — MARTIN LUTHER KING BOULEVARD TO LOOP 289 1.8 CONCRETE SIDEWALKS A. Measurement will be made of the area, in square yards, of sidewalks actually constructed. Sidewalks will be paid for at the unit price bid per square yard. The unit price bid shall include furnishing and installing all materials, excavation, filling, backfilling, reinforcement, forming, finishing, jointing, and all incidentals necessary to complete the work. 1.9 CURBED CONCRETE SIDEWALKS A. Measurement will be made of the area, in square yards, of curbed sidewalks actually constructed. Curbed sidewalks will be paid for at the unit price bid per square yard. The unit price bid shall include furnishing and installing all materials, excavation, filling, backfilling, reinforcement, forming, finishing, jointing, and all incidentals necessary to complete the work. 1.10 CONCRETE SIDEWALK RAMPS A. A count will be made of the sidewalk ramps actually constructed. Sidewalk ramps will be paid for at the unit price bid per each ramp constructed regardless of type specified in the plans. The unit price bid shall include furnishing and installing all materials, reinforcement, forming, finishing, jointing and all incidentals necessary to complete the work. 1.11 RAIL A. Measurement and payment will be according to TxDOT Item 450 1.12 PRECAST CONCRETE BOX CULVERT A. Measurement and payment will be according to TxDOT Item 462 1.13 WINGWALL A. Measurement and payment will be according to TxDOT Item 466 1.14 EXCAVATION FOR CHANNELS A. Measurement for excavation of drainage channels will be made of the volume, in cubic yards, of material to be removed. Payment will be made at the unit price per cubic yard. The unit price shall include all labor, equipment, and incidentals necessary to excavate to proper lines and grades as shown on the plans. B. All incidental removal of brush, trees, and debris will be subsidiary to this item. 1.15 CONCRETE RIPRAP A. Measurement will be made of the area, in square yards, of concrete riprap and concrete mow strip actually constructed. All Riprap toe walls will be subsidiary to the surface measurement. Riprap will be paid for at the unit price bid per square yard. The unit price - 92265 MEASUREMENT AND PAYMENT 01020 - 3 09/15 4 EAST ERSKINE STREET — MARTIN LUTHER KING BOULEVARD TO LOOP 289 bid shall include furnishing and installing all materials, excavation, trenching, filling, }lr backfilling, reinforcement, forming, finishing, jointing, and all incidentals necessary to complete the work. 1.16 STONE RIPRAP PROTECTION A. Measurement and payment according to TxDOT Item 432. 1.17 TURF REINFORCEMENT MAT A. Measurement and will be made by area, in square yards, of turf reinforcement mat actually installed. All turf reinforcement mat will be installed to manufacturer specifications and will be paid for at the unit price per square yard. The unit price bid per square yard shall include furnishing and installing all materials, excavation, backfilling, compaction, soil preparation, finishing, and all incidentals necessary to complete the work. 1.18 ADJUSTING MANHOLES A. A count will be made of manholes of various type and sizes to be adjusted. These structures will be paid for at the unit bid price per each manhole adjusted. This will include all materials, backfill as required, excavation, tools, equipment, labor and incidentals per each manhole adjusted. 1.19 ADJUSTING VALVE BOXES A. A count will be made of valve boxes of various types and sizes to be adjusted. These structures will be paid for at the unit bid price per each valve box adjusted. This will include all materials, backfill as required, excavation, tools, equipment, labor and incidentals per each valve box adjusted. 1.20 FLOWABLE FILL A. Measurement will be made at the volume, in cubic yards, of flowable fill actually placed. Flowable fill used for all drainage structures will be considered subsidiary to that pay item. Flowable fill will be as shown in TxDOT, Item 401 of the Standard Specifications. The unit price shall include all labor, equipment, and incidentals required to complete the work. 1.21 CHAIN LINK FENCE A. Measurement and payment according to TxDOT Item 550 1.22 PAVEMENT MARKINGS A. Striping — Measurement will be made of the linear feet of pavement markings of various widths and colors actually installed. Pavement markings will be paid for at the unit price bid per linear foot. The unit price bid shall include furnishing and installing all materials, and all incidentals necessary to complete the work. 92265 MEASUREMENT AND PAYMENT 01020 - 4 09/15 EAST ERSKINE STREET — MARTIN LUTHER KING BOULEVARD TO LOOP 289 1.23 RAISED REFLECTIVE PAVEMENT MARKERS A. A count will be made of the number of raised reflective pavement markers of various types and colors actually installed. Payment will be made at the unit price bid per each reflective pavement marker installed. The unit price bid shall include furnishing and installing all materials, and all incidentals necessary to complete the work. 1.24 STORM WATER POLLUTION PREVENTION PLAN A. Payment will be made on a lump sum basis for the Storm Water Pollution Prevention Plan. Partial payment will be made on a pro-rata basis as a percentage of the construction contract duration. The sum of the partial payments made for storm water pollution prevention shall not exceed 90% of the lump sum price bid for storm water pollution prevention prior to the termination of the construction contract. No partial payment will be made for partial storm water pollution prevention measures. Payment shall not be made for this item where the Owner determines a lack of evidence that storm water pollution prevention measures were used, or that the measures installed do not meet the requirements of the plan. No additional payments will be allowed where storm water pollution prevention is required because of work being remedied due to not meeting the requirements of the plans and specifications. The unit price bid shall include furnishing and installing all materials, filing Notice of Intent/Termination forms, inspections, maintenance, silt fences, hay bales, sand bags, diversion swales and any other measure and/or incidentals required for compliance with NPDES Permit. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 92265 MEASUREMENT AND PAYMENT 01020 - 5 09/ 15 a EAST ERSKINE STREET — MARTIN LUTHER KING BOULEVARD TO LOOP 289 SECTION 01027 APPLICATIONS FOR PAYMENT PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Procedures for preparation and submittal of Applications for Payment. 1.3 RELATED SECTIONS A. Agreement: Contract Sum/Price and unit prices. B. General Conditions: Progress Payments and Final Payment. C. Section 01020 — Measurement and Payment. D. Section 01028 - Change Order Procedures: Procedures for changes to the Work. E. Section 01330 - Submittal Procedures. F. Section 01700 - Contract Closeout. 1.4 FORMAT A. EJCDC 1910-8-E - Application for Payment including continuation sheets when required, or Owner forms, or Owner -approved form of the Contractor. B. For each item, provide a column for listing: Item Number; Description of work; Scheduled Value, Previous Applications; Work in Place; Authorized Change Orders; Total Completed; Percentage of Completion; Balance to Finish; and Retainage. 1.5 PREPARATION OF APPLICATIONS A. Present required information in typewritten form or computer generated Excel Spreadsheet. B. Execute certification by signature of authorized officer. C. Use data from approved Schedule of Values. Provide dollar value in each column for each line item for portion of work performed and for stored products. D. List each authorized Change Order as an extension on continuation sheet, listing Change Order number and dollar amount as for an original item of Work. E. Prepare Application for Final Payment as specified in Section 01700. 1.6 SUBMITTAL PROCEDURES A. Submit four copies of each Application for Payment. B. Submit an updated construction schedule with each Application for Payment. Payment will not be made until an up-to-date schedule is received. C. Payment Period: Submit at intervals stipulated in the Agreement. 92265 APPLICATIONS FOR PAYMENTS 01027 - 1 - 09/15 i'� EAST ERSKINE STREET — MARTIN LUTHER KING BOULEVARD TO LOOP 289 1.7 SUBSTANTIATING DATA A. When Engineer requires substantiating information, submit data justifying dollar amounts in question. B. Provide one copy of data with cover letter for each copy of submittal. Show Application number and date, and line item by number and description. PART2-PRODUCTS Not Used PART 3 - EXECUTION Not Used 92265 09/15 END OF SECTION APPLICATIONS FOR PAYMENTS 01027 - 2 IL 91 IV ". !. _ , � .__ _ , s ue , � _ � ,. . �_ 102 � • - _ • ' • . • , .. � � SECTION 01028 CHANGE ORDER PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Submittals. B. Documentation of change in Contract Sum/Price and Contract Time. C. Change procedures. D. Stipulated Price change order. E. Unit price change order. F. Time and material change order. G. Execution of change orders. H. Correlation of Contractor submittals. 1.3 RELATED SECTIONS A. Section 01027 - Applications for Payment. B. Section 01330 - Submittal Procedures. C. Section 01600 - Product Requirements. D. Section 01700 - Contract Closeout. 1.4 SUBMITTALS A. Submit name of the individual authorized to receive change documents, and be responsible for informing others in Contractor's employ or Subcontractors of changes to the Work. B. Change Order Forms: EJCDC 1910-8-B Change Order, Owner's form, or other form approved by Owner. 1.5 DOCUMENTATION OF CHANGE IN CONTRACT SUM/PRICE AND CONTRACT TIME A. Maintain detailed records of work done on a time and material basis. Provide full information required for evaluation of proposed changes, and to substantiate costs of changes in the Work. B. Document each quotation for a change in cost or time with sufficient data to allow evaluation of the quotation. C. Provide additional data to support computations: 1. Quantities of products, labor, and equipment. 2. Taxes, insurance and bonds. 3. Overhead and profit. 4. Justification for any change in Contract Time. 5. Credit for deletions from Contract, similarly documented. 92265 CHANGE ORDER PROCEDURES 01028 - 1 09/15 EAST ERSKINE STREET — MARTIN LUTHER KING BOULEVARD TO LOOP 289 6. If subcontracted, provide subcontractor documentation according to General Contract t, Conditions and this specification. Show Contractor markup on subcontractor changes. D. Support each claim for additional costs, and for work done on a time and material basis, with additional information: 1. Origin and date of claim. 2. Dates and times work was performed, and by whom. 3. Time records and wage rates paid. .; 4. Invoices and receipts for products, equipment, and subcontracts, similarly documented. Show Contractor markup on subcontractor work. 1.6 CHANGE PROCEDURES A. The Engineer will advise of minor changes in the Work not involving an adjustment to Contract Sum/Price or Contract Time as authorized by the Contract by issuing supplemental instructions by letter. B. The Engineer may issue a Proposal Request which includes a detailed description of a proposed change with supplementary or revised Drawings and specifications and a change in Contract Time for executing the change. Contractor will prepare and submit an estimate within 7 days. C. The Contractor may propose a change by submitting a request for change to the Engineer, describing the proposed change and its full effect on the Work, with a statement describing the reason for the change, and the effect on the Contract Sum/Price and Contract Time with full documentation and a statement describing the effect on Work by separate or other contractors. Document any requested substitutions in accordance with Section 01600. 1.7 CONSTRUCTION CHANGE AUTHORIZATION A. Engineer may issue a document, signed by the Owner, instructing the Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. B. The document will describe changes in the Work, and will designate method of determining any change in Contract Sum/Price or Contract Time. C. Promptly execute the change in Work. 1.8 STIPULATED PRICE CHANGE ORDER A. Based on Proposal Request and Contractor's maximum price quotation or Contractor's request for a Change Order as approved by Engineer. 1.9 UNIT PRICE CHANGE ORDER A. For pre -determined unit prices and quantities, the Change Order will be executed on a fixed unit price basis. B. For unit costs or quantities of units of work which are not pre -determined, execute Work under a Construction Change Authorization. C. Changes in Contract Sum/Price or Contract Time will be computed as specified for Time and Material Change Order. g 92265 CHANGE ORDER PROCEDURES 01028 - 2 09/ 15 EAST ERSKINE STREET — MARTIN LUTHER KING BOULEVARD TO LOOP 289 1.10 TIME AND MATERIAL CHANGE ORDER A. Submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the Contract. B. Engineer will determine the change allowable in Contract Sum/Price and Contract Time as provided in the Contract Documents. C. Maintain detailed records of work done on Time and Material basis. D. Provide full information required for evaluation of proposed changes, and to substantiate costs for changes in the Work. 1.11 EXECUTION OF CHANGE ORDERS A. Execution of Change Orders: Engineer will issue Change Orders for signatures of parties as provided in the Conditions of the Contract. 1.12 CORRELATION OF CONTRACTOR SUBMITTALS A. Promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as a separate line item and adjust the Contract Sum/Price. B. Promptly revise progress schedules to reflect any change in Contract Time, revise sub -schedules to adjust time for other items of work affected by the change, and resubmit. C. Promptly enter changes in Project Record Documents. PART 2-PRODUCTS Not Used PART 3-EXECUTION Not Used END OF SECTION 92265 CHANGE ORDER PROCEDURES 01028 - 3 09/15 EAST ERSKINE STREET — MARTIN LUTHER KING BOULEVARD TO LOOP 289 SECTION 01039 COORDINATION AND MEETINGS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Coordination. B. Progress meetings. C. Preconstruction meeting. 1.3 COORDINATION A. Coordinate scheduling, submittals, and work of the various Sections of the Specifications to assure efficient and orderly sequence of installation of interdependent construction elements. B. Coordinate completion and clean up of Work of separate Sections in preparation for Substantial Completion. C. After Owner occupancy of premises, coordinate access to site for correction of defective Work and Work not in accordance with Contract Documents, to minimize disruption of Owner's activities. 1.4 PRECONSTRUCTION MEETING A. Engineer will schedule a meeting with the required attendees. B. Attendance Required: Owner, Engineer, Contractor and major Subcontractors. C. Agenda: l . Distribution of executed Contract Documents. 2. Submission of list of Subcontractors, list of products and progress schedule. 3. Designation of personnel representing the parties in Contract and the Engineer. 4. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders and Contract closeout procedures. 5. Schedules. 6. Scheduling activities of construction testing lab. 7. Use of premises by Owner and Contractor. 8. Owner's requirements. 9. Construction facilities and controls provided by Owner. 10. Survey layout. 11. Security and housekeeping procedures. 12. Procedures for testing. 13. Procedures for maintaining record documents. 92265 COORDINATION AND MEETINGS 01039 - 1 09/ 15 b'" EAST ERSKINE STREET — MARTIN LUTHER KING BOULEVARD TO LOOP 289 14. Inspection and acceptance of equipment or improvements put into service during construction period. 15. Other items as deemed necessary by Owner or Engineer. D. Engineer will record minutes and distribute copies to participants. 1.5 PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the Work at maximum bi-weekly intervals. B. Engineer will make arrangements for meetings, prepare agenda with copies for participants, and preside at meetings. C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Engineer, as appropriate to agenda topics for each meeting. D. Agenda: 1. Review minutes of previous meetings. 2. Review of Work progress. 3. Field observations, problems, and decisions. 4. Identification of problems which impede planned progress. 5. Review of submittals schedule and status of submittals. 6. Review of off -site fabrication and delivery schedules. 7. Maintenance of progress schedule. 8. Corrective measures to regain projected schedules. 9. Planned progress during succeeding work period. 10. Coordination of projected progress. 11. Maintenance of quality and work standards. 12. Effect of proposed changes on progress schedule and coordination. 13. Other business relating to Work. E. Engineer will record minutes and distribute copies to participants. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 92265 COORDINATION AND MEETINGS 01039 - 2 09/15 EAST ERSKINE STREET — MARTIN LUTHER KING BOULEVARD TO LOOP 289 SECTION 01140 PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Use of premises. B. Special scheduling requirements. C. Working period. D. Utility cutovers and interruptions. E. Noise restrictions. F. Occupancy requirements. 1.3 USE OF PREMISES A. Use of Site: Limit use of premises to work in areas indicated. Do not disturb portions of site beyond areas in which the Work is indicated. 1. Limits: Confine construction operations to within the limits of the construction easement or right-of-way as shown on plans. 2. Driveways and Entrances: Keep driveways and entrances serving premises clear and available to employees and emergency vehicles at all times, except when construction is immediately at that vicinity. Do not use these areas for parking or storage of materials. a. Schedule construction to minimize obstruction of driveways and entrances. b. Provide commercial and industrial occupants with at least one (1) driveway suitable to traffic in and out of the location when obstructions are inevitable. Some additional requirements are noted on the plans for some affected driveways. 1.4 SPECIAL SCHEDULING REQUIREMENTS A. Have materials, equipment, and personnel required to perform the work at the site prior to the commencement of the work. B. Permission to interrupt any utility service shall be requested in writing a minimum of 14 calendar days prior to the desired date of interruption. C. The work under this contract requires special attention to the scheduling and conduct of the work in connection with existing operations. Identify on the construction schedule each factor which constitutes a potential interruption to operations. 92265 WORK RESTRICTIONS 01140 - 1 09/15 EAST ERSKINE STREET — MARTIN LUTHER KING BOULEVARD TO LOOP 289 SECTION 01310 PROGRESS SCHEDULES PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Format. B. Content. C. Revisions to schedules. D. Submittals. 1.3 RELATED SECTIONS A. Section 01027 - Applications for Payment. B. Section 01330 - Submittal Procedures. 1.4 FORMAT A. Sequence of Listings: The chronological order of the start of each item of Work. B. Scale and Spacing: To provide space for notations and revisions. C. Sheet Size: Minimum 8 1/2 x 11 inches. D. Maintain monthly updates to schedule. 1.5 CONTENT Show complete sequence of construction by activity, with dates for beginning and completion of each element of construction. A. Identify each item by specification Section number. B. Provide sub -schedules to define critical portions of the entire Schedule. C. Show accumulated percentage of completion of each item, and total percentage of Work completed, as of the first day of each month. D. Provide separate schedule of submittal dates for shop drawings, product data, samples, and dates reviewed submittals will be required from Engineer. 1.6 REVISIONS TO SCHEDULES A. Indicate progress of each activity to date of submittal, and projected completion date of each activity. B. Identify activities modified since previous submittal, major changes in scope, and other identifiable changes. 92265 PROGRESS SCHEDULES 01310 - 1 09/ 15 EAST ERSKINE STREET — MARTIN LUTHER KING BOULEVARD TO LOOP 289 C. Provide narrative report to define problem areas, anticipated delays, and impact on Schedule. Report corrective action taken, or proposed, and its effect. 1.7 SUBMITTALS A. Submit initial Schedules within 10 days after date established in Notice to Proceed. After review, resubmit required revised data within 10 days. B. Submit revised Progress Schedules with each Application for Payment. C. Submit the number of opaque reproductions which Contractor requires, plus two copies which will be retained by Engineer. 1.8 DISTRIBUTION A. Distribute copies of reviewed Schedules to Engineer's project file, Subcontractors, suppliers, and other concerned parties. B. Instruct recipients to promptly report, in writing, problems anticipated by projections indicated in Schedules. PART2-PRODUCTS Not Used PART 3 - EXECUTION Not Used 92265 09/15 END OF SECTION PROGRESS SCHEDULES 01310 - 2 EAST ERSKINE STREET — MARTIN LUTHER KING BOULEVARD TO LOOP 289 SECTION 01322 PHOTOGRAPHIC DOCUMENTATION (OPTIONAL) PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This Section includes administrative and procedural requirements for the following: 1. Preconstruction photographs. 2. Periodic construction photographs. 3. Preconstruction videotapes. 4. Periodic construction videotapes. 1.3 RELATED SECTIONS , A. Section 01330 - Submittal Procedures for submitting construction photographs. fl 1.4 SUBMITTALS A. Submit three complete sets of preconstruction photographs or videotape to Engineer. All three sets will be retained by the Owner and the Engineer. I. Identification: On back of each print, videotape, or CD, provide an applied label or rubber-stamped impression with the following information: a. Name of Project. b. Name and address of photographer. C. Name of Engineer. d. Name of Contractor. e. Date photograph was taken. f. Description of vantage point, indicating location, direction (by compass point), and elevation or story of construction. �. 2. Digital Images: Submit a complete set of digital image electronic files with each submittal of prints. Identify electronic media with date photographs were taken. Submit images that have the same aspect ratio as the sensor, uncropped. PART 2 - PRODUCTS Not Used 92265 PHOTOGRAPHIC DOCUMENTATION 01322 - 1 09/15 EAST ERSKINE STREET — MARTIN LUTHER KING BOULEVARD TO LOOP 289 PART 3-EXECUTION 3.1 PHOTOGRAPHS, GENERAL A. Field Office Prints: Retain one set of prints of preconstruction photographs in the field office at Project site, available at all times for reference. Identify photographs the same as for those submitted to Engineer. 3.2 CONSTRUCTION PHOTOGRAPHS A. Preconstruction Photographs: Before starting construction, take color photographs of Project site and surrounding properties from different vantage points, or as directed by Engineer. 1. Take photographs to show existing conditions adjacent to the property before starting the Work. 2. Take photographs of existing structures either on or adjoining the property to accurately record the physical conditions at the start of construction. B. Periodic Construction Photographs: As needed to document damage either directly related to or inadvertently related to the Contractor's operations, photograph the area in question and provide to Engineer. 3.3 CONSTRUCTION VIDEOS, GENERAL A. Narration: Describe scenes on video by audio narration by microphone while video is recorded. Include description of items being viewed, recent events, and planned activities. Describe vantage point, indicating location, and direction (by compass point). 3.4 CONSTRUCTION VIDEOS A. Preconstruction Video: Before starting construction, record video of Project site and surrounding properties from different vantage points, or as directed by Engineer. 1. Show existing conditions on and adjacent to Project site before starting the Work. 2. Show existing structures either on or adjoining Project site to accurately record the physical conditions at the start of construction. 3. Existing condition videos shall cover the entire project route. 4. Show protection efforts by Contractor. B. Periodic Construction Documentation: As needed to document damage either directly related to or indirectly related to the Contractor's operations, video the area in question and provide to Engineer. END OF SECTION 92265 PHOTOGRAPHIC DOCUMENTATION 01322 - 2 09/15 i EAST ERSKINE STREET — MARTIN LUTHER KING BOULEVARD TO LOOP 289 SECTION 01330 SUBMITTAL PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This Section includes administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other miscellaneous submittals. 1.3 DEFINITIONS A. Action Submittals: Written and graphic information that requires Owner's or Engineer's responsive action. Submittals may be rejected for not complying with requirements. B. Informational Submittals: Written information that does not require Owner's or Engineer's approval. Submittals may be rejected for not complying with requirements. 1.4 SUBMITTAL PROCEDURES A. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and related activities that require sequential activity. 2. Coordinate transmittal of different types of submittals for related parts of the Work so processing will not be delayed because of need to review submittals concurrently for coordination. a. Owner and Engineer reserve the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. B. Submittals Schedule: Comply with requirements in Division 1 Section "Progress Schedules" for list of submittals and time requirements for scheduled performance of related construction activities. C. Processing Time: Allow enough time for submittal review, including time for resubmittals, as follows. Time for review shall commence on Owner's or Engineer's receipt of submittal. 1. Initial Review: Allow 15 days for initial review of each submittal. Allow additional time if processing must be delayed to permit coordination with subsequent submittals. Owner or Engineer will advise Contractor when a submittal being processed must be delayed for coordination. 2. If more than five submittals are transmitted for review within any five-day period, the time allowed for review will be increased to 21 days. 3. Concurrent Review: Where concurrent review of submittals by Engineer's consultants, Owner, or other parties is required, allow 21 days for initial review of each submittal. 92265 SUBMITTAL PROCEDURES 01330 - 1 09/15 EAST ERSKINE STREET — MARTIN LUTHER KING BOULEVARD TO LOOP 289 4. If intermediate submittal is necessary, process it in same manner as initial submittal. 5. Allow 15 days for processing each resubmittal. Each resubmittal will count toward the submittal count in any five-day period in paragraph 1 A.C.2 above. 6. No extension of the Contract Time will be authorized because of failure to transmit submittals sufficiently in advance of the Work to permit processing. D. Format 1. Submit all submittals digitally using .PDF file extension. Each submittal shall be a single .PDF file including transmittal letter. Multiple files for the same submittal will not be accepted. 2. Submittals in any other format, including .ZIP files, will be rejected. 3. Hard copies will not be accepted. 4. To ensure each page is legible, .PDF pages of drawings shall be the same size/scale as a hard copy. Where applicable, scale symbols should be provided to indicate scale. Illegible submittals will be rejected. 5. Submittals shall be uploaded to Engineer's Info Exchange website. E. Identification: Place a permanent label or title block on each submittal for identification. 1. Indicate name of firm or entity that prepared each submittal on label or title block. 2. Provide a space approximately 4 x 8 inches on label or beside title block to record Contractor's review and approval markings and action taken by Owner or Engineer. 3. Include the following information on label for processing and recording action taken: a. Project name. b. Date. C. Name and address of Owner. d. Name and address of Contractor. e. Name and address of subcontractor. f. Name and address of supplier. g. Name of manufacturer, if different than supplier. h. Unique identifier, including revision number. i. Number and title of appropriate Specification Section. j. Drawing number and detail references, as appropriate. k. Other necessary identification. F. Deviations: Highlight, encircle, or otherwise identify deviations from the Contract Documents on submittals. G. Additional Copies: Submit five copies to Owner or Engineer. Submit additional copies if required by Contractor for his work. Unless additional copies are required for final submittal, and unless Owner or Engineer observes noncompliance with provisions of the Contract Documents, initial submittal may serve as final submittal if approved by Owner or Engineer. H. Transmittal: Package each submittal individually and appropriately for transmittal and handling. Transmit each submittal using a consecutively numbered transmittal form. Owner and/or Engineer will discard submittals received from sources other than Contractor. 1. On an attached separate sheet, prepared on Contractor's letterhead, record relevant information, requests for data, revisions other than those requested by Owner or Engineer on previous submittals, and deviations from requirements of the Contract Documents, including minor variations and limitations. Include the same label information as the related submittal. 2. Include Contractor's certification stating that information submitted complies with requirements of the Contract Documents. 92265 SUBMITTAL PROCEDURES 01330 - 2 09/15 EAST ERSKINE STREET — MARTIN LUTHER KING BOULEVARD TO LOOP 289 3. Transmittal Form: Use Contractor's business transmittal form. Provide locations on form for the following information: a. Project name. b. Date. C. Submittal number. d. Destination (To:). e. Source (From:). f. Names of subcontractor, manufacturer, and supplier. g. Category and type of submittal. h. Submittal purpose and description. i. Submittal and transmittal distribution record. j. Remarks. k. Signature of transmitter. I. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers, fabricators, installers, authorities having jurisdiction, and others as necessary for performance of construction activities. J. Use for Construction: Use only final submittals with mark indicating action taken by Owner or Engineer in connection with construction. PART 2 - PRODUCTS 2.1 ACTION SUBMITTALS A. General: Prepare and submit Action Submittals required by individual Specification Sections. 1. Number of Copies: Submit five copies of each submittal, unless otherwise indicated. The five copies will be retained by the Owner or Engineer. Any additional copies that the Contractor may need for his operations will be in addition to the five copies required. B. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. 1. If information must be specially prepared for submittal because standard printed data are not suitable for use, submit as Shop Drawings. 2. Mark each copy of each submittal to show which products and options are applicable. 3. Include the following information, as applicable: a. Manufacturer's product specifications. b. Manufacturer's installation instructions. C. Standard color charts. d. Manufacturer's catalog cuts. e. Printed performance curves. f. Compliance with recognized testing agency standards. g. Application of testing agency labels and seals. h. Notation of coordination requirements. C. Shop Drawings: Prepare Project -specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data. 1. Preparation: Include the following information, as applicable: a. Dimensions. b. Identification of products. C. Fabrication and installation drawings. 92265 SUBMITTAL PROCEDURES 01330 - 3 09/15 Y EAST ERSKINE STREET — MARTIN LUTHER KING BOULEVARD TO LOOP 289 d. Schedules. e. Design calculations. f. Compliance with specified standards. g. Notation of coordination requirements. h. Notation of dimensions established by field measurement. 2. Sheet Size: Submit Shop Drawings on sheets at least 8-1/2 by 11 inches but no larger than 11 x 17 inches. 3. Number of Copies: Submit five copies of each shop drawing submittal. Owner and Engineer will retain all five copies. 2.2 INFORMATIONAL SUBMITTALS A. Manufacturer's Instructions: Prepare written or published information that documents manufacturer's recommendations, guidelines, and procedures for installing or operating a product or equipment. Include name of product and name, address, and telephone number of manufacturer. Include the following, as applicable: 1. Preparation of substrates. 2. Required substrate tolerances. 3. Sequence of installation or erection. 4. Required installation tolerances. 5. Required adjustments. 6. Recommendations for cleaning and protection. B. Manufacturer's Field Reports: Prepare written information documenting factory -authorized service representative's tests and inspections. Include the following, as applicable: 1. Name, address, and telephone number of factory -authorized service representative making report. 2. Statement on condition of substrates and their acceptability for installation of product. 3. Statement that products at Project site comply with requirements. 4. Summary of installation procedures being followed, whether they comply with requirements and, if not, what corrective action was taken. 5. Results of operational and other tests and a statement of whether observed performance complies with requirements. 6. Statement whether conditions, products, and installation will affect warranty. 7. Other required items indicated in individual Specification Sections. C. Insurance Certificates and Bonds: Prepare written information indicating current status of insurance or bonding coverage. Include name of entity covered by insurance or bond, limits of coverage, amounts of deductibles, if any, and term of the coverage. D. Construction Videotapes: Comply with requirements in Section 01322 - Photographic Documentation. PART 3 - EXECUTION 3.1 CONTRACTOR'S REVIEW A. Review each submittal and check for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to Owner or Engineer. B. Approval Stamp: Stamp each submittal with a uniform approval stamp. Include Project name and location, submittal number, Specification Section title and number, name of 92265 SUBMITTAL PROCEDURES 01330 - 4 09/15 : EAST ERSKINE STREET — MARTIN LUTHER KING BOULEVARD TO LOOP 289 3.2 92265 09/15 reviewer, date of Contractor's approval, and statement certifying that submittal has been a reviewed, checked, and approved for compliance with the Contract Documents. OWNER'S AND ENGINEER'S ACTION A. General: Owner or Engineer will not review submittals that do not bear Contractor's approval stamp and will return them without action. s B. Action Submittals: Owner or Engineer will review each submittal, make marks to indicate corrections or modifications required, and return it. Owner or Engineer will provide an action review sheet and will mark appropriately to indicate action to be taken, as follows: 1. No exception taken. 2. Make corrections noted. 3. Revise and resubmit. 4. Rejected.___ 5. The submittal review by the Engineer indicates that the Engineer checked for: a. General conformance with the design concept of the project and general compliance with the information given in the contract documents. Any action shown is subject to the requirements of the plans and specifications. Contractor is responsible for confirming and correlating all quantities and dimensions; selecting fabrication processes and techniques of construction; and performing his work in a satisfactory manner. �J C. Informational Submittals: Owner or Engineer will review each submittal and will not.. return it, or will reject and return it if it does not comply with requirements. D. Submittals not required by the Contract Documents will not be reviewed and may be discarded. END OF SECTION SUBMITTAL PROCEDURES J f 01330 - 5 4-- EAST ERSKINE STREET — MARTIN LUTHER KING BOULEVARD TO LOOP 289 SECTION 01400 QUALITY REQUIREMENTS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for quality assurance and quality control. B. Construction materials testing services are required by the Contractor in order for the Engineer to verify compliance with requirements specified or indicated. These services do not relieve the Contractor of responsibility for compliance with the Contract Document requirements. 1. Specific quality -control requirements for individual construction activities are specified in the sections that specify those activities. Requirements in those Sections may also cover production of standard products. 2. Specified tests, inspections, and related actions do not limit Contractor's quality control procedures that facilitate compliance with the Contract Document requirements. 1.3 DEFINITIONS A. Construction Materials Testing (CMT): CMT includes collecting of samples, performing well-defined test procedures, and reporting of such data. The Contractor will provide CMT for this project. 1. Quality -Control Services: Tests, inspections, procedures, and related actions performed by the Contractor during and after execution of the Work with results provided to the Engineer to evaluate that completed construction complies with requirements. Services do not include contract enforcement activities performed by Engineer. B. Construction Materials Engineering (CME): The assessment of a construction material for quality, appropriateness and acceptability is considered an engineering activity. The Contractor will not provide CME services for this project. CME services will be performed by the Engineer. 1. Quality -Assurance Services: Activities, actions and procedures performed by the Contractor before and during execution of the Work. Engineer will determine if the results of the Contractor's activities, actions and procedures are acceptable in guarding against defects and deficiencies and in ensuring that proposed construction complies with requirements. 92265 QUALITY REQUIREMENTS 01400 - 1 09/15 1-7 i EAST ERSKINE STREET — MARTIN LUTHER KING BOULEVARD TO LOOP 289 1.4 SUBMITTALS A. Qualification Data: For individuals employed by Contractor who will perform testing as required by the various specification Sections, submit at least 30 days prior to being used on the project the capabilities and experience of such individuals and the types of tests that the individual is qualified to perform. For outside testing agency employed by Contractor, submit at least 30 days prior to being used on the project the name, address and manager of such testing agency and the types of tests that the agency is qualified to perform. Such testing agency shall be acceptable to Owner prior to being used on the project. B. Reports: Prepare and submit written reports within 14 days following the date of the test that include the following: 1. Date of issue. 2. Project title and number. 3. Name, address and telephone number of testing agency. If individual employed by Contractor, use Contractor's name, address and telephone number. 4. Dates and locations of samples and tests. 5. Names of individuals making tests. 6. Description of the work and test method. 7. Identification of material, product and specification Section. 8. Complete test data. 9. Test results. 10. Ambient conditions at time of sample taking and testing. 11. Provide a statement indicating if the test passed or failed according to the specified Contract Document requirements and the applicable specification Section. 12. Name and signature of individual performing the test if employee of Contractor, or name and signature of testing agency responsible person. C. Professional Engineer Qualifications: Where a Professional Engineer is required in the specification Sections, this means a Professional Engineer who is legally qualified to practice in the jurisdiction where the project is located and who is experienced in providing engineering services of the kind indicated. D. Testing Agency or Contractor Employee Qualifications: An agency or Contractor Employee with the experience and capability to conduct testing indicated, according to reference standards, and that has the capability and experience in the types of tests to be performed. E. Preconstruction Testing: Testing agency shall perform preconstruction testing with specified requirements for performance and test methods. The Contractor shall not perform preconstruction testing except through a third -party testing agency. F. Testing Agency Responsibilities: Submit written report containing the results of each test to Contractor. State in each report whether tested work passes or fails the specified Contract Document requirements and the applicable specification section. 1.5 QUALITY CONTROL A. Owner Responsibilities: Where quality -control services are indicated as Owner's or Engineer's responsibility, such services may be performed by Owner's own forces or by a qualified testing agency to perform these services. 1. Owner or Engineer will furnish Contractor with names, addresses and telephone numbers of testing agencies engaged by Owner. 92265 QUALITY REQUIREMENTS 01400 - 2 09/15 EAST ERSKINE STREET — MARTIN LUTHER KING BOULEVARD TO LOOP 289 2. Owner may elect to have own forces, or a third -party testing agency, observe and report on competency of Contractor's personnel performing quality control testing, inspect and report on Contractor's quality control testing equipment and the calibration of that equipment, and inspect and report on Contractor's procedures for quality assurance of construction materials tests and test reports. 3. Results from tests performed by Owners forces or third party testing agency remain the property of the Owner. The third party agency personnel are obligated to report results of such tests only to the Owner or Engineer, not the Contractor. The Owner or Engineer shall inform the Contractor of such results at their discretion. 4. The Owner shall notify the Contractor of reported deficiencies revealed by the above inspections and observations. The Contractor shall correct such deficiencies. Should such deficiencies remain uncorrected, then the amount of the work represented by the deficiencies will be deemed as not conforming to the requirements of the contract documents and the specifications. B. Contractor Responsibilities: Provide quality control services required in the various specification Sections. 1. Where third -party testing agency is engaged by Contractor, notify testing agency sufficiently in advance of the time and date when work that requires testing will be performed. 2. Contractor shall not engage the same testing agencies as the Owner, unless the Owner agrees in writing to such engagement. 3. Where testing is indicated as Contractor's responsibility, submit written reports in duplicate of each testing service, whether performed by Contractor's personnel or Contractor -engaged testing agency. Such reports shall include failing tests and retests. 4. Testing requested by Contractor and not required by Contract Documents are Contractor's responsibility. 5. Cooperate with Owner and Engineer for Owner's testing of work. Once the Owner or Engineer has given prior notification to the Contractor that confirmation testing by the Owner is to be performed, the Contractor shall provide or leave in place trench shields, ladders, elevators, lifts, or other equipment or temporary construction related to safety, access, and ingress -egress such that the Owner's testing representative can have safe accessibility to the specific site to be tested. Failure to provide these items when confirmation testing is scheduled shall be considered prima facie evidence that the work does not meet specifications and the Owner has the option of withholding payment for the work quantity that the test would represent. 6. Where Contractor's personnel are performing tests, provide individuals with appropriate equipment to perform the tests in accordance with the test method requirements. Provide alternate equipment where the specified test method cannot be applied, and where alternative test methods and equipment must be employed to provide the necessary quality control. C. Retesting: Regardless of whether original tests were Contractor's responsibility, provide quality -control services, including retesting, for construction that revised or replaced work that failed to comply with requirements established by the Contract Documents. D. Testing Agency Responsibilities: Cooperate with Engineer and Contractor in performance of duties. Provide qualified personnel and necessary equipment to perform required tests and inspections. 1. Notify Engineer and Contractor promptly of irregularities or deficiencies observed in the work during performance of its services. 92265 QUALITY REQUIREMENTS 01400 - 3 09/15 I' EAST ERSKINE STREET — MARTIN LUTHER KING BOULEVARD TO LOOP 289 2. Prepare a test report and state in each report whether tested and inspected work passes or fails the specified requirements. 3. Submit a written report, in triplicate, of each test. 4. Do not release, revoke, alter, or increase requirements of the Contract Documents or approve or accept any portion of the Work. 5. Do not perform any duties of Contractor. E. Associated Services: Cooperate with agencies performing required tests, inspections, and similar quality -control services, and provide reasonable auxiliary services as requested. Notify agency sufficiently in advance of operations to permit assignment of personnel. Provide the following: I. Access to the Work. 2. Incidental labor and facilities necessary to facilitate tests and inspections. 3. Adequate quantities of representative samples of materials that require testing and inspecting. Assist agency in obtaining samples. 4. Facilities for storage and field -curing of test samples. 5. Additional associated services required of Contractor for testing access are listed in the specification Sections. 6. Delivery of samples to testing agencies. 7. Preliminary design mix proposed for use for material mixes that require control by testing agency. 8. Security and protection for samples and for testing and inspecting equipment at Project site. F. Coordination: Coordinate sequence of activities to accommodate required quality assurance and quality control services with a minimum of delay and to avoid necessity of removing and replacing construction to accommodate testing and inspecting. 1. Schedule times for tests, inspections, obtaining samples, and similar activities. 2. Notify Owner's Representative at least I day prior to when testing of any kind is to be performed. G. Schedule of Tests and Inspections: Prepare a preliminary schedule of tests, inspections, and similar quality -control services required by the Contract Documents. Submit schedule within 30 days of date established for Notice to Proceed. 1. Distribution: Distribute schedule to Owner, Engineer, testing agencies, and each party involved in performance of portions of the Work where tests and inspections are required. PART2-PRODUCTS Not Used PART 3 - EXECUTION 3.1 REPAIR AND PROTECTION A. General: On completion of testing, inspecting, sample taking, and similar services, repair damaged construction and restore substrates and finishes. 1. Provide materials and comply with installation requirements specified in other Sections of these Specifications. Restore patched areas and extend restoration into adjoining areas in a manner that eliminates evidence of patching. 92265 QUALITY REQUIREMENTS 01400 - 4 09/15 EAST ERSKINE STREET — MARTIN LUTHER KING BOULEVARD TO LOOP 289 92265 09/15 B. Protect construction exposed by or for quality -control service activities. C. Repair and protection are Contractor's responsibility, regardless of the assignment of responsibility for quality -control services. END OF SECTION QUALITY REQUIREMENTS 01400 - 5 EAST ERSKINE STREET — MARTIN LUTHER KING BOULEVARD TO LOOP 289 SECTION 01420 REFERENCES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Summary of Industry Standards. 1.3 DEFINITIONS A. General: Basic Contract definitions are included in the Conditions of the Contract. B. "Approved": The term "approved," when used to convey Owner's or Engineer's action on Contractor's submittals, applications, and requests, is limited to Owner's or Engineer's duties and responsibilities as stated in the Conditions of the Contract. C. "Directed": Terms such as "directed," "requested," "authorized," "selected," "approved," "required," and "permitted" mean directed by Owner or Engineer, requested by Owner or Engineer, and similar phrases. D. "Indicated": The term "indicated" refers to graphic representations, notes, or schedules on Drawings or to other paragraphs or schedules in Specifications and similar requirements in the Contract Documents. Terms such as "shown," "noted," "scheduled," and "specified" are used to help the user locate the reference. E. "Regulations": The term "regulations" includes laws, ordinances, statutes, and lawful orders issued by authorities having jurisdiction, as well as rules, conventions, and agreements within the construction industry that control performance of the Work. F. "Provide": The term "provide" means to furnish and install, complete and ready for the intended use. G. "Installer": An installer is the Contractor or another entity engaged by Contractor as an employee, Subcontractor, or Sub -subcontractor, to perform a particular construction operation, including installation, erection, application, and similar operations. H. "Project site" is the space available for performing construction activities. 1.4 INDUSTRY STANDARDS A. Applicability of Standards: Unless the Contract Documents include more stringent requirements, applicable construction industry standards have the same force and effect as if bound or copied directly into the Contract Documents to the extent referenced. Such standards are made a part of the Contract Documents by reference. 92265 REFERENCES 01420 - 1 09/15 EAST ERSKINE STREET — MARTIN LUTHER KING BOULEVARD TO LOOP 289 B. Conflicting Requirements: If compliance with two or more standards is specified and the standards establish different or conflicting requirements for minimum quantities or quality levels, comply with the most stringent requirement. Refer uncertainties and requirements that are different, but apparently equal, to Owner or Engineer for a decision before proceeding. 1. Minimum Quantity or Quality Levels: The quantity or quality level shown or specified shall be the minimum provided or performed. The actual installation may comply exactly with the minimum quantity or quality specified, or it may exceed the minimum within reasonable limits. To comply with these requirements, indicated numeric values are minimum or maximum, as appropriate, for the context of requirements. Refer uncertainties to Owner or Engineer for a decision before proceeding. C. Abbreviations and Acronyms for Industry Organizations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, telephone numbers, and Web site addresses are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. AASHTO American Association of State Highway and (202) 624-5800 Transportation Officials www.aashto.or ACI American Concrete Institute/ACI International (248) 848-3700 www.aci-int.org ACPA American Concrete Pipe Association (972) 506-7216 www.concrete::pipe.org Al Asphalt Institute (859) 288-4960 www.asphaltinstitute.org AIA American Institute of Architects (The) (800) 242-3837 www.aiL= AISC American Institute of Steel Construction, Inc. (800) 644-2400 www.aicc.org (312) 670-2400 AISI American Iron and Steel Institute (202) 452-7100 www.steel.org ANSI American National Standards Institute (212) 642-4900 www.ans� ASCE American Society of Civil Engineers (800) 548-2723 www.asce.org (703) 295-6300 ASTM American Society for Testing and Materials (610) 832-9585 www.astm.org -= 92265 REFERENCES 01420 - 2 09/15 t EAST ERSKINE STREET — MARTIN LUTHER KING BOULEVARD TO LOOP 289 AWWA American Water Works Association (800) 926-7337 www.awwj= (303) 794-7711 CDA Copper Development Association Inc. (800) 232-3282 www.copper.org (212) 251-7200 CLFMI Chain Link Fence Manufacturers Institute (301) 596-2583 www.chainlinkinfo.com CRSI Concrete Reinforcing Steel Institute (847) 517-1200 www.crsi.org CSI Construction Specifications Institute (The) (800) 689-2900 www.csinet.oM (703) 684-0300 EJMA Expansion Joint Manufacturers Association, Inc. (914) 332-0040 www.ejma.org FM Factory Mutual System (See FMG) FMG FM Global (401) 275-3000 (Formerly: FM - Factory Mutual System) www.fmglobal.com GRI Geosynthetic Research Institute (610) 522-8440 www.drexel.edu/gri NRMCA National Ready Mixed Concrete Association (301) 587-1400 www.nrmca.org NSA National Stone, Sand and Gravel Association (800) 342-1415 www.aggre atg es.org (703) 525-8788 PCI Precast/Prestressed Concrete Institute (312) 786-0300 www.pci.org SDI Steel Deck Institute (847) 458-4647 www.sdi.ora TPI Turfgrass Producers International (800) 405-8873 www.turfgrasssod.org (847) 705-9898 UL Underwriters Laboratories Inc. (800) 704-4050 www.ul.com (847) 272-8800 92265 REFERENCES 01420 - 3 09/15 EAST ERSKINE STREET — MARTIN LUTHER KING BOULEVARD TO LOOP 289 D. Abbreviations and Acronyms for Code Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, telephone numbers, and Web site addresses are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. BOCA BOCA International, Inc. (800) 214-4321 www.bocai.orjz (708) 799-2300 CABO Council of American Building Officials (See ICC) IAPMO International Association of Plumbing and (909) 472-4100 Mechanical Officials (The) www.iapmo.org ICBO International Conference of Building Officials (800) 284-4406 www.icbo.org (562) 699-0541 ICC International Code Council (703) 931-4533 (Formerly: CABO - Council of American Building Officials) www.iccsafe.org SBCCI Southern Building Code Congress International, (205) 591-1853 Inc. www.sbcci.org E. Abbreviations and Acronyms for Government Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, telephone numbers, and Web site addresses are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. CE Army Corps of Engineers (601) 634-2355 CRD Standards www.usace.agM.mil CFR Code of Federal Regulations (888) 293-6498 www.access.gpo.gov/nara/cfr (202) 512-1530 EPA Environmental Protection Agency (202) 260-2090 www.epa.gov FED -STD Federal Standard (See FS) FS Federal Specification (Available from DOD, GSA, and NIBS) 92265 REFERENCES 01420 - 4 09/15 EAST ERSKINE STREET — MARTIN LUTHER KING BOULEVARD TO LOOP 289 NIST National Institute of Standards and Technology (301) 975-6478 www.nist.gov OSHA Occupational Safety & Health Administration (800) 321-6742 (See CFR 29) (202) 219-5000 ' www.osha.gov TCEQ Texas Commission on Environment Quality (806) 796-7092 www.tceq.state.tx.us (512) 239-1000 TxDOT Texas Department of Transportation (806) 745-4411 www.dot.state.tx.us PART2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 92265 REFERENCES 09/15 EAST ERSKINE STREET — MARTIN LUTHER KING BOULEVARD TO LOOP 289 SECTION 01500 TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This Section includes requirements for temporary facilities and controls, including temporary utilities, support facilities, and security and protection facilities. B. Temporary utilities include, but are not limited to, the following: 1. Drainage water service. 2. Sanitary facilities, including toilets, wash facilities, and drinking -water facilities. Provide separate male and female sanitary facilities. 3. Electric power service. 4. Telephone service. 5. Cellular telephone service. 6. High speed internet service. C. Support facilities include, but are not limited to, the following: 1. Temporary roads and paving. 2. Project identification and signs. 3. Field offices. 4. Storage and fabrication sheds. 5. Construction aids and miscellaneous services and facilities. D. Protection facilities include, but are not limited to, the following: 1. Environmental protection. 2. Stormwater control. 3. Barricades, warning signs and lights. 1.3 USE CHARGES A. General: Cost or use charges for temporary facilities are not chargeable to Owner or Engineer and shall be included in the Contract Sum. Allow other entities to use temporary services and facilities without cost, including, but not limited to, the following: 1. Owner. 2. Owner's forces. 3. Engineer. 4. Resident Project Representative. 5. Testing agencies. 6. Personnel of authorities having jurisdiction. B. Sewer Service: Pay sewer service use charges for sewer usage by all parties engaged in construction at project site if Contractor connects to City sewer system. C. Water Service: Pay water service use charges, whether metered or otherwise, for water used by all entities engaged in construction activities at Project site. 92265 TEMPORARY FACILITIES AND CONTROLS 01500 - 1 09/15 EAST ERSKINE STREET — MARTIN LUTHER KING BOULEVARD TO LOOP 289 D. Electric Power Service: Pay electric power service use charges, whether metered or otherwise, for electricity used by all entities engaged in construction activities at Project site. 1.4 QUALITY ASSURANCE A. Tests and Inspections: Arrange for authorities having jurisdiction to test and inspect each temporary utility before use. Obtain required certifications and permits. 1.5 PROJECT CONDITIONS A. Conditions of Use: The following conditions apply to use of temporary services and facilities by all parties engaged in the Work: 1. Relocate or remove temporary services and facilities as required by progress of the Work. PART 2-PRODUCTS 2.1 MATERIALS A. General: Provide new materials. Undamaged, previously used materials in serviceable condition may be used if approved by Owner or Engineer. Provide materials suitable for use intended. B. Portable Chain -Link Fencing: Minimum 2-inch 9-gage, galvanized steel, chain -link fabric fencing; minimum 6 feet high with galvanized steel pipe posts; minimum 2-3/8-inch- OD line posts and 2-7/8-inch- OD corner and pull posts, with 1-5/8-inch- OD top and bottom rails. Provide galvanized steel bases for supporting posts. C. Water: Potable. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Locate facilities where they will serve Project adequately and result in minimum interference with performance of the Work. Relocate and modify facilities as required. B. Provide each facility ready for use when needed to avoid delay. Maintain and modify as required. 3.2 TEMPORARY UTILITY INSTALLATION A. General: Engage appropriate local utility company to install temporary service or connect to existing service. Where utility company provides only part of the service, provide the remainder with matching, compatible materials and equipment. Comply with utility company recommendations. 1. Provide adequate capacity. 2. Obtain easements to bring temporary utilities to Project site where Owner's easements or property cannot be used for that purpose. B. Sewers and Drainage: If sewers are available, provide temporary connections to remove effluent that can be discharged lawfully. If neither sewers nor drainage facilities can be 92265 TEMPORARY FACILITIES AND CONTROLS 01500 - 2 09/15 i EAST ERSKINE STREET — MARTIN LUTHER KING BOULEVARD TO LOOP 289 lawfully used for discharge of effluent, provide containers to remove and dispose of effluent off -site in a lawful manner. 1. Filter out excessive soil, construction debris, chemicals, oils, and similar contaminants that might clog sewers or pollute waterways before discharge. 2. Connect temporary sewers to municipal system as directed by sewer department officials. 3. Maintain temporary sewers and drainage facilities in a clean, sanitary condition. After heavy use, restore normal conditions promptly. C. Sanitary Facilities: Provide temporary toilets, wash facilities, and drinking -water fixtures. Comply with regulations and health codes for type, number, location, operation, and maintenance of fixtures and facilities. 1. Disposable Supplies: Provide toilet tissue, paper towels, paper cups, and similar disposable materials for each facility. Maintain adequate supply. Provide covered waste containers for disposal of used material. D. Electric Power Service: Install electric power service underground, unless overhead service must be used. Provide main service disconnect and overcurrent protection at convenient location in conformance with National Electrical Code. E. Telephone Service: Provide temporary telephone service throughout construction period for common -use facilities used by all personnel engaged in construction activities. Install separate telephone line for each field office. 1. Provide additional telephone lines for the following: a. In field office with more than two occupants, install a telephone for each additional occupant. b. Provide a dedicated telephone line for each facsimile machine. 2. At each telephone, post a list of important telephone numbers. a. Police and fire departments. b. Ambulance service. C. Contractor's home office. d. Contractor's field office. e. Contractor's emergency contact number. f. "On -call" personnel. g. Engineers' office. h. Owner's office. i. Principal subcontractors' field and home offices. 3. Provide an answering machine or voice mail service on field office telephone. F. Cellular Telephone Service: Furnish RPR a portable cellular telephone with voice mail capability for use in making and receiving telephone calls when away from field office. G. High Speed Internet Service — Provide temporary high speed internet connection throughout the construction period. Connection can be through cable modem or DSL. Provide all equipment necessary for a single point connection to the project computer. 3.3 SUPPORT FACILITIES INSTALLATION A. General: Comply with the following: 1. Locate field offices, storage sheds, sanitary facilities, and other temporary construction and support facilities for easy access. 2. Maintain support facilities until near Substantial Completion. Remove before Substantial Completion. 92265 TEMPORARY FACILITIES AND CONTROLS 01500 - 3 09/ 15 EAST ERSKINE STREET — MARTIN LUTHER KING BOULEVARD TO LOOP 289 B. Traffic Controls: Provide temporary traffic controls at junction of temporary roads with public roads. Include warning signs for public traffic and "STOP" signs for entrance onto public roads. Comply with requirements of authorities having jurisdiction. C. Dewatering Facilities and Drains: Comply with requirements in applicable Division 2 Sections for temporary drainage and dewatering facilities and operations not directly associated with construction activities included in individual Sections. Where feasible, use same facilities. Maintain Project site, excavations, and construction free of water. D. Project Identification and Temporary Signs: Prepare Project identification signs with the information listed below. Install signs to inform public and persons seeking entrance to Project. Do not permit installation of unauthorized signs. Submit the layout and dimensions of the sign to the Owner. The sign and lettering shall be of sufficient size to be visible and legible at 100 feet distance. 1. Provide project signs to be placed at both ends of corresponding project limits. 2. Project sign to include the following information. List all items on separate lines of the sign. a. City of Lubbock, Texas b. Capital Improvements C. Gateway Streets. d. Contractor: (include name of contractor and location of their main headquarters) e. Engineer: Parkhill, Smith & Cooper, Inc., Lubbock, Texas f. Project Serving the Citizens of Lubbock, Texas 3. Engage an experienced sign painter to apply graphics for Project identification signs. 4. Prepare temporary signs to provide directional information to construction personnel and visitors. 5. Construct signs of exterior -type Grade B-B high -density concrete form overlay plywood. Support on posts or framing of preservative -treated wood or steel. 6. Paint sign panel and applied graphics with exterior -grade alkyd gloss enamel over exterior primer. 7. Maintain project signs until acceptance of the project. E. Waste Disposal Facilities: Provide waste -collection containers in sizes adequate to handle waste from construction operations. Containerize and clearly label hazardous, dangerous, or unsanitary waste materials separately from other waste. 1. If required by authorities having jurisdiction, provide separate containers, clearly labeled, for each type of waste material to be deposited. F. Common -Use Field Office: Provide an insulated, weathertight, air-conditioned and heated field office for use as a common facility by all personnel engaged in construction activities; of sufficient size to accommodate required office personnel and meetings of 10 persons at Project site. Contractor shall provide monthly housekeeping service. 1. Furnish and equip office as follows: a. Desk and four chairs, four -drawer file cabinet, a plan table, a plan rack, and bookcase. b. Water cooler for drinking water and private toilet complete with water closet, lavatory with hot and cold water, and medicine cabinet with mirror. C. Drinking water for water cooler, disposable cups, toilet paper, paper towels, hand soap, and first aid kit. 2. Maintain field office and repair, as necessary, in a timely manner until acceptance of the project by the Owner. 92265 TEMPORARY FACILITIES AND CONTROLS 01500 - 4 09/15 EAST ERSKINE STREET — MARTIN LUTHER KING BOULEVARD TO LOOP 289 G. Storage and Fabrication Sheds: Provide sheds sized, furnished, and equipped to accommodate materials and equipment involved, including temporary utility services as needed. Sheds may be open shelters or fully enclosed spaces on -site. 3.4 OPERATION, TERMINATION, AND REMOVAL A. Supervision: Enforce strict discipline in use of temporary facilities. To minimize waste and abuse, limit availability of temporary facilities to essential and intended uses. B. Maintenance: Maintain facilities in good operating condition until removal. Protect from damage caused by freezing temperatures and similar elements. 1. Maintain operation of temporary enclosures, heating, cooling, humidity control, ventilation, and similar facilities on a 24-hour basis where required to achieve indicated results and to avoid possibility of damage. 2. Prevent water -filled piping from freezing. Maintain markers for underground lines. Protect from damage during excavation operations. C. Termination and Removal: Remove each temporary facility when need for its service has ended, or no later than Substantial Completion. 1. Materials and facilities that constitute temporary facilities are the property of Contractor. Owner reserves right to take possession of Project identification signs. 2. Remove temporary paving not intended for or acceptable for integration into permanent paving. Where area is intended for landscape development, remove soil and aggregate fill that do not comply with requirements for fill or subsoil. Remove materials contaminated with road oil, asphalt and other petrochemical compounds, and other substances that might impair growth of plant materials or lawns. Repair or replace street paving, curbs, and sidewalks at temporary entrances, as required by authorities having jurisdiction. 3. At Substantial Completion, clean and renovate permanent facilities used during construction period. Comply with final cleaning requirements. END OF SECTION 92265 TEMPORARY FACILITIES AND CONTROLS 01500 - 5 09/15 EAST ERSKINE STREET — MARTIN LUTHER KING BOULEVARD TO LOOP 289 SECTION 01555 BARRICADES, SIGNS AND TRAFFIC HANDLING PART I - GENERAL 4 i 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and ,.. Division 1 - General Requirements apply to work of this section. 1.2 DESCRIPTION A. This Item shall govern for providing, installing, moving, replacing, maintaining, cleaning and removing upon completion of work, all barricades, portable barriers, signs, portable changeable message signs, cones, lights and other such type devices and of handling traffic as indicated on the plans or as directed by the Engineer or Owner. PART 2 - PRODUCTS 2.1 BARRICADES, SIGNS AND DEVICES A. All barricades, signs and other types of devices listed above shall conform to details shown - on the plans or those indicated in the Texas Manual on Uniform Traffic Control Devices (TMUTCD). All traffic control devices shall be crashworthy according to the guidelines set forth in the National Cooperative Highway Research Program (NCHRP) Report 350. 2.2 TEMPORARY PAVEMENT MARKINGS P A. Materials, handling and installation shall be in accordance with Texas Department of Transportation Standard Specifications for Construction of Highways, Streets and Bridges, 2004 (TxDOT) Item 662. B. Layout, color and placement shall conform to the TMUTCD and be verified by the _A Owner's representative before installation. t _ PART 3 - EXECUTION 3.1 GENERAL 1A A. For this project a Traffic Control Plan (TCP) shall be submitted by the Contractor to the City of Lubbock Traffic Engineering department for approval in the form of a barricade permit. Prior to beginning work, the Contractor shall designate, in writing, a competent i_ person who will be responsible and available on the project site or in the immediate area to insure compliance with the TCP. 92265 BARRICADES, SIGNS AND TRAFFIC HANDLING 09/15 EAST ERSKINE STREET — MARTIN LUTHER KING BOULEVARD TO LOOP 289 MAINTENANCE A. All retroreflective traffic control devices such as barricades, vertical panels, signs, etc., shall be maintained by cleaning, replacing or a combination thereof such that during darkness and rain the retroreflective characteristics shall equal or exceed the retroreflective characteristics of traffic industry standard reflective panels. END OF SECTION 92265 BARRICADES, SIGNS AND TRAFFIC HANDLING 09/15 01555 - 2 1 EAST ERSKINE STREET — MARTIN LUTHER KING BOULEVARD TO LOOP 289 SECTION 01600 PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Products. B. Transportation and handling. C. Storage and protection. D. Product options. E. Substitutions. 1.3 RELATED SECTIONS A. Information to Bidders: Product options and substitution procedures. B. Section 01400 - Quality Requirements. 1.4 PRODUCTS A. Products: Means new material, machinery, components, equipment, fixtures, and systems forming the Work. Does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work. Products may also include existing materials or components required for reuse. B. Do not use materials and equipment removed from existing premises, except as specifically permitted by the Contract Documents. C. Provide interchangeable components of the same manufacturer, for similar components. 1.5 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery 1. Deliver materials, products and equipment to the project site in undamaged condition in manufacturer's original, unopened containers or packaging, with identifying labels intact and legible. 2. Promptly inspect shipments to assure that products comply with requirements, quantities are correct, and products are undamaged. 3. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. 4. Arrange deliveries in accordance with the construction schedule and in ample time to facilitate inspection prior to installation to avoid unnecessary delays in the construction process. 92265 PRODUCT REQUIREMENTS 01600 - 1 09/15 EAST ERSKINE STREET — MARTIN LUTHER KING BOULEVARD TO LOOP 289 B. Storage 1. Store and protect products in accordance with manufacturer's instructions, with seals and labels intact and legible. Store sensitive products in weather -tight, climate controlled enclosures. 2. For exterior storage of fabricated products, place on sloped supports, above ground. 3. Provide off -site storage and protection when site does not permit on -site storage or protection. 4. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to avoid condensation. 5. Store loose granular materials on solid flat surfaces in a well -drained area. Prevent mixing with foreign matter. 6. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage. 7. Arrange storage of products to permit access for inspection in a local warehouse. Periodically inspect to assure products are undamaged and are maintained under specified conditions. 8. Materials, products and equipment may be stored off site in a bonded and insured local warehouse approved by the Engineer and Owner. Pay all costs incurred for off -site storage facilities. Products properly stored in off -site storage facilities may be included in progress pay requests with written approval of the Owner. C. Handling 1. Handle materials, products and equipment in a manner prescribed by manufacturer or specified to protect from damage during storage and installation. 1.6 PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only: Any product meeting those standards or description. B. Products Specified by Naming One or More Manufacturers: Products of manufacturers named and meeting specifications, no options or substitutions allowed. C. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named. 1.7 SUBSTITUTIONS A. For bidding purposes as provided in "Information to Bidders". B. Substitutions may be considered when a product becomes unavailable through no fault of the Contractor. C. Document each request with complete data substantiating compliance of proposed Substitution with Contract Documents. D. A request constitutes a representation that the Bidder: 1. Has investigated proposed product and determined that it meets or exceeds the quality level of the specified product. 2. Will provide the same warranty for the Substitution as for the specified product. 3. Will coordinate installation and make changes to other Work which may be required for the Work to be complete with no additional cost to Owner. 4. Waives claims for additional costs or time extension which may subsequently become apparent. 5. Will reimburse Owner for review or redesign services associated with re -approval by authorities. 92265 PRODUCT REQUIREMENTS 01600 - 2 09/15 EAST ERSKINE STREET — MARTIN LUTHER KING BOULEVARD TO LOOP 289 E. Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittals, without separate written request, or when acceptance will require revision to the Contract Documents. F. Substitution Submittal Procedure: 1. Submit four copies of request for Substitution for consideration. Limit each request to one proposed Substitution. 2. Submit shop drawings, product data, and certified test results attesting to the proposed product equivalence. 3. The Engineer will notify Contractor, in writing, of decision to accept or reject request. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 92265 PRODUCT REQUIREMENTS 01600 - 3 09/15 EAST ERSKINE STREET — MARTIN LUTHER KING BOULEVARD TO LOOP 289 SECTION 01700 CONTRACT CLOSEOUT PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Closeout procedures. B. Final cleaning. C. Adjusting. D. Project record documents. E. Operation and maintenance data. F. Warranties. 1.3 RELATED SECTIONS A. Section 01500 — Temporary Facilities and Controls. 1.4 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Engineer's inspection. B. Provide submittals to Engineer that are required by governing or other authorities. C. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. 1.5 FINAL CLEANING A. Execute final cleaning prior to final inspection. B. Clean site; sweep paved areas, rake clean landscaped surfaces. C. Remove waste and surplus materials, rubbish, and construction facilities from the site. D. Repair, patch and touch-up marred surfaces to match adjacent finishes. 1.6 ADJUSTING A. Adjust operating Products and equipment to ensure smooth and unhindered operation. 92265 CONTRACT CLOSEOUT 01700 - 1 09/ 15 EAST ERSKINE STREET — MARTIN LUTHER KING BOULEVARD TO LOOP 289 1.7 PROJECT RECORD DOCUMENTS A. Maintain on site, one set of the following record documents; record actual revisions to the Work: 1. Contract Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other Modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. B. Store Record Documents separate from documents used for construction. C. Record information concurrent with construction progress. D. Specifications: Legibly mark and record at each Product section description of actual Products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and Modifications. E. Record Documents and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 2. Field changes of dimension and detail. 3. Details not on original Contract Drawings. 4. Changes made by addenda and modification. F. Submit documents to Engineer as line segment installation is completed and with claim for final Application for Payment. 1.8 WARRANTIES A. Provide duplicate notarized copies. B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers. C. Provide Table of Contents and assemble with metal prong binder in durable plastic presentation cover. D. Submit prior to final Application for Payment. E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal within ten days after acceptance, listing date of acceptance as start of warranty period. F. Provide Affidavit of Bills Paid as required by General Contract Conditions and Owner. PART 2-PRODUCTS Not Used PART 3-EXECUTION Not Used END OF SECTION 92265 CONTRACT CLOSEOUT 01700 - 2 09/15 City of Lubbock Public Works Engineering Minimum Design Standards and Specifications Department of Public Works Engineering City of Lubbock, Texas May 1, 2014 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. Approval of plans is for general conformance with the City of Lubbock Minimum Design Standards and Specifications Approval of plans shall not relieve the Engineer or Developer of any responsibility for deviation from any City, State or other Governing Requirements nor for errors or omissions in plans and specifications ki � City of Lubbock rEx s April 7, 2014 Subject: City of Lubbock Public Works Engineering Minimum Design Standards & Specifications To whom it may concern: This letter is to advise of the release of the 2014 annual update to the City of Lubbock Public Works Engineering Minimum Design Standards and Specifications. Over the past year the City of Lubbock Engineering staff has been working with vendors, manufacturers, engineering firms and the development community to update and improve the 2013 edition. The Public Works Engineering Department will be reviewing plans and making comments according to these standards for any proposed infrastructure beginning May 1, 2014. Therefore any plans received by this department dated on or after May 1, 2014 will be reviewed under these newly adopted design and construction standards. This manual is available in digital format on the City of Lubbock website. Please feel free to contact me if you have any questions Sincerely, ' G L. klin, P.E. City ngineer City of Lubbock 1625 13'' Street Lubbock, Texas 79401 (806) 775-2343 L WAT*ER\DESIGNSTANDARDS &SPECMCATIONS7Al31AWPTIONLETTER & MAJOR CHANGES LIS'MDOP'nONLETTERDOC Design Standards and Specifications Table of Contents SECTION1.........................................................................................................................................1 MINIMUM DESIGN STANDARDS FOR WATER DISTRIBUTION..........................................................1 1.1 General......................................................................................................................................1 1.2 Design Flow................................................................................................................................1 1.3 Design Pressure..........................................................................................................................2 1.4 Hydraulic Design.........................................................................................................................2 1.5 Typical Layout............................................................................................................................2 1.6 Bedding and Cover......................................................................................................................3 1.7 Relation to Sanitary Sewer Mains and Appurtenances....................................................................3 1.8 Pipe Size and Spacing.................................................................................................................6 1.9 Pipe Materials.............................................................................................................................6 1.10 Methods of Connection................................................................................................................7 1.11 Flanged Outlets..........................................................................................................................7 1.12 Valve Spacing.............................................................................................................................7 1.13 Fire Protection Requirements.......................................................................................................7 1.14 Easements..................................................................................................................................8 1.15 Soil Analysis................................................................................................................................9 1.16 Pipe Restraints and Reaction Blocking.........................................................................................9 1.17 Tunneling, Jacking and Boring.....................................................................................................9 1.18 Dead-end Mains..........................................................................................................................9 1.19 Abandonment of Water Mains....................................................................................................10 SECTION2.......................................................................................................................................11 CHECK LIST FOR WATER DISTRIBUTION CONSTRUCTION PLANS.................................................11 2.1 Plan Submittal Requirements.....................................................................................................11 2.2 Plan Details..............................................................................................................................13 SECTION3.......................................................................................................................................15 MINIMUM DESIGN STANDARDS FOR SANITARY SEWERS.............................................................. is 3.1 General....................................................................................................................................15 3.2 Design Flow..............................................................................................................................15 3.3 Hydraulic Design.......................................................................................................................16 3.4 Design Details...........................................................................................................................16 3.5 Typical Layout..........................................................................................................................17 3.6 Bedding and Cover....................................................................................................................18 3.7 Relation to Water Mains............................................................................................................18 3.8 Abandonment of Sewer Mains and Manholes..............................................................................20 3.9 Easements................................................................................................................................20 3.10 Soil Analysis..............................................................................................................................20 3.11 Tunneling, Jacking and Boring...................................................................................................21 3.12 Lift Station................................................................................................................................21 SECTION4....................................................................................................................................... 23 CHECK LIST FOR SANITARY SEWER CONSTRUCTION PLANS......................................................... 23 4.1 Plan Submittal Requirements.....................................................................................................23 4.2 Plan Details..............................................................................................................................25 SECTION5 ....................................................................................................................................... 27 STANDARD SPECIFICATIONS FOR WATER MAIN CONSTRUCTION ................................................ 27 5.1 General....................................................................................................................................27 5.2 Plan Requirements....................................................................................................................27 5.3 Plan Approval...........................................................................................................................27 5.4 Inspection................................................................................................................................27 5.5 Specifications............................................................................................................................27 5.6 Materials of Construction...........................................................................................................27 5.7 Methods of Construction............................................................................................................36 5.8 Pneumatic Testing for Tapping Sleeves......................................................................................43 5.9 Hydrostatic Pressure Testing......................................................................................................43 5.10 Sterilization and Bacteriological Testing......................................................................................44 Design Standards and Specifications (' Streets and Drainage Check List C. 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. B. 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. Add mixture for increasing and or decreasing air shall be a temporary solution while the batch plant makes adjustments. A maximum of three loads may be treated per plant per day. F. 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. G. All concrete shall have 5 percent, minus 1.5 percent to plus 3 percent, air entrainment in conformance with ASTM C260. H. When delivered to the jobsite, each truck shall provide the load ticket indicating weights of all concrete ingredients, including cement, aggregates, water, and admixtures. 90 Section 8 Design Standards and Specifications Streets and Drainage Check List 8.7.02 Classification A. The following City of Lubbock classes of concrete shall be used: A Curb and gutter, sidewalks, curb ramps, drainage channels, medians, 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. 8.7.03 Thickness of Concrete Surfaces A. Concrete thoroughfare 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. C. All other proposed concrete paving thickness shall be approved in writing by the City { Engineer. 8.7.04 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. 8.7.05 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 91 Design Standards and Specifications Streets and Drainage Check List B. Mix designs for various classes of concrete shall conform to the following: 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. 8.7.06 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%. 8.7.07 Cement A. Cement shall be Type I, Type II, or Type I -II 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. 8.7.08 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. 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. 92 Section 8 jDesign Standards and Specifications Streets and Drainage Check List 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 the following requirements: EMOKU]JOkI 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. 8.7.09 Flowable Fill A. Flowable 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. Flowable 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 their expense. Section 8 93 Design Standards and Specifications Streets and Drainage Check List 8.7.10 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. l 8.7.11 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. D. Add mixture for increasing and or decreasing air shall be a temporary solution while the batch plant makes adjustments. A maximum of three loads may be treated per plant per day. 8.7.12 Reinforcing Material A. All concrete shall incorporate reinforcement as follows: i. Curb and Gutter - None ii. Street Paving, Valley Gutters, and Drainage Channel — A minimum of #5 deformed steel bars 12 inches on center both ways or design approved in writing by the City Engineer. 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 required by the City of Lubbock Building Official, or design approved in writing by the City Engineer. vi. Commercial driveways, including pedestrian crossing area — #3 deformed steel bars through the gutter section as indicated on the detail sheets and either 6-inch x 6-inch — 6 gauge welded wire fabric or #4 deformed bards 12 inches on center both ways. 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 (60 KSI), open-hearth, basic oxygen or electric furnace new billet steel manufactured in accordance with ASTM A615 and ASTM A305. a. Steel reinforcing materials shall be stored off the ground in a manner as to be protected from accumulations of grease, mud, 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. 94 Section 8 Design Standards and Specifications Streets and Drainage Check List 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. b. Fiber reinforcement shall be either 100% virgin polypropylene, collated, fibrillated fibers specifically manufactured for use as concrete reinforcement, containing no reprocessed olefin materials, or steel fibers. 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: Specific Gravity 0.91 Tensile Strength 70,000 psi to 110,000 psi Length 3 4 inch 8.7.13 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. 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. ii. 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 and at a maximum spacing of 130 feet. 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 1/2 inch wide 2 inch deep, shall be placed as shown on Standard Detail 36-11. iii. Alley paving contraction joints shall be sealed with an elastomeric sealer. iv. Expansion joints shall include bituminous pre -molded expansion joint board. 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. ii. Joints shall be saw cut within 12 hours of placement of the concrete paving. iii. Joints shall be sealed with an elastomeric sealer. iv. Joints shall be cleaned thoroughly with high pressure air prior to installation of any sealing materials. 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. Section 8 95 Design Standards and Specifications Streets and Drainage Check List E. Joint Sealing Materials i. Bituminous pre -molded expansion joint board material shall conform to ASTM D1751 and shall be placed as indicated on plan sheets or 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 required by plan sheets. a. Hot poured sealant for joints between Portland cement concrete and Bituminous concrete shall conform to ASTM D3405. 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. 8.7.14 Curing Compounds A. All fresh concrete surfaces shall be completely painted with a liquid membrane forming curing compound at a rate of one gallon per every 180 square feet. Its application shall conform to DMS - 4650 and TxDOT Item "Concrete Structures - Curing Materials". i. Fresh concrete is defined as less than 10 minutes after finishing B. No other methods of moisture retention on fresh concrete shall be used unless specifically approved by the Engineer. 8.7.15 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. 96 Section 8 Design Standards and Specifications Streets and Drainage Check List 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. 8.7.16 Placing and Finishing Concrete A. Placing of concrete shall not start before sunrise, and shall stop one hour before sunset. i. 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. i. 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 the sustained winds exceed the 25 miles per hour all placement operations will cease immediately. i. 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. This protection and forms shall remain in place as long as the temperature continues below 32 degrees, to a maximum of 5 days. iii. 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. Vibrators shall not be used to move concrete within the forms. E. The surface of concrete street paving shall incorporate a tined finish. F. All other concrete surfaces shall be completed with a light broom finish. G. When forms are used for concrete paving the forms must stay in place for a minimum of 12 hours. H. No equipment shall be placed on concrete until it has reached 75% of the specified 28 day compressive strength. I. 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. Section 8 97 Design Standards and Specifications Streets and Drainage Check List J. Prior to acceptance, the Contractor shall apply sufficient water to all gutters and paving to determine locations of ponding. i. Ponded areas deeper than 1/8 inch shall be removed and replaced, or rectified as directed by the Engineer. K. 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. L. Any concrete construction damaged by equipment, tools, vandals, or other influences shall be replaced at the contractor's own expense. 8.7.17 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, unless curb and gutter surfaces drain with flood testing and approved in writing by the City Engineer or designated staff. 8.7.18 Concrete Alley Paving Cuts A. Refer to Standard Detail 37-2. B. Transverse Cuts i. Minimum width between transverse joints shall be 4 feet. ii. No more than 2 transverse joints shall be added between existing 13 foot tooled joints. iii. Transverse joints shall be doweled 6 inches into existing pavement with #5 dowel bars at 3 foot spacing. When installed at expansion joints, slip dowels shall be used. C. Longitudinal Cuts i. Longitudinal cuts along the edge of existing alley pavement shall be a minimum width of 3 feet. ii. Maximum width of longitudinal cuts shall be 4 feet. iii. Longitudinal cuts wider than 4 feet, regardless of location, shall replace the full width �Y of existing alley paving. iv. Longitudinal joints shall be doweled 6 inches into existing pavement with #5 dowel bars at 3 foot spacing. 1_ D. Potholing for Locating Existing Utilities i. Pavement cuts for potholing purposes shall be circular cored holes or clean square cutouts._ _ a. Cored holes in asphalt pavement shall be filled with cold -mix asphalt to match the depth of existing pavement. b. Cored holes in concrete pavement shall be filled with concrete to match the depth of existing pavement. c. Cutouts shall be repaired as specified in these specifications. 98 Section 8 Design Standards and Specifications Streets and Drainage Check List 8.8 Subgrade and Base 8.8.01 Subgrade 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: Liquid Limit Max 45 Plasticity Index Min 5• Max 20 Linear Shrinkage Min 2• Max 10 i. 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 a minimum of 95 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. 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. Section 8 99 Design Standards and Specifications Streets and Drainage Check List 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 i. 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. L 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 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. 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. 100 Section 8 Design Standards and Specifications Streets and Drainage Check List E. Material Tests i. 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 12 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. vii. The compacted flexible base shall be finished and shaped immediately preceding the application of the surface treatment Section 8 101 Design Standards and Specifications Streets and Drainage Check List 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 flexbase 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. 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. 102 Section 8 r`s Design Standards and Specifications Streets and Drainage Check List 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 Plasticity Index Max 15 Linear Shrinkage Max 5 iv. The mineral aggregate shall not contain more than 0.5% moisture prior to entering the pug mill 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 i. 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. Section 8 103 Design Standards and Specifications q . Streets and Drainage Check List 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 i. ASB shall be compacted thoroughly and uniformly with approved rollers to a density between 93% and 98% 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. All deficient pavement shall be removed and replaced as determined by the Engineer 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 (H 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. No RAP material will be allowed in H MAC. 8.9.03 Strip paving is a substandard, temporary improvement and does not satisfy the paving 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 developer is still responsible for providing for the required permanent curb and gutter and paving. A. Unless otherwise specified, the materials and construction shall conform to TxDOT Item 340 - Dense -Graded -Hot -Mix Asphalt (Method). 104 Section 8 Design Standards and Specifications Streets and Drainage Check List B. Approval of the source and character of the materials shall be obtained from the Engineer prior to use. i. 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: a. Type "C" Coarse Graded Surface Course — Curb and gutter street widths greater than 36 feet: Section 8 105 Design Standards and Specifications Streets and Drainage Check List Passing 3/4" Sieve Cumulative Percent Passing 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: C- "EW- h Passin 1 2" Sieve 98-100 Passing 3 8" Sieve 85-100 Passing No. 4 Sieve 50-70 Passing 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. iii. 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. v. Deleterious materials shall be a maximum of 2.0 percent when tested in accordance with Tex-217-F. 106 Section 8 i Design Standards and Specifications Streets and Drainage Check List vi. Coarse aggregate shall have a maximum loss of 25% 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: D. Asphalt Ci. 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. e. A maximum of 20% RAP will be allowed within the surface course, as included in the submitted design. 8.9.07 HMAC Placement A. Prior to production beginning, contractor must submit in writing a job mix formula (]MF) for the mix design proposed to be run on that project. The ]MF will be held to tolerances as outlined. I�. B. Prime and Tack Coats Section 8 107 Design Standards and Specifications Streets and Drainage Check List i. 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 evenly and thoroughly applied with an approved sprayer as directed by the Engineer. (1) Mopping or brooming of tack coat is not allowed, unless prior approval by City Inspection Staff. (2) Minimum thickness shall be no less than 2 mil. thickness. 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 Installation Requirements 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 falling. (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 blowing dust. 108 Section 8. i Design Standards and Specifications Streets and Drainage Check List a. If the sustained winds reach 25 mph, all concrete and HMAC operations will cease production immediately. 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. A. 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.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 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 following compacted thickness: ii. Using appropriate rollers approved by the Engineer, the HMAC surface shall be compacted thoroughly and uniformly to a density between 93% and 98% of the theoretical maximum 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. iii. Compaction less than 93 percent or greater than 98 percent will be considered deficient. iv. All deficient HMAC shall be removed and replaced as determined by the Engineer at the contractor's expense. , Section 8 109 Design Standards and Specifications Streets and Drainage Check List v. HMAC shall meet all compaction requirements at the time of inspection. Re -rolling is not an approved method for achieving compaction requirements. vi. The contractor shall set rolling patterns using a thin lift nuclear gauge in order to ensure correct compaction. 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. 110 Section 8 Design Standards and Specifications Streets and Drainage Check List 8.9.09 Rejected HMAC Material 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 an approved reinforced concrete pavement design. 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 -Surfacing 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 TOOT Item # 300.2.1) "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 TOOT 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. Section 8 ill Design Standards and Specifications �i Streets and Drainage Check List iv. Aggregate shall meet the following gradation requirements: 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 TxDOT 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. 112 Section 8 Design Standards and Specifications Streets and Drainage Check List 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. A. 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. Section 8 113 Design Standards and Specifications Streets and Drainage Check List xiii. 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 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 i. 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 i. 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 i. 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 8.16 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. 114 Section 8 Design Standards and Specifications Streets and Drainage Check List 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. B. Mortar 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. 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 i. 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: ASTM C33 Aggregates ASTM C150 Cement ASTM C39 Sampling Specimens ASTM C185 Reinforcing ASTM C144 Sand and Mortar Section 8 115 Design Standards and Specifications Streets and Drainage Check List 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. 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. xi. 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 ASTM A48, having a clear opening of not less than 22 inches. b. The casting shall be designed with a full bearing ring so as to provide a continuous seat between frame and cover. 116 Section 8 1_ J Design Standards and Specifications Streets and Drainage Check List 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 conform with Plate SS-2. 8.11.05 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. ix. The sides of the trench shall be vertical, unless otherwise approved by the Engineer. t_ _ Section 8 117 Design Standards and Specifications Streets and Drainage Check List 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: 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. xi. 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. 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. 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 upgrade. 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. 118 Section 8 r s Design Standards and Specifications Streets and Drainage Check List 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 minimum 95% Modified Proctor Density. Section 8 119 } Design Standards and Specifications Streets and Drainage Check List 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 2 inches below the asphalt surface. 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. 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 Fences 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. 120 Section 8 4 I; Design Standards and Specifications Streets and Drainage Check List 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. 8.12.03 New fence construction shall be in accordance with specifications and details included on plan sheets. 8.13 Salvaue of Asphalt Pavi 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. Section 8 121 Design Standards and Specifications Streets and Drainage Check List A. The required plan and devices shall be considered to be subsidiary to pay items. 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 As a 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 their 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. 122 Section 8 I' Design Standards and Specifications Streets and Drainage Check List ii. The protest shall be in writing, addressed to the Engineer, and shall indicate basis of the protest. 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. i. 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. . Section 8 123 t_ Design Standards and Specifications Streets and Drainage Check List D. Curb on a slab that is part of a sidewalk, driveway, alley return, alley paving, valley gutter and 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. 8.16.03 Concrete Flat Slabs - Sidewalk, Driveway, Alley Return, Alley 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. l 124 Section 8 Design Standards and Specifications Streets and Drainage Check List B. Payment will be made at the unit price bid per linear foot of curb and gutter removed. C. The contractor shall ensure that the Engineer has the opportunity to measure the linear feet of curb and gutter prior to removal. 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. 8.16.1S 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. Section 8 12S Design Standards and Specifications Streets and Drainage Check List 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. 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 30 calendar days after the Developer or Developers Engineer has given written notice that the improvements have been substantially completed, the City shall inspect the completed improvements and provide a punch list if necessary. A. If it is mutually determined that the improvements have been constructed in accordance with the engineering plans and the City of Lubbock Public Works Engineering Minimum Design Standards and Specifications, the Developers Engineer shall submit Record Drawings, Certificate of Completion and Developers Warranty Statement (Copies of the Certificate of Completion and the Developers Warranty Statement are included in the City of Lubbock Public Works Engineering Minimum Design Standards and Specifications) B. Upon receipt of the Developers Certificate of Completion, Record Drawings and the Developers Warranty Statement, the City will accept improvements within 30 calendar days; unless exception is given in writing. 126 Section 8 Section Design Standards and Specifications Streets an Drainage Check §s C. Neither the Final Payment nor the Certificate of Completion shall relieve the Developer or Contractor of responsibility related to warranty U materials or workmanship. D. The Developer shall remedy an defects du to faulty materials or workmanship that appear within 2 yeam from the written Certificate of Completion. 127 Design Standards and Specifications Streets and Drainage Check List 128 Section 8 Design Standards and Specifications Streets and Drainage Check List SECTION 9 CHECK LIST FOR STREETS AND DRAINAGE CONSTRUCTION PLANS 9.1 Plan Submittal Requirements 9.1.01 All street and drainage improvements construction plans shall be checked for conformance with City of Lubbock Standard Specifications for Street and Drainage Construction prior to submittal to the Public Works Engineering Department. Approval of plans is for general conformance with the City of Lubbock Minimum Design Standards and Specifications. Approval of plans shall not relieve the Engineer or Developer from any City, State or other governing requirements nor for errors or omissions in the plans and specifications. 9.1.02 Plan Review A. The Design Engineer shall submit two sets of construction plans to the City Engineer for review and comment. B. Upon completion of review, one set shall be returned to the Design Engineer with comments. i. Plans requiring resubmittal may require payment of an additional Plan Review fee. C. After comments have been addressed and changes have been made, 2 full size and 6 half size sets of plans shall be provided for final approval for construction. L If additional approved plan sets are required by the Design Engineer, the appropriate amount shall be provided at this time. ii. If comments have not been addressed on plans submitted for final approval for construction the plans will be rejected and returned to the Design Engineer. D. Upon approval, stamped "Approved for Construction" plans shall be distributed as follows: L One (1) full size set will be secured in the City's records. ii. One (1) full size and 6 half size sets will be distributed to the City's inspectors and support staff. iii. Where applicable, additional sets will be provided to the Design Engineer. E. Final construction plans should not be submitted for Public Works Engineering Department approval for work that will not be installed within 1 year of the approval date. L Delays between approval date and construction may require resubmittal of the plans for review under current standards. 9.1.03 Construction Cost Estimate and Fees A. Two (2) sets of preliminary Cost Estimates shall be submitted for review at the time of plan review submittal. i. The preliminary Estimate shall be based upon reasonable estimates for the work as established by the Design Engineer. B. Two (2) sets of final Cost Estimates shall be submitted for review and reference at the time that a contract is awarded for the work. i. The final Cost Estimate shall be based upon actual contract values. C. Plan Review. Fees in the amount of 0.5% of the final Estimate amount (minimum $50) shall be submitted prior to construction. D. Inspection and Testing Fees in the appropriate amount of the final Cost Estimate amount (minimum $125) shall be submitted prior to construction. Section 9 129 Design Standards and Specifications 1 Streets and Drainage Check List E. Inspection and Testing Fees shall be based on the following requirements: Up to $20,000 4.0 0.04 20 001 - $25,000 3.75 0.0375 25 001 - $30,000 3.5 0.035 30 001 - $40,000 3.25 0.0325 40 001 - $50,000 3.0 0.03 50 001 - $75,000 2.5 0.025 75 001 - $150,000 2.0 0.02 Greater than $150,000 1.5 0.015 9.1.04 Construction Plans A. All plans to be used or kept on the job site shall be original or reproduced plan sets clearly marked "Approved for Construction" with the signature of reviewer and date approved by the Public Works Engineering Department. B. Should circumstances during construction warrant changes from the approved plans or specification, as determined by the City Inspector, a written approval must be obtained from the City Engineer. i. Copies of the written approval shall be attached to the construction plans and maintained on the job site. 9.1.05 Record Drawings A. The Design Engineer shall be responsible for recording constructed dimensions, grades, elevations and additional information on a set of Record Drawings during the progress of construction. i. The City of Lubbock Public Works Engineering Department shall monitor this process to assure that changes in construction are kept up to date on the Record Drawings. B. Reproducible Mylar "Record Drawings", certified by the Design Engineer and the City of Lubbock Public Works Engineering Department, shall be presented to the City within 30 days of completion of the construction. C. Where the construction is phased and a lapse of more than 60 days occurs between phases, then reproducible Mylar Record Drawings shall be presented to the City of Lubbock Public Works Engineering Department reflecting the completed construction prior to issuance of the Certificate of Acceptance of Streets and Drainage Improvements. 9.1.06 Acceptance A. Upon completion of construction, satisfactory tests, completion of punch list items, and submittal of Record Drawings, the Design Engineer shall submit a request to the City Engineer for a Certificate of Acceptance of Streets and Drainage Improvements. 130 Section 9 Design Standards and Specifications Streets and Drainage Check List 9.2 Plan Details 9.2.01 Plan Format A. All drawings shall be no larger than 24-inch by 36-inch in size. 9.2.02 The following information shall be shown on the plans: A. General i. Title Block (lower right hand corner preferred) ii. Scale a. Horizontal 1"=20' or 1"=50' b. Vertical 1"=1' (preferred) or 1"=2' (maximum) iii. Original Date and Revision Dates iv. Name of Professional Engineer v. Professional Engineer's Seal vi. Firm Name and Contact Information vii. Legal Description of Property Being Improved viii. Drawings Number (s) ix. Statement: "All work shall be performed in accordance with the City of Lubbock Minimum Design Standards and Specifications." B. Plan L Bench Marks and USGS Datum ii. North Arrow iii. ROW Lines, Property Lines and Lot Numbers iv. Street Names and Easements with Width Dimensions v. Existing Curbs and Paving (Gray) vi. Proposed Curbs and Paving (Bold) vii. Spot Elevations on Radii, Dips, Grade Breaks, and Ditches viii. Location and Direction of Dips ix. Other Pertinent Details (Buildings, Utilities, Water Courses, Etc.) C. Profile i. Existing Ground Surface at Curb Lines (Gray) ii. Existing Gutters or Flow Lines (Gray) iii. Proposed Gutters or Flow Lines (Bold) iv. Stationing with Profiles Indexed to Plan View v. Intermediate Station Numbers and Elevations at Points of Grade Change and Radii vi. Ditch Grades vii. Existing and Proposed Utilities Where Crossed D. Detail Sheet - As Required E. Overall Layout Sheet — As Required i. Scale 1 "=100' ii. Lot Lines iii. Streets and Street Names Section 9 131 Design Standards and Specifications Construction Details SECTION 10 TYPICAL DETAILS OF CONSTRUCTION 10.1 General Details 10.1.01 Construction shall be in accordance with the following standard details unless otherwise \� indicated on plans or directed by the Engineer. 132 Section 10 IX 0 0 m m R l� ISLAND, 50 SQ.FT. MIN. AREA IF USED. PROPERTY LINE c T_ 311 VISIBILITY TRIANGLE N R � VV � � 25' R R R —� S- — R A C DIMENSION REFERENCE RESIDENTIAL STREET THOROUGHFARE STREET COLLECTOR STREET INDUSTRIAL STREET (ROADWAY CLASSIFICATION, (R1A, 32') T1, 66 �T2, R2, 42: (I, 42') ROADWAY WIDTH) (Rl, 36') 88'3 Cl,' 46'3 WIDTH ONE-WAY 12' 15' 15' 20' TWO-WAY - MINIMUM 12' 30' 30' 40' TWO-WAY - MAXIMUM 30' 40' 40' 50, MINIMUM RADIUS R 5' 15' 15' 20' MINIMUM SPACING FROM PROPERTY LINE P R R R+5' R+5' FROM STREET CORNER C A+R A+R A+R A+R FROM THOROUGHFARE C 150'APPROACHING CORNER 100' EXITING BETWEEN DRIVEWAYS S 3' 60' 60' 30' MINIMUM ANGLE D 450 450 300 300 * MAY BE "0" FEET IF SHARED DRIVE IS PROPOSED. DRIVEWAY STANDARDS boc Lubk TEXAS J X d Q Hf fd o �J fw \ rn L N VI q (NO SCALE) 4' SIDEWALK ° 1 EXPANSION JOINTS SPACED EXPANSION JOINTS.'--.G. , y 36' MAX. ALONG SIDEWALK RUN. A PROPERTY LINE EXPANSION w JOINT Y y CONTRACTION MARKINGS � 1/2 WAY THROUGH a0 SLAB AT 4' INTERVALS. SECTION A -A CURB REMOVED. NOTE: SEE PLATE NO. 36-4 FOR ASPHALT REPAIR ADJACENT TO CURB AND GUTTER OR DRIVEWAY. VARIABLE Boa 4' SIDEWALK — MIN. @ 2% MAX. SECTIONS B-B (RESIDENTIAL) Z ZY �U 0H VARIABLE 4' SIDEWALK — 3' MIN. @ 2% MAX. FIRE HYDRANT, POWER POLE, ETC. MUST HAVE EXPANSION JOINT BLOCK - OUT WHEN ENCLOSED IN CONCRETE. EXTEND 6" PAST EDGE OF HYDRANT/POLE �— / `- 6"X6" - 6 GAUGE WELDED WIRE FABRIC OR INNER CURB AS REQUIRED. #4 DEFORMED STEEL BARS 12" O.C. BOTH Z vi WAYS, CENTERED IN SLAB. �Y w f� ZY i0 SECTIONS B-B ko�- (COMMERCIAL) FOR COMMERCIAL DRIVEWAY: NOTES: CURB AND GUTTER TO BE COMPLETELY REMOVED AND 1. MAINTAIN GUTTER FLOWINE THROUGH DRIVEWAY. RECONSTRUCTED WITH #3 2. ALL EXPANSION JOINTS TO BE )41" THICK. BARS RUNNING ENTIRE 3. 30' TO 45' FLARE MAY BE USED IN LIEU OF LENGTH OF NEW GUTTER. RADII ON RESIDENTIAL DRIVEWAYS. 4. SEE PLATES 36-16 AND 36-16(A) FOR CURB RAMP DETAILS. REVISED FOUR FOOT SIDEWALK City Of MAY 2014 CONSTRUCTION DETAILS Lubbock PLATE NO. TEXAS 36-2 a zg 'QS fa B FO ins �O nivJi I � 5' OR 6' SIDEWALK. PROPERTY LINE Q GOB � V A A i � a vnr O EXPANSION L4 a � • r. JOINTS,,.,. < r.. SEE FRONTAL VIEW FIRE HYDRANT, POWER B POLE, ETC. MUST HAVE EXPANSION JOINTS EXPANSION JOINT BLOCK - SPACED 36' MAX. OUT WHEN ENCLOSED ALONG SIDEWALK RUN. IN CONCRETE. EXTEND 6" PAST EDGE OF EXPANSION SECTION A -A HYDRANT/POLE JOINT, < <`Q 4" MIN. THICKNESS OF SIDEWALK. CONTRACTION MARKINGS t 1/2 WAY THROUGH SLAB AT 6' INTERVALS. VARIES 3' MIN. @ 2% MAX. SLOPE aW CURB T SIDEWALK let REMOVED. s.> • > SECTIONS B-B 4" MIN. NOTE: (RESIDENTIAL) THICKNESS. SEE PLATE NO, 36-4 a w VARIES FOR ASPHALT REPAIR 3' MIN. @ 2% MAX. SLOPE a ADJACENT TO CURB AND GUTTER OR DRIVEWAY. 6' SIDEWALK I 4 e r 4 6" ,Rr 2" 6"X6" - 6 GAUGE WELDED WIRE FABRIC ORTt 4 z_ #4 DEFORMED STEEL BARS 12" O.C. BOTH INNER CURB —FOR COMMERCIAL DRIVEWAY, WAYS, CENTERED IN SLAB,AS REQUIRED. COMPLETELY REMOVE CURB AND `o (COMMERCIAL) GUTTER AND RECONSTRUCT WITH #3 BARS RUNNING ENTIRE LENGTH FRONTAL VIEW OF NEW GUTTER. PROPERTY LINE N SIDEWALK ELEVATION BACK OF SIDEWALK NOTES: 1. MAINTAIN GUTTER FLOWINE THROUGH DRIVEWAY. 2. ALL EXPANSION JOINTS TO BE �4" THICK. 3. 300 TO 450 FLARE MAY BE USED IN LIEU OF RADII ON RESIDENTIAL DRIVEWAYS. 4. SEE PLATES 36-16 AND 36-16(A) FOR CURB RAMP DETAILS. 5. 5' CURB BACK ON RESIDENTIAL STREETS. 6' CURB BACK ON COLLECTOR AND THOROUGHFARE STREETS. TOR 6' SIDEWALK CONSTRUCTION DETAILS REVISED City of MAY 2014 Lubbock PLATE NO, TEXAS 36-3 F6"- 18" TYPICAL ID NEW CONCRETE TOE FORM - TO BE REMOVED DRIVEWAY PRIOR TO INSTALLATION OF FLOWABLE FILL AND PAVING SURFACE. NOTES: 1. MAINTAIN VERTICAL AND HORIZONTAL ALIGNMENT OF CURB, LIP, AND GUTTER FLOW LINE. 2. REMOVE CURB TO LIP LINE AND POUR NEW DRIVEWAY FLUSH AGAINST TOE FORM. ASPHALT REPAIR ADJACENT TO CURB AND GUTTER OR DRIVEWAY 12" I //- SMOOTH - H M.A.C. SURFACE, 11N. TYPE "C" SAWCUT TO REMAIN ,A.C. SURFACE. / IN PLACE. FLOWABLE FILL Lub City of bo6k TEXAS dw BASE REVISED DEC. 2012 PLATE NO. 36-4(A) 6" 18" TYPICAL �I i NEW CONCRETE SMOOTH DRIVEWAY SAWCUT NOTES: 1. MAINTAIN VERTICAL AND HORIZONTAL ALIGNMENT OF CURB, LIP, AND GUTTER FLOW LINE. 2. REMOVE CURB TO LIP LINE AND POUR NEW DRIVEWAY FLUSH AGAINST TOE FORM. CONCRETE PAVING REPAIR ADJACENT TO CURB AND GUTTER OR DRIVEWAY EXISTING CONCRETE PAVING City of Lubbock TEXAS REVISED DEC. 2012 PLATE NO. 36-4(B) I I R=25' /�'..\ 4'PROPERTY LINE. SIDEWALK 4 41 Lu C 0. 0 I 4' SIDEWALK ALONG PROPERTY LINE 10, YMIN. ALLEY RETURN (TYPICAL) City of Lubbock TEXAS 31 DRIVEWAY APPROACH (TYPICAL) REVISED DEC. 2012 PLATE NO. 36-5 R--25' 5' OR 6' CURB BACK SIDEWALK 10' / ti1 OAF UO ZoLn a' Y e OQ L" m EMN-10 TOR 6' SIDEWALK ALONG CURB BACK MAILBOX 3'MIN. TMIN. ALLEY RETURN (TYPICAL) TMIN. TMIN. � TMIN. DRIVEWAY APPROACH (TYPICAL) City of Lubbock TEXAS REVISED DEC. 2012 PLATE NO. 36-6 CURB AND GUTTER, 6" CONCRETE SLAB WITH 6"X6" - 6 3/4" BITUMINOUS FILLETS AND SLAB TO BE GAUGE WELDED WIRE FABRIC OR #4 PREMOLDED EXP. POURED TOGETHER. DEFORMED STEEL BARS 12" O.C. BOTH JOINT. WAYS, CENTERED IN SLAB. SIDEWALK PROPERTY LINE OR A 5' wW `J O 7.5" L • - 6"X6" - 6 GAUGE WELDED WIRE FABRIC OR #4 DEFORMED STEEL BARS 12" O.C. BOTH WAYS, CENTERED IN SLAB. >a CSC CONTRACTION JOINTS. 4o � 1 - v) 0 8'* B 2.5' 2.5' N 10' 2.S' 1'* o� B N z �z U) z 6"X6" - 6 GAUGE WELDED WIRE FABRIC OR #4 DEFORMED STEEL BARS 12" O.C. BOTH WAYS, / -j °, CENTERED IN SLAB. cL LOINT. N -' 2.5'* W.R. MEADOWS #158, SEALTIGHT SAFE -SEAL 3405, SONNEBORN SL-1 OR I.- APPROVED EQUIVALENT. TRANSVERSE CONTRACTION JOINT (REQUIRED AT COLD JOINTS AND EVERY 13 FEET OF PAVING.) TYPICAL ALLEY RETURN 20' 10, SECTION A -A a<P54 / CURB HEIGHT TRANSITIONS TO 0" AT THIS POINT. //�j�/err PHIS POINT OF ALLEY RETURN / TO BE NO MORE THAN 7" HIGHER THAN GUTTER ON HIGH 2.5' SIDE END OF RADIUS AT STREET. 1'* 34" BITUMINOUS :XPANI ION JOINT. PLAN VIEW * TO BE USED WHEN ALLEY R.O.W. WIDTH IS 15'. A --------- 5' LUw \� `\ a o ° � a N0. 6 REBAR SPACED 6" FROM EDGE OF SLAB AND 131" FROM BOTTOM OF SLAB EACH SIDE. LOCATE BY MEANS OF CHAIRS OR PLASTIC STAKES (NOT METAL OR WOOD). CONSTRUCTION OF THIS TYPE IS ALLOWED ONLY WHERE THE EXISTING ALLEY RETURN, ALLEY PAVING OR STREET GUTTER IS IN GOOD CONDITION AND GRADE AND ALIGNMENT ARE SATISFACTORY. 34" BITUMINOUS EXPANSION JOINT.---- ING ALLEY RETURN, Al 'ING OR STREET GUTTE L� SECTION B-B CONCRETE ALLEY SLAB. c P Se - 6 GAUGE WELDED Aj6"X6" 1 WIRE FABRIC OR #4 DEFORMED STEEL BARS 12" --� I O.C. BOTH WAYS, CENTERED IN SLAB. ALL CONCRETE SHOWN TO BE 3,000 P.S.I. AT 7 DAYS. (CLASS B) City of Lubbock TIXAS REVISED MAY 2014 PLATE NO. 36-7 NOTE: DEFORMED STEEL BARS 12" O.C. BOTH WAYS, 1. TRANSVERSE CONTRACTION JOINT CENTERED IN SLAB. (REQUIRED AT COLD JOINTS AND EVERY 13 FEET OF PAVING.) TYPICAL "T" ALLEY REVISED City of DEC. 2012 INTERSECTION WITH Lubbo6k PLATE N0. CONTRACTION JOINTS TEXAS 36-8 9" R TYPE "A" 12" 12" ROLLOVER CURB TYPE "B" 9 11/ 16" G , 0 } in n 3" 9 ,�y,� " � ( M i i 6" 9. 3" M in TYPE "C" NOTE: 1. THIS SECTION TO BE USED FOR RESIDENTIAL APPLICATIONS ONLY. APPROVAL WILL DEPEND ON TRAFFIC AND DRAINAGE CONSIDERATIONS. NOTE: 1. REINFORCED TYPE "C" GUTTER SECTION SHALL BE CONSTRUCTED WITH THREE #3 BARS RUNNING THE ENTIRE LENGTH OF THE DRIVEWAY SECTION WITH CHAIRS SPACED TO GIVE ACCURATE PLACEMENT. (TO BE USED AT DRIVEWAYS ONLY.) TYPICAL 24" CURB say° City of AND GUTTER SECTIONS Lubbock TEXAS REVISED MAY 2014 PLATE NO. 36-9 I n n NOTES: 1. REINFORCED TYPCE "C" GUTTER SECTION SHALL BE CONSTRUCTED WITH THREE #3 BARS RUNNING THE ENTIRE LENGTH OF THE DRIVEWAY SECTION WITH CHAIRS SPACED TO GIVE ACCURATE PLACEMENT. CTO BE USED AT DRIVEWAYS ONLY.) 2. 30" CURB AND GUTTER IS NOT STANDARD AND SHALL ONLY BE USED WITH PERMISSION OF CITY ENGINEER. TYPICAL 30" CURB AND GUTTER SECTIONS CONTRACTION JOINT #4 DEFORMED STEEL BARS @ 12" O.C. BOTH WAYS7 . A - -- FLOWABLE FILL SHALL BE USED TO REPLACE BASE MATERIAL REMOVED. SEE PLATE NO. 36-4 / l FLOWLINE FLOWLINE 10' CONTRACTION CONTRACTION JOINT JOINT --------- -- ------ x A z zi O SEE PLATE NO. 36-16 a FOR DETAILS REGARDING O CURB TRANSITIONS X=DISTANCE LIP TO LIP z 3 NOTES: 1. CLASS "B" CONCRETE 3,000 P.S.I. @ 7 DAYS 2. MAINTAIN LIP UP GUTTER SECTION WITH 1" INVERT TO VALLEY GUTTER 3. TRANSITION FLOWLINE AND MAINTAIN 1" PLAN VIEW INVERT FOR POSITIVE DRAINAGE THROUGH VALLEY GUTTER DEPTH: 6"- RESIDENTIAL STREETS 8"- COLLECTORS & THOROUGHFARES 2" MIN. TYPE "C' H.M.A.C. SURFACE. --� f--3" 1 r BASE :' BASE 5' r 5�-I � OWABLE FILL SEE PLATE NO.36-4. CONCRETE VALLEY GUTTER & FILLET DETAIL SECTION A -A REVISED f dt City of DEC. 2012 Lubbock PiATE No. TEXAS 36-11 -- VARIES 4= -r•- VARIES- T.O.C. 1:12 SLOPE 1:12 SLOPE FLOWLINE FRONT VIEW SIDEWALK SLOPE REQUIREMENTS LONGITUDINAL -- 1:20 MAX. TRANSVERSE -- 1:50 MAX. PROPERTY LINE CURB & GUTTER -v 4' MIN. 4" MIN. THICKNESS. MINIMUM FINISHED - THICKNESS TO BE 4". VARIES - (10' TYPICAL) R=25' SEE PLATE NO. 36-16(A) FOR GENERAL NOTES ON A.D.A. RAMPS CONSTRUCTION. �9 RAMP = 50.8 SQ. FT. OF CONCRETE FLATWORK SURFACE APPLIED TRUNCATED DOME PANEL. - 5'-6" MIN. 6" SLOPE 5% 24" MIN. MAX 1:12 SLOPE (MAX.) SURFACE APPLIED TRUNCATED DOME BITUMINOUS" PANEL. EXPANSION JOINT AS 4" MAX REQUIRED BEHIND CURB. SECTION A -A CORNER CURB RAMP REVISED (WITH TYPICAL 4' SIDEWALK City of MAY 2014 Lubbock PLATE NO, ALONG PROPERTY LINE) TEXAS 36-14 T.O.C. r-VARIES4'VARIES�i J�1.12 SLOPEt- =-1:12 SLOPE FLOWLINE FRONT VIEW SIDEWALK SLOPE REQUIREMENTS LONGITUDINAL - 1:20 MAX. TRANSVERSE - 1:50 MAX. PROPERTY LINE GI R=15'� �r2 -VARIES- (10' TYPICAL) 9 R=25' SEE PLATE NO. 36-16(B) FOR GENERAL NOTES ON A.D.A. RAMP CONSTRUCTION. RAMP = 50.8 SQ. FT. OF CONCRETE FLATWORK SURFACE APPLIED CURB & TRUNCATED DOME GUTTER PANEL. -----4' MIN. T-6" MIN. �6" SLOPE 5% 24" MIN. MAX 1:12 SLOPE MAX. Z SURFACE APPLIED - f TRUNCATED DOME BITUMINOUS -" `r �r PANEL. 41. MAX EXPANSION JOINT AS REQUIRED BEHIND CURB. CORNER CURB RAMP m City of MAY 2014 (WITHWPICAL 51 OR 6 SIDEWALK WLubbock PLATE NO. ALONG CURB BACK) TEXAS 36-15 A IN RADIUS PRACTICABLEvJ .., ...� • •,�.....,.. "..�... IN STRAIGHT C. & G. RAMPS SHALL BE CENTERED IN CURB & GUTTER RADIUS TO THE MAXIMUM EXTENT PRACTICABLE. TYPICAL ADA RAMP PLAN GROOVE JOINTS EACH SIDE OF RAMP TOP OF CURB \ BITUMINOUS -" EXPANSION JOINT (FULL DEPTH)LOCATED ALONG BACK OF CURB NEW CONSTRUCTION. A YELLOW, SURFACE -APPLIED TRUNCATED DOME PANELS AFFIXED, FOLLOWING MANUFACTURER'S INSTRUCTIONS, TO PROPERLY CONSTRUCTED, CURED AND PREPARED 4" CONCRETE SLAB. MAINTAIN GUTTER �— 4' MIN. --H Lubbock TEXAS SHEET 1 OF 2 REVISED MAY 2014 PLATE NO. 36-16(A) f- 1 MIN. 5'-6" MIN. 6" MAX E 5% 24" MIN. 1:12 SLOPE (MAX.) 4" MIN. THICKNESS. SURFACE APPLIED TRUNCATED DOME BITUMINOUS )4f" PANEL. EXPANSION JOINT AS 4" MAX REQUIRED BEHIND SECTION A -A CURB. SURFACE APPLIED CLASS "A" CONCRETE SHALL TRUNCATED DOME CONFORM TO APPLICABLE PANEL. SPECIFICATIONS. �4" MIN. THICKNESS SECTION B-B NOTES: 1. SURFACE -APPLIED, TRUNCATED DOME, DETECTABLE WARNING SYSTEM PANELS, USED HEREIN, SHALL BE MANUFACTURED BY ADA SOLUTIONS (WWW.ADATILE.COM), OR APPROVED EQUAL, AND SHALL BE LAID TO WHERE THE DOMES ARE UP AND THE LONG AXIS OF THE PANEL SHALL BE PERPENDICULAR TO THE DIRECTION OF TRAVEL. 2. RAMP TEXTURES SHALL CONSIST OF TRUNCATED DOMES SURFACES. TRUNCATED DOME DIAMETER, HEIGHT AND SPACING SHALL COMPLY WITH THE TEXAS ACCESSIBILITY STANDARDS (TAS), ADMINISTERED BY THE TEXAS DEPARTMENT OF LICENSING AND REGULATION (TDLR). TEXTURES ARE REQUIRED TO BE DETECTABLE UNDERFOOT. SURFACES THAT WOULD ALLOW WATER TO ACCUMULATE ARE PROHIBITED. THE PANELS SHALL BE AFFIXED AT THE PRESCRIBED LOCATION, TO THE PROPERLY CURED AND PREPARED CONCRETE IN THE MANNER AND USING THE MATERIALS SPECIFIED BY THE MANUFACTURER. 3. THE RAMPS AND LANDINGS SHALL BE CONSTRUCTED FLAT, IN ONE PLANE, WITHOUT WAVINESS, HIGH/LOW SPOTS OR WARP. THE CONCRETE WHERE THE SURFACE -APPLIED PANEL SHALL BE AFFIXED SHALL BE IN JUST SUCH A CONDITION. IF DETERMINED TO BE NECESSARY AND APPROPRIATE BY THE ENGINEER, A HIGH SPOT IN THE CONCRETE MAY BE HAND -MILLED WITH A GRINDER, JUST ENOUGH FOR FLATNESS, IF THE AREA TO BE GROUND IS TO BE UNDER THE SURFACE -APPLIED PANEL. IF NOT, THE CONCRETE SHALL BE REMOVED AND PROPERLY REPLACED AT THE CONTRACTOR'S EXPENSE. AFTER THE CONCRETE IS THOROUGHLY CURED, AND THE SURFACE CORRECTLY PREPARED, THEN THE SURFACE -APPLIED PANELS SHALL BE PROPERLY AFFIXED TO THE CONCRETE, ACCORDING TO THE MANUFACTURER'S INSTRUCTIONS. 4. SURFACE -APPLIED PANEL COLOR FOR THE RAMP SHALL BE A CONTRASTING COLOR THAT PROVIDES A LIGHT REFLECTIVE VALUE THAT SIGNIFICANTLY CONTRASTS WITH THE ADJACENT SURFACES. THE COLOR OF THE SURFACE -APPLIED PANELS SHALL BE SHOWN ELSEWHERE IN THE PLANS OR SPECIFICATIONS. IF NEEDED, SURFACE -APPLIED PANELS SHALL BE SAWCUT ONLY AND A PANEL SHALL BE AFFIXED WITH A 1#8" GAP TO ANOTHER PANEL. 5. ALL SLOPES SHOWN ARE MAXIMUM ALLOWABLE. THE LEAST POSSIBLE SLOPE THAT WILL STILL DRAIN PROPERLY SHOULD BE USED. RAMP LENGTH OR GRADE OF SIDEWALK APPROACH MAY BE ADJUSTED AS DIRECTED BY THE ENGINEER. TAS REQUIRED DIMENSIONS AND SLOPES ARE PARAMOUNT. IF SITE CONDITIONS PREVENT A RAMP FROM BEING CONSTRUCTED, AS -DRAWN, TO WORK AS INTENDED AND COMPLY WITH THE REQUIRED SLOPES, THEN THE RAMP CONSTRUCTION MUST BE ADJUSTED TO COMPLY WITH THE REQUIRED SLOPES. ALL CONSTRUCTION QUESTIONS SHALL BE DIRECTED TO THE ENGINEER. 6. MAXIMUM ALLOWABLE CROSS -SLOPE ON SIDEWALK AND RAMP SURFACES IS 2%. ALL CONCRETE SURFACES SHALL RECEIVE A LIGHT BROOM FINISH UNLESS NOTED OTHERWISE ON THE PLANS. ADDITIONAL INFORMATION ON CURB RAMP LOCATION, DESIGN, LIGHT REFLECTIVE VALUE AND TEXTURE MAY BE FOUND IN THE CURRENT EDITION OF THE TAS. SHEET 2 OF 2 REWSED TYPICAL ADA City Of MAY 2014 RAMP PLAN Lubbock PLATE NO. TEXAS 36-16(B) z \2' SLOPE ALONG GUTTER VARIES SLOPE ALONG GUTTER VARIES SEE PLATE NO. 36-16 FOR DETAILS REGARDING CURB TRANSITIONS ADA RAMP AT FILLET KEYED NOTES (1) SLOPE ALONG BACK OF CURB AT RAMP OPENING SHALL NOT EXCEED 2%. 2Q SLOPE FROM BACK OF CURB AT RAMP OPENING TO LIP LINE SLOPE ALONG GUTTER VARIES SHALL NOT EXCEED 5%. 2' SLOPE ALONG GUTTER VARIES � SEE PLATE NO. 36-16 FOR DETAILS REGARDING CURB TRANSITIONS HADA RAMP AT CURB h-4' MIN, 5'-6" MIN. 6' MAX E 5% 24" MIN 4' MIN. THICKNESS. SURFACE APPLIED TRUNCATED DOME BITUMINOUS -" PANEL. EXPANSION JOINT AS 4" MAX REQUIRED BEHIND SECTION A CURB. REVISED TYPICAL ADA City of MAY 2014 RAMP DETAIL Lubb O Ck PLATE NO. TEXAS 36-17 f - TYPICAL ALLEY PAVING City of Lubbock TEXAS REVISED DEC. 2012 PLATE NO. 37-1 NOTE: 1. ALL JOINTS SHALL BE DOWELED AS SPECIFIED 2. MAXIMUM OF TWO TRANSVERSE CUT JOINTS BETWEEN EXISTING 13' TOOLED JOINTS (ONE SLAB). TYPICAL ALLEY PAVING CUT Lubblo of TIXAS REVISED DEC. 2012 PLATE NO. 37-2 R-lA RESIDENTIAL 52'ROW -r 32' FF R-2 SCHOOL AND R-1 RESIDENTIAL COMMERCIAL 56'ROW 60'ROW 36' �FF =FF COLLECTOR INDUSTRIAL 64'ROW 60'ROW 46' FF 42' FF T-1 THOROUGHFARE T-2 THOROUGHFARE 90' ROW &J r 110'ROW 66' FF 88' FF NOTE: FF DIMENSIONS ARE FROM FACE OF CURB TO FACE OF CURB. REVISED CITY OF LUBBOCK City of DEC. 2012 STREET STANDARDS Lubbock PLATE NO. TIXAS 38-1 • T-1 OR T-2 THOROUGHFARE - COLLECTOR FLARE � *1 REVISED �w '� City of MAY 2014 AT INTERSECTION 4I,UbbOCk WITH A THOROUGHFARE TfYAS PLATE 38-2. 8-2 T-1 THOROUGHFARE RIGHT TURN LANE (FLARE) f- T-1 OR T-2 THOROUGHFARE City of *Lu"bbo6k Texas REVISED MAY 2014 PLATE NO. 38-3 T-2 THOROUGHFARE RIGHT TURN LANE (FLARE) - T-1 OR T-2 THOROUGHFARE - City of t, Lubbock TEXAS REVISED MAY 2014 PLATE NO. 38-4 R=45' FACE OF CURB R=50' FPC� OF 00 52' OR 56' RIGHT OF WAY 32' OR 36' FACE TO FACE 4' PEDESTRIAN ACCESS EASEMENT (REQUIRED ONLY WHERE CUL-DE-SAC LOTS ARE ADJACENT TO A STREET) PROVIDE CONCRETE CURBED CHANNEL WITH ACCESSIBLE RAMPS FOR DRAINAGE WHERE 35' MIN NECESSARY (IF NEEDED FOR DRAINAGE, A MINIMUM OF 20' DRAINAGE EASEMENT) STANDARD R-1A & R-1 CUL-DE-SAC ADJACENT ALLEY OR STREET City of Lubbock TEXAS R=45' REVISED MAY 2014 PLATE NO. 38-5 52' ROW 2% MIN 2% MIN 4% MAX 4% MAX DEPTH OF CURB AND GUTTER MATCHES PAVING DEPTH _ _ ,_ #4 BARS @ 36" O.C. TRANSVERSE #4 @ 12" O.C. LONG 6" PORTLAND CEMENT CONCRETE PAVEMENT MIN. CEMENT CLASS C. COMPRESSIVE RENGTH OF 3,600 PSI @ 28 DAYS) RESIDENTIAL STREET (R-1) CONCRETE PAVING N.T.S. 12" COMPACTED SUBGRADE 12" -I 4- @ 95% MODIFIED DENSITY TYPICAL SIDEWALK Cityof Lubbck TEXAS REVISED MAY 2014 PLATE NO. 38-6 2% MIN 4% MAX DEPTH OF CURB AND - ~_ GUTTER MATCHES _70, PAVING DEPTH �3 #4 BARS @ 24" O.C. TRANSVERSE #5 @ 12" O.C. LONG 7" PORTLAND CEMENT CONCRETE PAVEMENT MIN. CEMENT CLASS C. COMPRESSIVE NGTH OF 3,600 PSI @ 28 DAYS) MAJOR COLLECTOR (C-1) CONCRETE PAVING N.T.S. &W ROW 2% MIN 4% MAX 12" COMPACTED SUBGRADE 12" -I I- @ 95% MODIFIED DENSITY TYPICAL SIDEWALK City of Lubbock TEXAS REVISED MAY 2014 PLATE NO. 38-7 TRAVEL LANE TRAVEL LANE Z Z Y Y TRANSVERSE CONSTRUCTION JOINT ___\ — LONGITUDINAL CONTRACTION JOINT X X a () c/ 2 a SINGLE PIECE a I TIE BARS 1_c/2 TIE BARS I� LONGITUDINAL PAVEMENT OR CONTRACTION JOINT ONGITUDINAL SHOULDER EDGE CONSTRUCTION JOINT TYPICAL PAVEMENT LAYOUT PAVEMENT OR SHOULDER EDGE PLAN VIEW (NOT TO SCALE) GENERAL NOTES 1. ALL THE REINFORCING STEEL AND TIE BARS SHALL BE DEFORMED 7. TRANSVERSE STEEL SHALL BE PLACED TO WITHIN 3" OF THE STEEL BARS CONFORMING TO ASTM A 615 (GRADE 60) OR ASTM A 996 BACK OF CURB WHEN THE CURB @ GUTTER ARE POURED WITH (GRADE 60) OR ABOVE. STEEL BAR SIZES AND SPACINGS SHALL CONFORM THE CONCRETE PAVING. TO TABLE NO.1 AND TABLE NO.2. 8. (b) = TRANSVERSE STEEL AND TIE BARS SPACING 2. STEEL BAR PLACEMENT TOLERANCE SHALL BE +/- 1 IN. HORIZONTALLY (c) = LONGITUDINAL STEEL SPACING AND +/- 0.5 IN. VERTICALLY. CALCULATED AVERAGE BAR SPACING (CONCRETE PLACEMENT WIDTH / NUMBER OF LONGITUDINAL BARS) SHALL (SEE TABLE 1 AND 2 PLATE 38-9) CONFORM TO TABLE NO.1 3. PAVEMENT WIDTHS OF MORE THAN 25 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. 4. THE SAW CUT DEPTH FOR THE LONGITUDINAL CONTRACTION JOINT (SECTION Z-Z) SHALL BE ONE THIRD OF THE SLAB THICKNESS (T/3). 5. OMIT TIE BARS LOCATED WITHIN 18 IN. OF THE TRANSVERSE CONSTRUCTION JOINTS (SECTION X-X). USE HAND -OPERATED IMMERSION VIBRATORS TO CONSOLIDATE THE CONCRETE ADJACENT TO ALL FORMED JOINTS. 6. LONGITUDINAL REINFORCING STEEL SPLICES SHALL BE A MINIMUM OF 25 IN. STAGGER THE LAP LOCATIONS SO THAT NO MORE THAN 1/3 OF THE LONGITUDINAL STEEL IS SPLICED IN ANY GIVEN 12-FT. WIDTH AND 2-FT. LENGTH OF THE PAVEMENT. RESIDENTIAL AND COLLECTOR STREET REVISED City of 77'' MAY 2014 CONCRETE PAVING DETAILS LUbbOCI� PLATE NO. 1 OF 3 TEXAS 38-8 I i L=50" ADDITIONAI JOINT SEALING L/2 STEEL BARS MATFRTAI i T TRANSVERSE BARS LONGITUDINAL BARS NO SPLICES ALLOWED WITHIN 10 FT OF THE JOINT TRANSVERSE CONSTRUCTION JOINT SECTION X - X 50" FOR #5 BAR 42" FOR #4 BAR 25" FOR #5 BAR TIE BARS MAY BE JOINT SEALING 2BAR IN SAME PLANE AS MATERIAL TRANSVERSE BARS TIE BARS,SINGLE OR MULTIPLE -PIECE JIT/2 T MIN.CLEAR 2" �� ►T. �T► ►T ...T► � 1 � c c a a c c LONGITUDINAL BARS TRANSVERSE BARS LONGITUDINAL CONSTRUCTION JOINT SECTION Y - Y 150" FOR #5 BAR, 42" FOR #4 BAR r LONGITUDINAL JOINT SEALING 5" FOR #5 BAR BARS MATERIAL SAW CUT T/., • • T F/t. c c c/2c/2 c c TRANSVERSE BARS SINGLE PIECE TIE BARS SHOULD BE IN SAME PLANE AS TRANSVERSE BARS. LONGITUDINAL CONTRACTION JOINT SECTION Z - Z TABLE NO.1 LONGITUDINAL STEEL FIRST ADDITIONAL STEEL SLAB THICKNESS REGULAR SPACING BARS AT TRANSVERSE AND BAR SIZE STEEL BARS AT EDGE CONSTRUCTION JOINT OR JOINT (SECTION X-X) T BAR SPACING SPACING SPACING LENGTH (IN.) SIZE (c) (a) 2 x c L (IN.) (IN.) (IN.) (IN.) 6.0 #4 12 3 24 42 7.0 #5 12 3 24 50 TABLE NO.2 TRANSVERSE STEEL AND TIE BARS TIE BARS TIE BARS SLAB TRANSVERSE AT LONGITUDINAL AT LONGITUDINAL THICKNESS STEEL (b) CONTRACTION JOINT CONSTRUCTION JOINT (IN.) (SE ON Z-Z SECTION Y-Y BAR SPACING BAR SPACING BAR SPACING SIZE (IN.) I SIZE (IN.) SIZE (IN.) 6.0 #4 36 #4 72 #4 36 7.0 #4 24 #4 48 #4 24 RESIDENTIAL AND COLLECTOR STREET City of CONCRETE PAVING DETAILS Lubbock 2 OF 3 Texas REVISED MAY 2014 PLATE NO. 38-9 CLASS'B' CONCRETE 3000 PSI AT 7 DAYS. THOROUGHFARE STREETS; CLASS "C' CONCRETE DRILL AND DRIVE 12" DEFORMED #5 DOWEL BARS 6" INTO EXISTING SLAB ON 3' SPACING. ALL CONCRETE JOINTS TO BE SAW CUT. EXISTING CONCRETE EXISTING CONCRETE PAVING PAVING I 8" MINIMUM �0 3' MIN O 94 BARS 12" O.C. MAX SPACING 0, IN BOTH DIRECTIONS. } �s BACKFILL COMPACTED TO 95%t MODIFIED PROCTOR (ASTM D 698) 2% OF OPTIMUM MOISTURE CONTENT. (MAX. 611 LLB.) PIPE EMBEDMENT (IN ACCORDANCE WITH THE ENGINEERS AND MANUFACTURERS RECOMMENDATIONS). ALTERNATIVE BACKFILL FULL DEPTH OF TRENCH BACKFILL; 1 1/2 SACK CONTROLLED LOW STRENGTH MATERIAL (FLOWABLE FILL) WITH PEA GRAVEL. NOTE: CONCRETE PAVING 1. GREATER THAN 5' WIDTH LONGITUDE CUTS WILL REQUIRE PAVING REPAIR APPROVAL BY THE CITY ENGINEER. 2. ALL MATERIALS AND CONSTRUCTION PRACTICES SHALL BE IN CONFORMANCE WITH CITY OF LUBBOCK STANDARD PAVING SPECIFICATIONS. CONCRETE STREET REVISED City of DEC. 2012 AND ALLEY Lubbock CUT REPAIRS TEXAS UEM-02 CONCRETE CAP BRICK JOINTS TO BE FILLED CLASS'B' CONCRETE WITH SAND/CEMENT AT A 50-50 3000 PSI AT 7 DAYS. BLEND, OR AS APPROVED BY THE STREET SUPERINTENDENT. Z_ f o-10= 1° SAND CUSHION MINIMUM. I- 8" MIN # 4 BARS, 12" O.C. MAX. SPACING IN BOTH DIRECTIONS. BACKFILL COMPACTED TO 95%± MODIFIED PROCTOR (ASTM D 698) 2% OF iV OPTIMUM MOISTURE CONTENT. (MAX. 6" LIFTS.) ALTERNATIVE BACKFILL PIPE BEDDING (IN 1 1/2 SACK CONTROLLED ACCORDANCE WITH THE ENGINEERS LOW STRENGTH MATERIAL (FLOWABLE FILL) WITH BRICK AND MANUFACTURERS RECOMMENDATIONS). PEA GRAVEL. PAVING NOTE: 1. SEE CONCRETE CAP DETAIL. PLATE NO. 36.09.05 2. #5 DOWELS NEEDED IF TIED INTO EXISTING CONCRETE BASE. 3. ALL MATERIALS AND CONSTRUCTION PRACTICES SHALL BE IN CONFORMANCE WITH CITY OF LUBBOCK STANDARD PAVING SPECIFICATIONS. REVISED BRICK STREET" t DEC. 2012 City Of CUT REPAIRS Lubbock TEXAS UEM-03 Z O Qz as w� C3 C�Q CONCRETE ALLEY PAVING. mw �z o > o G o L o o c o C 1 BACKFILL COMPACTED TO 95%t MODIFIED PROCTOR DENSITY (ASTM D 698) 2% OF OPTIMUM MOISTURE CONTENT. (MAX. 6" LIFTS.) ALTERNATIVE BACKFILL FULL DEPTH OF TRENCH BACKFILL 1 1#2 SACK CONTROLLED LOW STRENGTH MATERIAL (FLOWABLE FILL) WITH PEA GRAVEL. NOTE: 1. ALL MATERIALS AND CONSTRUCTION PRACTICES SHALL BE IN CONFORMANCE WITH CITY OF LUBBOCK PUBLIC WORKS ENGINEERING DESIGN STANDARDS AND SPECIFICATIONS. 2. THE ALLEY PAVING CONTRACTOR SHALL BE REQUIRED TO OBTAIN 95%t MODIFIED PROCTOR DENSITY (ASTM D 698) 2% OF OPTIMUM MOISTURE IN THE 6" DEPTH OF SUBGRADE IMMEDIATELY BELOW THE ALLEY PAVING. THE ALLEY PAVING CONTRACTORS SHALL BE REQUIRED TO OBTAIN 95%* MODIFIED PROCTOR DENSITY (ASTM D 698) 2% OF OPTIMUM MOISTURE IN THE 6" DEPTH OF SUBGRADE IMMEDIATELY BELOW THE ALLEY PAVING. PIPE EMBEDMENT (IN ACCORDANCE WITH THE ENGINEERS AND MANUFACTURERS RECOMMENDATIONS). TRENCH BACKFILL REQUIREMENT REVISED �� ON ALLEYS TO BE PAVED � City of DEC.2012 Lubbock WITHIN RIGHT-OF-WAY TEXAS UEM-04 i EXISTING GROUND SURFACE. BACKFILL COMPACTED TO 95%t MODIFIED PROCTOR DENSITY (ASTM D 698) 2% OF OPTIMUM MOISTURE CONTENT. (MAX. 6" LIFTS.) 12" i= ALTERNATIVE BACKFILL �1 FULL DEPTH OF TRENCH BACKFILL 1 34 SACK CONTROLLED LOW \�y PIPE BEDDING (IN ACCORDANCE WITH THE ENGINEERS AND STRENGTH MATERIAL (FLOWABLE MANUFACTURERS RECOMMENDATIONS). FILL) WITH PEA GRAVEL. NOTE; 1. ALL MATERIALS AND CONSTRUCTION PRACTICES SHALL BE IN CONFORMANCE WITH CITY OF LUBBOCK PUBLIC WORKS ENGINEERING DESIGN STANDARDS AND SPECIFICATIONS. TRENCH BACKFILL REQUIREMENTS REVISED ON UNPAVED STREETS AND ALLEYS o DEC. 2012 Lubbock WITHIN RIGHT-OF-WAY t Texas UEM-05 PLACE #4 BARS BOTH WAYS ALONG PAVING 6 CUT AT 12" MAX. SPACING. AT LEAST 2 -{ 6" #4 BARS EACH WAY ARE REQUIRED. #4 BARS, 12" O.C. MAX SPACING IN BOTH DIRECTIONS, CENTERED IN SLAB NOTE: 1. ALL MATERIALS AND CONSTRUCTION PRACTICES SHALL BE IN CONFORMANCE WITH CITY OF LUBBOCK PUBLIC WORKS ENGINEERING DESIGN STANDARDS AND SPECIFICATIONS ALLEY PAVING REPAIR OR CAP NO SCALE DRILL AND DRIVE 12" DEFORMED #5 DOWEL BARS 6" INTO EXISTING SLAB ON 3' SPACING All City of Lubbock TEXAS REVISED MAY 2014 UEM-06 Design Standards and Specifications Construction Details 10.5 Appendix Section 10 196 A-1.1 Restrained Joint Table for Bends Minimum length to be restrained each side of bend (Feet): PVC Pipe Horiztonal Bends Vertical Bends (Upper/Lower) (in.) 90` 45' 22-1/2° 11-1/4° 90' 45' 22-1/2' 11-1/4` 4 14 6 3 2 - 1 16/4 8/2 4/1 6 19 8 4 2 - 23/5 11 /3 6/2 8 25 11 5 3 - 30/7 15/4 7/2 10 30 13 6 3 - 36/8 17/4 9/2 12 35 15 7 4 - 42/10 21 /5 10/3 16 45 19 9 5 - 54/13 26/6 13/3 20 54 23 11 6 - 66/15 32/8 16/4 24 63 27 13 7 - 78/18 38/9 19/5 D.I. Pipe (in.) Horiztonal Bends Vertical Bends (Upper/Lower) 90' 45° 22-1/2' 11-1/4° 90° 45' 22-1/2' 11-1/4° 4 11 5 3 1 - 9/3 5/2 3/1 6 15 6 3 2 - 12/4 6/2 3/1 8 19 8 4 2 - 16/6 8/3 4/2 10 23 10 5 3 - 19/7 10/3 5/2 12 27 12 6 3 - 23/8 11 /4 6/2 16 35 15 7 4 - 29/10 14/5 7/3 20 42 18 9 5 - 36/12 17/6 9/3 24 49 21 10 5 - 42/14 20/7 10/4 Table is based on Soil Type SC, Safety Factor 2, Trench Type 3, Depth of Bury 3 feet on upper vertical bends and 6 feet on lower vertical bends, and Test Pressure of 100 psi. Values derived from the EBAA Iron, Inc. Restrained Length Calculation Program. Revised 3/11 City of Lubbock Water Utilities Engineering Department Minimum Design Standards and Specifications for Water and Sewer A-1.2 Restrained Joint Table for Tees Minimum branch length to be restrained (Feet): PVC Pipe Branch Pipe Size (in.) Run Pipe Size (in.) 4 6 8 10 12 16 20 24 4 1 1 1 1 1 1 1 1 6 22 13 4 1 1 1 1 1 8 40 33 26 18 11 1 1 1 10 - 49 43 37 31 18 5 1 12 - - 59 54 49 38 27 16 16 - - - 84 20 72 64 55 20 - - - - 107 101 94 87 24 - - - - - 1 127 122 116 D.I. Pipe Branch Pipe Size (in.) Run Pipe Size (in.) 4 6 8 10 12 16 20 24 4 1 1 1 1 1 1 1 1 6 12 7 2 1 1 1 1 1 8 21 18 14 10 6 1 1 1 10 - 26 23 20 17 10 3 1 12 - 31 29 26 12 15 8 16 - - 44 42 38 34 26 20 - - - 57 53 50 46 24 - - - - 67 64 61 Table is based on Soil Type SC, Safety Factor 2, Trench Type 3, Depth of Bury 3 feet, Test Pressure 100 psi, and minimum restrained length of pipe along run on either side of tee of 5 feet. Values derived from the EBAA Iron, Inc. Restrained Length Calculation Program. Revised 3/11 City of Lubbock Water Utilities Engineering Department Minimum Design Standards and Specifications for Water and Sewer A-1.3 Restrained Joint Table for Reducers Minimum length to be restrained on larger pipe (Feet): PVC Pipe Small Pipe Size (in.) Large Pipe Size (in.) 4 6 8 10 12 16 20 24 4 - 22 40 54 69 95 119 142 6 - - 23 41 57 86 112 137 8 - - - 23 42 75 103 129 10 - - - - 23 61 92 120 12 - - - - - 44 78 109 16 - - - - - - 44 80 20 - - - - - - - 44 24 - - - - - - - - D.I. Pipe Branch Pipe Size (in.) Run Pipe Size (in.) 4 6 8 10 12 16 20 24 4 - 12 21 29 36 50 63 75 6 - - 13 22 30 46 59 72 8 - - - 12 22 40 54 68 10 - - - - 13 32 49 63 12 - - - - - 23 42 57 16 - - - - - - 23 42 20 - - - - - - - 24 24 - - - - - - - - Table is based on Soil Type SC, Safety Factor 2, Trench Type 3, Depth of Bury 3 feet, Test Pressure 100 psi, and minimum restrained length of small size pipe to be 112 that listed here. Values derived from the EBAA Iron, Inc. Restrained Length Calculation Program. Revised 3/11 City of Lubbock Water Utilities Engineering Department Minimum Design Standards and Specifications for Water and Sewer A-1.4 Restrained Joint Table for Dead Ends Minimum length to be restrained from dead end (Feet): Pipe Size (in.) PVC Pipe D.I. Pipe 4 30 16 6 42 22 8 55 29 10 67 35 12 79 42 16 102 54 20 125 66 24 147 78 Table is based on Soil Type SC, Safety Factor 2, Trench Type 3, Depth of Bury 3 feet, and Test Pressure 100 psi. Values derived from the EBAA Iron, Inc. Restrained Length Calculation Program. Revised 3/11 City of Lubbock Water Utilities Engineering Department Minimum Design Standards and Specifications for Water and Sewer A-2 Date of Application: Company Name Address Contact Person Position Phone Number Email Fax Number Manufacturer (If not ap licant) Supplier (If not applicant) Product Nomenclature Model No. Series Description/Use of Product Have you included a sample? Would you like this sample returned? List Testing Certifications (Required) 1........_.._....... List Attached Items (Provide five copies of each) 1. 2. 2. 3. 3. 4. 4. 5. 5. 6. 6. 7. 7. ****Do not write below this line - - For City use only**** Application No. (Ex. 2014-01) Approved By: Title: 1-1 Accepted Rejected Comments: CERTIFICATE OF COMPLETION DATE: PROJECT DATA SUBDIVISION NAME: PLAT DESCRIPTION: TYPE OF MUNICIPAL IMPROVEMENT ❑ WATER ❑ SEWER ❑ PAVING ❑ DRAINAGE ❑ OTHER CONTRACTOR'S AFFIDAVIT TO DEVELOPER I certify that the work under the above named project, including all amendments thereto, has been satisfactorily completed in accordance with the engineering plans and specifications and in accordance with the City of Lubbock Public Works Engineering Minimum Design Standards and Specifications; that no liens have been or will be attached against the property and improvements of the owner; that no suits are pending by reason on the project under the contract; and no public liability claims are pending. CONTRACTOR / DEVELOPER: ADDRESS: PHONE: SIGNED: PRINTED: TITLE: RECOGNITION BY CITY OF LUBBOCK An inspection of the work on the above referenced Project was conducted on Those participating in the inspection (final walk-through) were and . The inspection revealed that the infrastructure inspected has been completed substantially in accordance with the plans and specifications and is recommended for acceptance on City of Lubbock By Printed Name Title Rev. 05-01-2014 Item 110 Excavation 1. DESCRIPTION 110 Taxes -- of hanspor Um Excavate areas as shown on the plans or as directed. Remove materials encountered to the lines, grades, and typical sections shown on the plans and cross -sections. 2. CONSTRUCTION Accept ownership of unsuitable or excess material and dispose of material in accordance with local, state, and federal regulations at locations outside the right of way. Maintain drainage in the excavated area to avoid damage to the roadway section. Correct any damage to the subgrade caused by weather at no additional cost to the Department. Shape slopes to avoid loosening material below or outside the proposed grades. Remove and dispose of slides as directed. 2.1. Rock Cuts. Excavate to finish subgrade. Manipulate and compact subgrade in accordance with Section 132.3.4., "Compaction Methods," unless excavation is to clean homogenous rock at finish subgrade elevation. Use approved embankment material compacted in accordance with Section 132.3.4., "Compaction Methods," to replace undercut material at no additional cost if excavation extends below finish subgrade. 2.2. Earth Cuts. Excavate to finish subgrade. Scarify subgrade to a uniform depth at least 6 in. below finish subgrade elevation in areas where base or pavement structure will be placed on subgrade. Manipulate and compact subgrade in accordance with Section 132.3.4., "Compaction Methods." Take corrective measures as directed if unsuitable material is encountered below subgrade elevations. 2.3. Subgrade Tolerances. Excavate to within 1/2 in. in cross-section and 1/2 in. in 16 ft. measured longitudinally for turnkey construction. Excavate to within 0.1 ft. in cross-section and 0.1 ft. in 16 ft. measured longitudinally for staged construction. 3. MEASUREMENT This Item will be measured by the cubic yard in its original position as computed by the method of average end areas. 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. Limits of measurement for excavation in retaining wall areas will be as shown on the plans. Shrinkage or swelling factors will not be considered in determining the calculated quantities. 4. 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 "Excavation (Roadway)," "Excavation (Channel)," 76 110 "Excavation (Special)," or "Excavation (Roadway and Channel)." This price is full compensation for authorized excavation; drying; undercutting subgrade and reworking or replacing the undercut material in rock cuts; hauling; disposal of material not used elsewhere on the project; scarification and compaction; and equipment, labor, materials, tools, and incidentals. Drying required deeper than 6 in. below subgrade elevation will be paid for in accordance with Article 9.7., i "Payment for Extra Work and Force Account Method." Excavation and replacement of unsuitable material below subgrade elevations will be performed and paid for in accordance with the applicable bid items. However, if Item 132, "Embankment," is not included in the Contract, payment for replacement of unsuitable ! material will be paid for in accordance with Article 9.7., "Payment for Extra Work and Force Account Method." When a slide not due to the Contractor's negligence or operation occurs, payments for removal and disposal of the slide material will be in accordance with Article 9.7., "Payment for Extra Work and Force Account Method," Excavation in backfill areas of retaining walls will not be measured or paid for directly but will be subsidiary to pertinent Items. 77 432 Item 432 _- Riprap o Edon 1. DESCRIPTION Furnish and place concrete, stone, cement -stabilized, or special riprap. 2. MATERIALS Furnish materials in accordance with the following Items. ■ Item 420, "Concrete Substructures," ■ Item 421, "Hydraulic Cement Concrete," ■ Item 431, "Pneumatically Placed Concrete," ■ Item 440, "Reinforcement for Concrete," and ■ DMS-6200, "Filter Fabric." 2.1. Concrete Riprap. Use Class B Concrete unless otherwise shown on the plans. 2.2. Pneumatically Placed Concrete Riprap. Use Class II concrete that meets Item 431, "Pneumatically Placed Concrete," unless otherwise shown on the plans. 2.3. Stone Riprap. Use durable natural stone with a bulk specific gravity of at least 2.50 as determined by Tex-403-A unless otherwise shown on the plans. Provide stone that, when tested in accordance with Tex-411-A, has weight loss of no more than 18% after 5 cycles of magnesium sulfate solution. Perform a size verification test on the first 5,000 sq. yd. of finished riprap stone for all types of stone riprap at a location determined by the Engineer. Test the riprap stone in accordance with ASTM D5519. Additional tests may be required. Do not place additional riprap until the initial 5,000 sq. yd. of riprap has been approved. Provide grout or mortar in accordance with Item 421, "Hydraulic Cement Concrete," when specified. Provide grout with a consistency that will flow into and fill all voids. Provide filter fabric in accordance with DMS-6200, "Filter Fabric." Provide Type 2 filter fabric for protection stone riprap unless otherwise shown on the plans. Provide Type 2 filter fabric for Type R, F, or Common stone riprap when shown on the plans. 2.3.1. Type R. Use stones between 50 and 250 lb. with at least 50% of the stones heavier than 100 lb. 2.3.2. Type F. Use stones between 50 and 250 lb. with at least 40% of the stones heavier than 100 lb. Use stones with at least 1 broad flat surface. 2.3.3. Common. Use stones between 50 and 250 lb. Use stones that are at least 3 in. in their least dimension. Use stones that are at least twice as wide as they are thick. When shown on the plans or approved, material may consist of broken concrete removed under the Contract or from other approved sources. Cut exposed reinforcement flush with all surfaces before placement of each piece of broken concrete. 2.3.4. Protection. Use boulders or quarried rock that meets the gradation requirements of Table 1. Both the width and the thickness of each piece of riprap must be at least 113 of the length. When shown on the plans or as approved, material may consist of broken concrete removed under the Contract or from other approved sources. Cut exposed reinforcement flush with all surfaces before placement of each piece of broken 539 432 concrete. Determine gradation of the finished, in -place, riprap stone under the direct supervision of the Engineer in accordance with ASTM D5519. Table 1 In.Plarp Prnfprfinn Rinran Cradafinn Ranniramank Size Maximum Size (lb.)lb. 90% Size' 50% Size lb. 8% Size3 Minimum Ib. 12 in. 200 80-180 30-75 3 15 in. 320 170200 60-165 20 18 in. 530 290475 105-220 22 21 in. 800 460-720 175200 25 24 in. 1,000 550-850 200225 30 30 in. 2,600 1,150-2,250 400-900 40 1. uetmed as that size such that 1 U"/o of the total nprap stone, by weight, is larger and 9U% is smaller. 2. Defined as that size such that 50% of the total riprap stone, by weight, is larger and 50% is smaller. 3. Defined as that size such that 92% of the total riprap stone, by weight, is larger and 8% is smaller. The Engineer may require in -place verification of the stone size. Determine the in -place size of the riprap stone by taking linear transects along the riprap and measuring the intermediate axis of the stone at select intervals. Place a tape measure along the riprap and determine the intermediate axis size of the stone at 2 ft. intervals. Measure a minimum of 100 stones, either in a single transect or in multiple transects, then follow ASTM D5519 Test Procedure Part B to determine the gradation. Table 2 is a guide for comparing the stone size in inches to the stone weight shown in Table 1. Table 2 Protection Riorao Stone Size' Size Dmax in. D90 in, D50 in, D8 in. 12 in. 13.76 10.14-13.29 7.31-9.92 3.39 15 in. 16.10 13.04-15.75 9.21-12.91 6.39 18 in. 19.04 15.58-18.36 11.10-14.21 6.59 21 in. 21.85 18.17 21.09 13.16-15,75 6.88 24 in. 23.53 19.28-22.29 13.76-16.18 7.31 30 in. 32.36 24.65-30.84 17.34-22.72 8.05 1. Based on a Specific Gravity of 2.5 and using the following equation for the intermediate axis diameter D = {(12*W)/(Gs'62.4'0.85))1J3 where: D = intermediate axis diameter in in.; W = weight of stone in lbs.; Gs = Specific Gravity of stone. Note —if the Specific Gravity of the stone is different than 2.5, then the above equation can be used to determine the appropriate size using the actual Specific Gravity. If required, provide bedding stone that, in -place, meets the gradation requirements shown in Table 3 or as otherwise shown on the plans. Determine the size distribution in Table 3 in accordance with ASTM D6913. Table 3 Protectinn Rinran Rpddinn Matprial Gradation Rpnnirpmank Sieve Size (Sq. Mesh % by Weight Passing 3" 100 1-1/2" 50-80 3/4" 20-60 #4 0-15 #10 0-5 2.4. Cement -Stabilized Riprap. Provide aggregate that meets Item 247, "Flexible Base," for the type and grade i shown on the plans. Use cement -stabilized riprap with 7% hydraulic cement by dry weight of the aggregate. i 2.5. Special Riprap. Furnish materials for special riprap according to the plans. 540 432 3. CONSTRUCTION Dress slopes and protected areas to the line and grade shown on the plans before the placement of riprap. Place riprap and toe walls according to details and dimensions shown on the plans or as directed. 3.1. Concrete Riprap. Reinforce concrete riprap with 6 x 6 — W2.9 x W2.9 welded wire fabric or with No. 3 or No. 4 reinforcing bars spaced at a maximum of 18 in. in each direction unless otherwise shown. Alternative styles of welded wire fabric that provide at least 0.058 sq. in. of steel per foot in both directions may be used if approved. A combination of welded wire fabric and reinforcing bars may be provided when both are permitted. Provide a minimum 6-in. lap at all splices. Provide horizontal cover of at least 1 in. and no more than 3 in. at the edge of the riprap. Place the first parallel bar no more than 6 in. from the edge of concrete. Use approved supports to hold the reinforcement approximately equidistant from the top and bottom surface of the slab. Adjust reinforcement during concrete placement to maintain correct position. Sprinkle or sprinkle and consolidate the subgrade before the concrete is placed as directed. All surfaces must be moist when concrete is placed. Compact and shape the concrete once it has been placed to conform to the dimensions shown on the plans. Finish the surface with a wood float after it has set sufficiently to avoid slumping to secure a smooth surface or broom finish as approved. Cure the riprap immediately after the finishing operation according to Item 420, "Concrete Substructures." 3.2. Stone Riprap. Provide the following types of stone riprap when shown on the plans: ■ Dry Riprap. Stone riprap with voids filled with only spalls or small stones. ■ Grouted Riprap. Type R, F, or Common stone riprap with voids grouted after all the stones are in place. ■ Mortared Riprap. Type F stone riprap laid and mortared as each stone is placed. Use spalls and small stones lighter than 25 lb. to fill open joints and voids in stone riprap, and place to a tight fit. Place mortar or grout only when the air temperature is above 35°F. Protect work from rapid drying for at least 3 days after placement. Place filter fabric with the length running up and down the slope unless otherwise approved. Ensure fabric has a minimum overlap of 2 ft. Secure fabric with nails or pins. Use nails at least 2 in, long with washers or U-shaped pins with legs at least 9 in. long. Space nails or pins at a maximum of 10 ft. in each direction and 5 ft. along the seams. Alternative anchorage and spacing may be used when approved. 3.2.1. Type R. Construct riprap as shown in Figure 1 on the Stone Riprap Standard and as shown on the plans. Place stones in a single layer with close joints so most of their weight is carried by the earth and not the adjacent stones. Place the upright axis of the stones at an angle of approximately 90° to the embankment slope. Place each course from the bottom of the embankment upward with the larger stones in the lower courses. Fill open joints between stones with spalls. Place stones to create a uniform finished top surface. Do not exceed a 6-in. variation between the tops of adjacent stones. Replace, embed deeper, or chip away stones that project more than the allowable amount above the finished surface. Prevent earth, sand, or foreign material from filling the spaces between the stones when the plans require Type R stone riprap to be grouted. Wet the stones thoroughly after they are in place, fill the spaces between the stones with grout, and pack. Sweep the surface of the riprap with a stiff broom after grouting. 541 i 432 3.2.2. Type F. 3.2.2.1. Dry Placement. Construct riprap as shown in Figure 2 on the Stone Riprap Standard. Set the flat surface on a prepared horizontal earth bed, and overlap the underlying course to secure a lapped surface. Place the large stones first, roughly arranged in close contact. Fill the spaces between the large stones with suitably sized stones placed to leave the surface evenly stepped and conforming to the contour required. Place stone to drain water down the face of the slope. 3.2.2.2. Grouting. Construct riprap as shown in Figure 3 on the Stone Riprap Standard. Size, shape, and lay large flat -surfaced stones to produce an even surface with minimal voids. Place stones with the flat surface facing upward parallel to the slope. Place the largest stones near the base of the slope. Fill spaces between the larger stones with stones of suitable size, leaving the surface smooth, tight, and conforming to the contour required. Place the stones to create a plane surface with a variation no more than 6 in. in 10 ft. from true plane. Provide the same degree of accuracy for warped and curved surfaces. Prevent earth, sand, or foreign material from filling the spaces between the stones. Wet the stones thoroughly after they are in place, fill the spaces between them with grout, and pack. Sweep the surface with a stiff broom after grouting. 3.2.2.3. Mortaring. Construct riprap as shown in Figure 2 on the Stone Riprap Standard. Lap courses as described for dry placement. Wet the stones thoroughly before placing mortar. Bed the larger stones in fresh mortar as they are being place and shove adjacent stones into contact with one another. Spread excess mortar forced out during placement of the stones uniformly over them to fill all voids completely. Point up all joints roughly either with flush joints or shallow, smooth -raked joints as directed. 3.2.3. Common. Construct riprap as shown in Figure 4 on the Stone Riprap Standard. Place stones on a bed excavated for the base course. Bed the base course of stone well into the ground with the edges in contact. Bed and place each succeeding course in even contact with the preceding course. Use spalls and small stones to fill any open joints and voids in the riprap. Ensure the finished surface presents an even, tight surface, true to the line and grades of the typical sections. Prevent earth, sand, or foreign material from filling the spaces between the stones when the plans require grouting common stone riprap. Wet the stones thoroughly after they are in place; fill the spaces between them with grout; and pack. Sweep the surface with a stiff broom after grouting. 3.2.4. Protection. Construct riprap as shown in Figure 5 on the Stone Riprap Standard. Place riprap stone on the slopes within the limits shown on the plans. Place stone for riprap on the filter fabric to produce a reasonably well -graded mass of riprap with the minimum practicable percentage of voids. Construct the riprap to the lines and grades shown on the plans or staked in the field. A tolerance of +6 in. and -0 in, from the slope line and grades shown on the plans is allowed in the finished surface of the riprap. Place riprap to its full thickness in a single operation. Avoid displacing the filter fabric. Ensure the entire mass of stones in their final position is free from objectionable pockets of small stones and clusters of larger stones. Do not place riprap in layers, and do not place it by dumping it into chutes, dumping it from the top of the slope, pushing it from the top of the slope, or any method likely to cause segregation of the various sizes. Obtain the desired distribution of the various sizes of stones throughout the mass by selective loading of material at the quarry or other source or by other methods of placement that will produce the specified results. Rearrange individual stones by mechanical equipment or by hand if necessary to obtain a reasonably well -graded distribution of stone sizes. Use the bedding thickness shown and place stone for riprap on the bedding material to produce a reasonably well -graded mass of riprap with the minimum practicable percentage of voids if required on the plans. 3.3. Pneumatically Placed Concrete Riprap, Class 11. Meet Item 431, "Pneumatically Placed Concrete." Provide reinforcement following the details on the plans and Item 440, "Reinforcement for Concrete." Support reinforcement with approved supports throughout placement of concrete. Give the surface a wood -float finish or a gun finish as directed. Cure the riprap with membrane -curing compound immediately after the finishing operation in accordance with Item 420, "Concrete Substructures." 542 432 3.4. Cement -Stabilized Riprap. Follow the requirements of the plans and the provisions for concrete riprap except when reinforcement is not required. The Engineer will approve the design and mixing of the cement - stabilized riprap. 3.5. Special Riprap. Construct special riprap according to the plans. 4. MEASUREMENT This Item will be measured by the cubic yard of material complete in place. Volume will be computed on the basis of the measured area in place and the thickness and toe wall width shown on the plans. If required on the plans, the pay quantity of the bedding material for stone riprap for protection to be paid for will be measured by the cubic yard as computed from the measured area in place and the bedding thickness shown on the plans. 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 "Riprap" of the type, thickness, and void -filling technique (Dry, Grout, Mortar) specified, as applicable. This price is full compensation for furnishing, hauling, and placing riprap and for filter fabric, expansion joint material, concrete and reinforcing steel, grout and mortar, scales, test weights, equipment, labor, tools, and incidentals. Payment for excavation of toe wall trenches, for all necessary excavation below natural ground or bottom of excavated channel, and for shaping of slopes for riprap will be included in the unit price bid per cubic yard of riprap. When bedding is required for protection stone riprap, payment will be made at the unit price for "Bedding Material' of the thickness specified. This price is full compensation for furnishing, hauling, placing, and maintaining the bedding material until placement of the riprap cover is completed and accepted; excavation required for placement of bedding material; and equipment, scales, test weights, labor, tools, and incidentals. No payment will be made for excess thickness of bedding nor for material required to replace embankment material lost by rain wash, wind erosion, or otherwise. 543 450 I Item 450 Railing Zanaportau0n 1. DESCRIPTION Construct railing of concrete, steel, aluminum, or a combination of these materials, including necessary anchorage for the railing on bridges, culverts, walls, or other structures as shown on the plans. 2. MATERIALS 3. Use materials that conform to requirements of the following Items. ■ Item 421, "Hydraulic Cement Concrete," ■ Item 440, "Reinforcement for Concrete," ■ Item 441, "Steel Structures," ■ Item 442, "Metal for Structures," ■ Item 445, "Galvanizing," and ■ Item 540, "Metal Beam Guard Fence." Provide an approved Type III, Class C epoxy or an epoxy of the type and class stated on the plans where epoxy anchors are allowed or required for installing drilled and epoxied rail anchorage reinforcement or rail anchor bolts in accordance with DMS-6100, "Epoxies and Adhesives." Use other materials if shown on the plans. Provide only dual cartridge epoxy systems mixed with a static mixing nozzle supplied by the epoxy adhesive manufacturer and dispensed with a tool supplied by the epoxy adhesive manufacturer. Do not use bulk epoxies. Drill and install anchorage reinforcement or anchor bolts to the embedment depth shown on the plans or the depth the manufacturer recommends, whichever is deeper. No additional payment will be made for providing embedment deeper than shown on the plans. Select an embedment depth capable of developing the yield strength of the steel anchor based on the product literature for the epoxy and steel anchor being used if no resistance or embedment depth is specified on the plans. Use 60 ksi as the yield strength for reinforcing steel. CONSTRUCTION Construct railing in accordance with details, alignment, and grade designated on the plans. Do not place railing until falsework or formwork, if any, for the span has been released unless otherwise directed. Adhere to the schedule restrictions for Placing Bridge Rails and Opening to Construction Traffic in Item 422, "Concrete Superstructures" Notify the Engineer after completion of the following steps and obtain approval of work before proceeding to the next step: placing rail reinforcement and pre -pour clear cover checks. Ensure expansion joints in the railing will function properly before placing concrete. Furnish either steel or aluminum, but not both, for the entire Contract if the plans allow either steel or aluminum options for a particular railing type. Install epoxy adhesive anchorages in accordance with the manufacturer's instructions including hole size, drilling equipment and method, hole cleaning equipment and method, mixing and dispensing epoxy, and anchor insertion. Do not alter the manufacturer's mixing nozzle or dispenser. Anchorage bars or bolts must be clean and free of grease, oil, or any other foreign material. Demonstrate hole cleaning method to the Engineer for approval and continue the approved process for all anchorage locations. Do not weld to an anchor bar or anchor bolt that is anchored with epoxy adhesive. Do not expose rail to traffic until epoxy adhesive has obtained full cure in accordance with manufacturer's specifications. 624 450 3.1. Metal Railing. 3.1.1. General. Furnish metal beam rail elements in accordance with Item 540, "Metal Beam Guard Fence." Fabricate and erect metal railing according to the pertinent provisions of Item 441, "Steel Structures," and the requirements of this Item. Prepare and submit for approval the required shop or erection drawings in accordance with Item 441, "Steel Structures," when the plans require. Show all splice locations and details on the shop or erection drawings. Splice members only as provided on the plans. Field -weld when required in accordance with Item 448, "Structural Field Welding." 3.1.2. Fabrication. Fabricate metal railing and post panels in sections conforming to the details shown on the plans and field -verified lines and grades. Fabricate adjacent sections so they will accurately engage each other in the field. Match -mark each pair of sections so they can be erected in the same position they were fabricated. Fabricate metal rail elements included as part of the railing system to the dimensions and cross -sections shown on the plans and within a tolerance of 1/4 in. per 10 feet in the straightness of either edge. Joint and t connect metal rail elements to the rail posts as shown on the plans, lapping metal rail elements in the direction of traffic in the adjacent lane. Bolts and nuts for metal railing should meet requirements of ASTM A307 and be galvanized in accordance with Item 445, "Galvanizing," unless otherwise shown on the plans. Fabricate aluminum in accordance with AWS D1.2. Heat aluminum materials other than castings to a temperature up to 400OF for no more than 30 min. to facilitate bending or straightening. 3.1.3. Castings. Provide permanent mold castings of the materials specified that are true to pattern in form and dimensions and of uniform quality and condition. Castings must be free from cracks and defects such as blowholes, porosity, hard -spots, or shrinkage that could affect their suitability for use. Repair minor defects in aluminum castings by an approved inert gas -welding process. Ensure finished castings are free of burrs, fins, discoloration, and mold marks and that they have a uniform appearance and texture. Produce castings under radiographic control sufficient to establish and verify a product free from harmful internal defects. Heat-treat the entire lot of castings to the specified temper when required. Permanently mark the heat or lot number on the web or top of the base of all castings. Furnish mill test reports showing the heat or lot number, chemical composition, tensile strength, elongation, and number of pieces for each casting heat or lot. For aluminum castings, a heat or lot should consist of at least 1,000 lb. of trimmed castings when produced from batch type furnaces, or 2,000 lb. when produced from a continuous furnace during a period of no more than 8 consecutive hours. Furnish the entire number of acceptable posts cast from each heat or lot except when a portion is required to complete a project. 3.1.4. Corrosion Protection. Galvanize all portions of steel railing after fabrication in accordance with Item 445, "Galvanizing," unless otherwise noted on the plans. Apply appearance coat to galvanized surface in accordance with Item 445, "Galvanizing," when shown on the plans. When painting is specified in place of galvanizing, shop paint steel in accordance with Item 441, "Steel Structures." Repair any damage to galvanized or painted surfaces after erection in accordance with Items 445, "Galvanizing," and Item 446, "Field Cleaning and Painting Steel," respectively. Before final acceptance, clean surfaces of aluminum and galvanized steel railing not shown to be painted to remove extrusion marks, grease, dirt, and all other surface contaminants. 625 450 3.1.5. Storage. Store railing materials above the ground on platforms, skids, or other supports, and keep them free from grease, dirt, and contact with dissimilar metals. Avoid scratching, marring, denting, discoloring, or otherwise damaging the railing. 3.2. Concrete Railing. Provide concrete portions of railing in accordance with the requirements of Item 420, "Concrete Substructures," and Item 422, "Concrete Superstructures." Construct forms so the railing line and grade can be checked after the concrete has been placed but before initial set. Do not disturb the form alignment during finish floating of the railing tops. Exercise particular care in other construction to avoid disturbing or vibrating the span with the newly placed railing. Provide precast members conforming to Item 424, "Precast Concrete Structural Members (Fabrication)." Slipform construction of railing is permitted unless otherwise shown on the plans. Demonstrate slipforming method showing line and grade of concrete surfaces can be consistently obtained and clear cover outside reinforcing steel be maintained at all times. Stop slipforming railing if specified concrete clear cover is not obtained or appearance of rail is off line and grade. Do not slipform railing with cast -in -place anchor bolts unless noted otherwise. Provide additional reinforcing as needed to prevent movement of the reinforcement cage. Clear cover and epoxy coating requirements for additional reinforcement are the same as shown for the rail reinforcement. The rail reinforcing cage may be tack welded to the rail anchorage reinforcement provided the rail and anchorage reinforcement are not epoxy coated and weld locations measured along the rail are no closer than 3 ft. Tie all bar intersections if epoxy coated reinforcement is required for the railing proposed to be slipformed. Provide a wire line to maintain vertical and horizontal alignment of the slipform machine. Attach a grade line gauge or pointer to the machine so a continuous comparison can be made between the rail being placed and the established grade line. Rails or supports at the required grade are allowed instead of sensor controls. Make one or more passes with the slipform over the rail segment to ensure proper operation and maintenance of grades and clearances before placing concrete. Provide slipformed rail within a vertical and horizontal alignment tolerance of t1/4 in. per 10 feet. Construct rail with a smooth and uniform appearance. Consolidate concrete so it is free of honeycomb. Provide concrete with a consistency that will maintain the shape of the rail without support. Minimize starting and stopping of the slipform operation by ensuring a continuous supply of concrete. Do not exceed the manufacturer's recommended speed for the slipform machine. Stop slipforming and take remedial action if slipforming causes movement of the reinforcement such that plan clearances are not achieved. Remove and replace unsatisfactory slipformed rail at the Contractor's expense. 3.3. Tests. The Engineer will sample cast aluminum posts for testing in accordance with Tex-731-1 to verify the material requirements of Item 442, "Metal for Structures." Metal beam rail elements may be sampled in accordance with Tex-713-I. The Engineer may sample bolts and nuts in accordance with Tex-708-1 for galvanized coating testing. The Engineer will select 3 anchor bars or bolts from the first day's production to be tested after the epoxy has cured. Test the bars or bolts in the presence of the Engineer in accordance with ASTM El512, using a restrained test, to evaluate the epoxy adhesive's bond strength. Verify the anchor bars or bolts develop the required pullout resistance on the plans or 75% of the yield strength of the bars or bolts, whichever is less, without a bond failure of the epoxy. The Engineer may require additional tests during production. Perform corrective measures to provide adequate capacity if any of the tests do not meet the required test load. Repair damage from testing. 4. MEASUREMENT This Item will be measured by the foot. 626 450 This is a plans quantity measurement Item. The quantity to be paid for is the quantity shown in the proposal except as modified by Article 9.2., "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. 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 "Railing" of the type specified. This price will be full compensation for furnishing, preparing, and placing concrete, expansion joint material, reinforcing steel, structural steel, aluminum, cast steel, pipe, anchor bolts or bars, testing of epoxy anchors, and all other materials required in the finished railing; removal and disposal of salvageable materials; and hardware, paint and painting of metal railing, galvanizing, equipment, labor, tools, and incidentals. 627 462 Item 462=- -----=-=--- Concrete Box Culverts and DrainsAfftnspodagm 1 1. DESCRIPTION Furnish, construct, and install concrete box culverts and drains. ` 2. MATERIALS 2.1. General. Furnish materials in accordance with the following. ■ Item 420, "Concrete Substructures," ■ Item 421, "Hydraulic Cement Concrete," ■ Item 440, "Reinforcement for Concrete," and ■ Item 464, "Reinforced Concrete Pipe." Provide cast -in -place or precast, formed or machine -made, box culverts, and drains. Use Class S concrete for top slabs of cast -in -place concrete culverts for culverts with overlay, a 1- to 2-course surface treatment or a top slab that is the final riding surface unless otherwise shown on the plans. Use Class C concrete for the rest of the culvert and for all other cast -in -place boxes. Culverts with fill do not require Class S concrete. Furnish material for machine -made precast boxes in accordance with DMS-7310, "Reinforced Concrete Pipe and Machine -Made Precast Concrete Box Culvert Fabrication and Plant Qualification." 2.2. Fabrication. 2.2.1. Cast -in -Place. Meet Item 420, "Concrete Substructures" and Item 422, "Concrete Superstructures." 2.2.2, Formed Precast, Meet Item 424, "Precast Concrete Structural Members (Fabrication)." 2.2.3. Machine -Made Precast. Machine -made precast box culvert fabrication plants must be approved in accordance with DMS-7310, "Reinforced Concrete Pipe and Machine -Made Precast Concrete Box Culvert Fabrication and Plant Qualification." The Departments MPL shows approved machine -made precast box culvert plants. Fabricate machine -made precast boxes in accordance with DMS-7310, "Reinforced Concrete Pipe and Machine -Made Precast Concrete Box Culvert Fabrication and Plant Qualification." 2.3. Testing. 2.3.1. Cast -in -Place. Provide test specimens that meet Item 421, "Hydraulic Cement Concrete." j ] J 2.3.2. Formed Precast. Make, cure, and test compressive test specimens in accordance with Tex-704-1. 1 2.3.3. Machine -Made Precast. Make, cure, and test compressive test specimens in accordance with DMS-7310, 1 "Reinforced Concrete Pipe and Machine -Made Precast Concrete Box Culvert Fabrication and Plant t Qualification." 2.3.4. Testing Equipment. The producer must furnish all equipment required for testing concrete for boxes produced in a precasting plant. 2.4. Lifting Holes. Provide no more than 4 lifting holes in each section for precast boxes. Lifting holes may be cast, cut into fresh concrete after form removal, or drilled. Provide lifting holes large enough for adequate 650 462 lifting devices based on the size and weight of the box section. Use lifting holes no larger than 3 in. in diameter. Cut no more than 5 in. in any direction of reinforcement per layer for lifting holes. 2.5. Marking. Mark precast boxes with the following: ■ name or trademark of fabricator and plant location; ■ ASTM designation; ■ date of manufacture; ■ box size; ■ minimum and maximum fill heights; ■ designated fabricator's approval stamp; ■ boxes to be used for jacking and boring (when applicable); ■ designation "SR" for boxes meeting sulfate -resistant concrete plan requirements (when applicable); and ■ match -marks for proper installation, when required under Section 462.2.6., "Tolerances." Mark 1 end of each box section, for boxes without lifting holes, on the inside and outside walls to indicate the top or bottom as it will be installed. Indent markings into the box section or paint them on each box with waterproof paint. 2.6. Tolerances. Ensure precast sections meet the permissible variations listed in ASTM C1577 and that the sides of a section at each end do not vary from being perpendicular to the top and bottom by more than 1/2 in. when measured diagonally between opposite interior corners. Ensure wall and slab thicknesses are not less than shown on the plans except for occasional deficiencies not greater than 3/16 in. or 5%, whichever is greater. If proper jointing is not affected, thicknesses in excess of plan requirements are acceptable. Deviations from the above tolerances will be acceptable if the sections can be fitted at the plant or jobsite and the joint opening at any point does not exceed 1 in. Use match -marks for proper installation on sections that have been accepted in this manner. 2.6.1. Boxes for Jacking Operations. Use boxes for jacking operations as defined in Item 476, "Jacking, Boring, or Tunneling Pipe or Box," meeting the following additional requirements: ■ The box ends must be square such that no point deviates more than 3/8 in. from a plane placed on the end of the box that is perpendicular to the box sides, and ■ The slab and wall thicknesses must not be less than specified on the plans and must not exceed the specified thickness by more than 1/2 in. 2.7. Defects and Repair. Fine cracks on the surface of the member that do not extend to the plane of the nearest reinforcement are acceptable unless the cracks are numerous and extensive. Repair cracks that extend into the plane of the reinforcing steel in an approved manner. Excessive damage, honeycomb, or cracking will be subject to structural review. The Engineer may accept boxes with repairs that are sound, properly finished, and cured in conformance with pertinent specifications. Discontinue further production of precast sections when fine cracks on the surface indicate poor curing practices until corrections are made and proper curing is provided. Repair machine -made precast boxes in accordance with DMS-7310, "Reinforced Concrete Pipe and Machine -Made Precast Concrete Box Culvert Fabrication and Plant Qualification." 2.8. Storage and Shipment. Store precast sections on a level surface. Do not place any load on the sections until design strength is reached and curing is complete. Shipment of sections is permissible when the design strength and curing requirements have been met. 651 462 Store and ship machine -made precast boxes in accordance with DMS-7310, "Reinforced Concrete Pipe and Machine -Made Precast Concrete Box Culvert Fabrication and Plant Qualification." 3. CONSTRUCTION 3.1. 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 shown on the plans or permitted. Jack, bore, or tunnel in accordance with Item 476, "Jacking, Boring, or Tunneling Pipe or Box." Immediate backfilling is permitted for all box structures where joints consist of materials other than mortar. Take precautions in placing and compacting the backfill to avoid any movement of the boxes or damage to the joints. Remove and replace boxes damaged by the Contractor at no expense to the Department. 3.2. Placement of Boxes. Place the box sections in conformance with the plans or as directed when precast boxes are used to form multiple barrel structures. Place material to be used between barrels as shown on the plans or as directed. Start the laying of boxes on the bedding at the outlet end and proceed toward the inlet end with the abutting sections properly matched unless otherwise authorized. Fit, match, and lay the boxes to form a smooth, uniform conduit true to the established lines and grades. Lower the box sections into the trench, for trench installations, without damaging the box or disturbing the bedding and the sides of the trench. Carefully clean the ends of the box before it is placed. Prevent the earth or bedding material from entering the box as it is laid. Remove and re -lay, without extra compensation, boxes that are not in alignment or show excessive settlement after laying. Form and place cast -in -place boxes in accordance with Item 420, "Concrete Substructures." 3.3. Jointing. Use any of the jointing materials in accordance with the joint requirements specified in Item 464, "Reinforced Concrete Pipe," unless otherwise shown on the plans. Box joints for rubber gasketed material may be substituted for tongue and groove joints, provided they meet the requirements of ASTM C1677 for design of the joints and permissible variations in dimensions. 3.4. Connections and Stub Ends. Make connections of boxes to existing boxes, pipes, drains, or 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. Connect boxes to any required headwalls, wingwalls, safety end treatments or riprap, or other structures as shown on the plans or as directed. Repair any damage to the existing structure resulting from making the connections. Finish stub ends for connections to future work not shown on the plans by installing watertight plugs into the free end of the box. Fill lifting holes with mortar or concrete and cure for precast boxes. Precast concrete or mortar plugs may be used. 3.5. Extending. Break back and extend existing culverts in accordance with Section 420.4.8 "Extending Existing Substructures," and Section 422.4.5 "Extending Existing Slabs," as applicable. 4. MEASUREMENT This Item will be measured by the foot. Measurement will be made between the ends of the culvert or drain along the flow line, not including safety end treatments. Safety end treatments will be measured in accordance with Item 467, "Safety End Treatment." Measurement of spurs, branches, or new connection box section will be made from the intersection of the flow line with the outside surface of the structure into which it connects. Where inlets, headwalls, wingwalls, catch basins, manholes, junction chambers, or other structures are included in lines of culverts or drains, the length of box section tying into the structure wall will be included for measurement, but no other portion of the structure length or width will be included. The measured length of multiple barrel structures will be the sum of the lengths of the barrels. 652 462 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. 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 "Concrete Box Culvert" of the size specified. This price is full compensation for constructing, furnishing, and transporting sections; preparation and shaping of the bed; backfill material between box sections; jointing of sections; jointing material; cutting of sections on skew or slope; connections to new or existing structures; breaking back, removing and disposing of portions of the existing structure and replacing portions of the existing structure as required to make connections; concrete and reinforcing steel; and equipment, labor, materials, 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 backfill will be paid for in accordance with Item 400, "Excavation and Backfill 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." 653 Item 466 Headwalls and Wingwalls 1. DESCRIPTION 466 1- Texas 0„►�8�do„ Furnish, construct, and install concrete headwalls and wingwalls for drainage structures and underpasses. 2. MATERIALS 2.1. General. Furnish materials in accordance with the following. ■ Item 420, "Concrete Substructures," ■ Item 421, "Hydraulic Cement Concrete," and ■ Item 440, "Reinforcement for Concrete." Use Class C concrete for cast -in -place and precast concrete units unless otherwise shown on the plans Furnish cast -in -place or precast headwalls and wingwalls unless otherwise shown on the plans. 2.2. Fabrication. 2.2.1. General. Fabricate cast -in -place concrete units and precast units in accordance with Item 420 "Concrete Substructures." Use the following definitions for headwalls and wingwalls: C� ■ "Headwalls" refers to all walls, including wings, at the ends of single -barrel and multiple -barrel pipe 1 culvert structures. ■ Vingwalls" refers to all walls at the ends of single -barrel or multiple -barrel box culvert structures. l 2.2.2. Lifting Holes. Provide no more than 4 lifting holes in each section for precast units. 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 l surface of the wall and 4 in. at the outside surface. Cut no more than 1 longitudinal wire or 2 circumferential wires per layer of reinforcing steel when locating lift holes. Repair spalled areas around lifting holes. 2.2.3. Marking. Clearly mark each precast unit before shipment from the casting or fabrication yard with the following: ■ the date of manufacture, 1� ■ the name or trademark of the manufacturer, and 1 ■ the type and size designation. 2.2.4. Storage and Shipment. Store precast units on a level surface. Do not place any loads on precast concrete units until design strength is reached. Do not ship units until design strength requirements have been met. 2.2.5. 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. 2.2.6. 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, properly finished, and cured in conformance with pertinent specifications. 663 466 3. CONSTRUCTION 3.1. General. Remove portions of existing structures and drill, dowel, and grout in accordance with Item 420, "Concrete Substructures." 3.2. 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. 3.3. 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. 3.4. 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," or as shown on the plans. Remove a length of the existing pipe from the headwall to the joint when removing existing headwalls as shown on the plans or as approved. Re -lay the removed pipe if approved, or furnish and lay a length of new pipe. 4. MEASUREMENT 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. 4.1. Headwalls. Headwalls will be measured by each end of a structure. 4.2. Wingwalls. Wingwalls will be measured by one of the following methods: 4.2.1. Square Foot. Wingwalls will be measured by the square foot of the front surface area of the wall of each type. The area will be measured from the top of the footing or apron to the top of the wall unless otherwise shown on the plans. If there is no footing or apron, then measurement is from the bottom of the wall. 4.2.2. Each. Wingwalls will be measured by each end of a structure. 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 price bid for "Headwalls" of the type and pipe size (diameter or design) specified, "Wingwalls" of the type specified when measurement is by the square foot, or "Wingwalls" of the type and wall height specified when measurement is by each. For payment purposes, the wingwall height will be rounded to the nearest foot. All wingwalls and headwalls of the same type will be paid for equally when skew does not affect the type. This price is full compensation for constructing, furnishing, transporting, and installing the headwalls or wingwalls; 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; and concrete, reinforcing steel, corrugated metal pipe or reinforced concrete pipe, equipment, labor, tools, and incidentals. Apron concrete or riprap between or around the wingwalls of single- or multiple -barrel box culvert structures will be measured and paid for in accordance with Item 432, "Riprap." 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. 664 Item 550 Chain Link Fence 1. DESCRIPTION Furnish, install, remove, repair, or replace chain link fence and gates. 2. MATERIALS 550 Texe� o/ 7hmpodaWn Furnish certification from the chain link fence materials manufacturer stating that all fencing materials comply with the requirements of this Item before installation of the fence. Use only new materials. 2.1. General. Furnish materials in accordance with the following: ■ Item 421, "Hydraulic Cement Concrete," Class B ■ Item 445, "Galvanizing" 2.2. Wire Fabric. Provide wire fabric with: ■ 9 gauge (0.148 in, diameter) steel wire with a minimum breaking strength of 1,290 lb. meeting ASTM A392 Class I or ASTM A491; ■ mesh size of 2 in, t1/8 in. between parallel wires with at least 7 meshes in a vertical dimension of 23 in. along the diagonals of the openings; and ■ knuckled selvages at the top and bottom edge of the fabric, unless otherwise shown on the plans. 2.3. Posts. Provide posts of the size and weight shown on the plans. Do not provide rerolled or open -seam posts. Use material for all posts meeting ASTM F1043 Group 1A Regular Grade or Group 1 C High Strength. 2.4. Post Caps. Provide malleable iron post caps designed to exclude all moisture. Furnish barbed wire support arms integral with the post caps if barbed wire is shown on the plans. Furnish post caps with an opening for the top rail if top rail is shown on the plans. Post caps must have a 2-in, skirt. 2.5. Gates. Provide gates fabricated from round sections of pipe of the size and weight shown on the plans. Use material for all gate pipes meeting ASTM F1043 Group 1A Regular Grade or Group 1 C High Strength. For each gate, include: ■ comer and tee fittings of malleable iron or pressed steel with means for attaching diagonal bracing members; ■ hinges of malleable iron allowing a full 180° swing, easily operated by one person; ■ ball -and -socket -type bottom hinges that do not twist or turn from the action of the gate and prevent the closed gate from being lifted off the hinges; ■ a positive stop that prevents any portion of the gate from swinging over an adjacent traffic lane; ■ malleable iron pulley systems for roll type gate (only when required); ■ diagonal braces consisting of 3/8-in. diameter cable with turnbuckles, 2 to each gate frame, and, for vehicle gates, a vertical pipe brace of the size and weight shown on the plans at the center of each gate leaf; ■ latches of malleable iron or steel for single gates with a single -fork latch and padlock eye that will keep the gate closed; ■ 2 fork latches mounted on a center plunger rod with a padlock eye for double -leaf gates; ■ holdbacks for each leaf of vehicular gates, with a semi -automatic holdback catch anchored at least 12 in. into a 12-in, diameter by 24-in, deep concrete footing; and 753 550 ■ a malleable iron center rest, designed to receive the plunger rod anchored as shown on the plans for all double -leaf gates. 2.6. Top Rail. Use material meeting ASTM F1043 Group 1A or 1 C for all top rail pipes. Provide 1.660 in. OD top rail manufactured from Group 1A standard weight (Schedule 40) steel pipe weighing 2.27 lb. per foot or from Group 1 C high -strength pipe weighing 1.84 lb. per foot when shown on the plans. Provide pipe in sections at - least 18 ft. long joined with outside steel sleeve couplings at least 6 in. long with a minimum wall thickness of 0.70 in. Use couplings designed to allow for expansion of the top rail. 2.7. Tension Wire. Use 7 gauge (0.177-in.) carbon steel wire with a minimum breaking strength of 1,950 lb. for the bottom edge of all fence fabric, and for the top edge of fence fabric when a top rail is not specified. 2.8. Truss Bracing. Provide truss bracing as shown on the plans. 2.9. Cables. Provide 7-wire strand cables manufactured of galvanized annealed steel at least 3/8 in. in diameter. 2.10. Barbed Wire. Provide 3 strands of twisted 12.5 gauge barbed wire with 2-point,14 gauge barbs spaced approximately 5 in. apart conforming to ASTM A121 or ASTM A585 when specified on the plans. 2.11. Barbed Wire Support Arms. Provide support arms at an angle of 45' from vertical, with clips for attaching 3 strands of barbed wire to each support arm and sufficient strength to support a 200-lb. weight applied at the outer strand when barbed wire is specified on the plans. 2.12. Stretcher Bars. Provide stretcher bars made of flat steel at least 3/16 X 3/4 in. and not more than 2 in. shorter than the fabric height. Provide one stretcher bar for each gate and end post and 2 stretcher bars for each comer and pull post. 2.13. Grounds. Provide copper -clad steel rods 8 ft. long with a minimum diameter of 5/8 in., or other UL-listed ground rods. 2.14. Miscellaneous Fittings and Fasteners. Furnish enough fittings and fasteners to erect all fencing materials in a proper manner. Furnish fittings for posts from pressed or rolled steel, forged steel, malleable iron or wrought iron of good commercial quality spaced as shown on the plans. 2.15. Coatings. Hot -dip galvanize all materials unless specified otherwise in this Item or on the plans. Fabric, tension wire, and barbed wire may be aluminum -coated or alloy -coated if approved. Additionally coat all material except bolts, nuts, washers, and pipe material with thermally fused polyvinyl chloride (PVC) in accordance with ASTM F668, Class 2b, meeting the specified color when shown on the plans. 2.15.1. Fabric, 2.15.1.1. Galvanizing. Hot -dip galvanize in accordance with ASTM A392, Class I. 2.15.1.2. Aluminum Coating. Aluminum -coat in accordance with ASTM A491. 2.15.1.3. Alloy Coating. Coat with zinc-5% aluminum-mischmetal alloy (Zn-5A1-MM) in accordance with ASTM F1345, Class I. 2.15.2. Posts, Braces, and Gates. 2.15.2.1. Standard Weight (Schedule 40) Pipe. Hot -dip galvanize inside and outside according to ASTM F1043 (1.8 oz./sq. ft. galvanized zinc weight). 2.15.2.2. High Strength Pipe. Hot -dip galvanize before or after forming pipe according to ASTM F1043 Group 1 C and as follows: ■ Outside-4ninimum 0.9 oz./sq. ft. galvanized zinc weight with a verifiable polymer overcoat. 754 550 ■ Inside —minimum 0.9 oz./sq. ft. galvanized zinc weight before forming, or minimum 0.3 mils zinc -based coating after forming containing a minimum 90% zinc dust, by weight. 2.15.2.3. Optional Additional Coating. Additionally coat all pipe material with 10 mils minimum thermally fused PVC according to ASTM F1043, meeting the specified color when shown on the plans. 2.15.3. Fittings, Bolts, and Other Miscellaneous Hardware. Galvanize all fittings, bolts, and miscellaneous hardware in conformance with Item 445, "Galvanizing." 2.15.4. Tension Wire Zinc -coat tension wire with a minimum coating of 0.80 oz./sq. s ft or aluminum -coat with g ./ q. a h a minimum coating of 0.30 oz./sq. ft. 2.15.5. Barbed Wire. Zinc -coat barbed wire in accordance with ASTM A121 (0.80 oz./sq. ft.) or aluminum -coat in -� accordance with ASTM A585 (0.30 oz./sq. ft.), 2.15.6. Pull Cable. Zinc -coat pull cable with a minimum coating of 0.80 oz./sq, ft, of individual -wire surface when tested in conformance with ASTM Al 16. 3. CONSTRUCTION Erect the chain link fence to the lines and grades established on the plans. Overall height of the fence when erected is the height above the grade shown. Repair or replace damaged fence or gates. Remove and replace the post and foundation if posts cannot be repaired by straightening. Return all salvageable material to the location shown on the plans when a fence installation is to be removed in its entirety and not replaced. Backfill all postholes with suitable material. Return the salvaged fence fabric in secured rolls not more than 50 ft. long. Dispose of unsalvageable material. 3.1. Clearing and Grading. Clear all brush, rocks, and debris necessary for the installation of this fencing. Stake the locations for corner posts and terminal posts unless otherwise shown on the plans. Follow the finished ground elevations for fencing panels between corner and terminal posts. Level off minor irregularities in the path of the fencing. 3.2. Erection of Posts. Install posts as shown on the plans. Plumb and permanently position posts with anchorages firmly set before fabric is placed. Brace corner and pull posts as shown on the plans. 3.2.1. Post Spacing. Space posts as shown in Table 1. Table 1 Post Snacino and Placement PostType Required Spacing or Placement Line posts no more than 10 ft. apart Pull posts no more than 500 ft. apart and at each change in direction exceeding 20° vertical) Comer posts at each horizontal angle point Install cables on all terminal posts and extend to adjacent posts. Install cables on each side of corner and pull posts with a 3/8-in. drop -forged eye -and -eye or eye-and-clevis turnbuckle unless otherwise shown on the plans. 3.2.2. Postholes. Drill holes for concrete footings for all posts to provide footings of the dimensions shown on the plans. 755 y 550 Penetrate solid rock by at least 12 in. (18 in. for end, comer, gate, and pull posts) or to plan depth where the rock is encountered before reaching plan depth. Drill holes in the solid rock with a diameter at least 1 in. greater than the outside diameter of the post. Fill the hole in the solid rock with grout consisting of 1 part hydraulic cement and 3 parts clean, well -graded sand after the posts are set and plumbed. If desired, other grouting materials may be used only if approved. Thoroughly work the grout into the hole, leaving no voids. Construct concrete footings from the solid rock to the top of the ground. 3.2.3. Gate Posts. Align the tops of all gate frames with the fencing top tension wire or top rail. Provide vehicular gates that are greater in overall height than the adjacent fencing by the height necessary to extend to within 2 in. of the pavement between the curbs if curbs are shown on the plans. 3.2.4. Concrete Footings. Center posts in their footings. Place concrete and compact by tamping or other approved methods. Machine mix all batches of concrete over 1/2 cu. yd. Hand mixing concrete is allowed on batches under 1/2 cu. yd. Use forms for footings where the ground cannot be satisfactorily excavated to neat lines. Crown the concrete or grout (for solid rock) to carry water from the post. Keep the forms in place for at least 24 hr. Backfill the footing with moistened material as soon as each form is removed, and thoroughly tamp. Cover concrete with at least 4 in. of loose moist material, free of clods and gravel, immediately after placing concrete. No other curing is required. Spread all excess excavated and loose material used for curing neatly and uniformly. Remove excess concrete and other construction debris from the site. 3.3. Erection of Fabric. Place the fabric with the cables drawn taut with the turnbuckles after all posts have been permanently positioned and anchorages firmly set. Secure one end and apply enough tension to the other end to remove all slack before making attachments. Cut the fabric and independently attach each span at all comer posts and pull posts unless otherwise shown on the plans. Follow the finished contour of the site with the bottom edge of fabric located approximately 2 in. above the grade. Grade uneven areas so the maximum distance between the bottom of fabric and ground is 6 in. or less. Fasten fabric at 12 in. intervals to the top and bottom tension wires between posts. Fasten the fabric in the same manner when top rail is shown on the plans. Fasten the fabric on gate frames to the top and bottom of the frame at 12 in. intervals. Use steel wire fabric ties of 9 gauge steel or larger. Fasten fabric to terminal posts by steel stretcher bars and stretcher bar bands fitted with carriage bolts and nuts of the size and spacing shown on the plans. Use stretcher bars to fasten end posts, pull posts, corner posts, and gateposts with stretcher bar bands at intervals of no more than 15 in. Attach stretcher bars to terminal posts with 1 x 1/8 in. flat steel bands with 3/8-in. carriage bolts at intervals up to 15 in. 3.4. Electrical Grounds. Provide at least one electrical ground for each 1,000 ft. of fence, located near the center of the run. Provide additional grounds directly under the point where power lines pass over the fence. Vertically drive or drill in the grounding rod until the top of the rod is approximately 6 in. below the top of the ground. Connect a No. 6 solid copper conductor to the rod and to the fence by a UL-listed method so that each element of the fence is grounded. 3.5. Repair of Coatings. Repair damaged zinc coating in accordance with Section 445.3.5., "Repairs." 4. MEASUREMENT Chain link fence will be measured by the foot of fence installed, repaired, replaced, or removed, measured at the bottom of the fabric along the centerline of the fence from center to center of posts, excluding gates. 756 550 Gates will be measured as each gate installed, repaired, replaced, or removed. 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 "Chain Link Fence (Install)" or "Chain Link Fence (Repair)" of the height specified or "Chain Link Fence (Remove)' and "Gate (Install)" or "Gate (Repair)" of the type, height, and width of opening specified or "Gate (Remove)." Clearing and grading for fencing and gates will not be paid for directly but is subsidiary to this Item. 5.1. Chain Link Fence (Install). This price is full compensation for furnishing and installing fencing, except gates; cleaning, grading, and backfilling; removing and disposing of surplus material; and equipment, labor, tools, and incidentals. 5.2. Chain Link Fence (Repair). This price is full compensation for furnishing materials; repairing or replacing fencing, except gates; cleaning, grading, and backfilling; removing and disposing of surplus or damaged material; and equipment, labor, tools, and incidentals. 5.3. Chain Link Fence (Remove). This price is full compensation for removing all fencing, except gates; cleaning, grading, and backfilling; removing and disposing of surplus material; and equipment, labor, tools, and incidentals. 5.4. Gate (Install). This price is full compensation for installing gate and for providing materials, center anchorages, equipment, labor, tools, and incidentals. 5.5. Gate (Repair). This price is full compensation for repairing or replacing gate and for furnishing materials; removing and disposing of damaged materials; and equipment, labor, tools, and incidentals. 5.6. Gate (Remove). This price is full compensation for removing gate and for materials, equipment, labor, tools, and incidentals. 757 l 678 Item 678 Pavement Surface Preparation for Markings �, 1. DESCRIPTION Prepare pavement surface areas before placement of pavement markings and raised pavement markers (RPMs). Item 677, "Eliminating Existing Pavement Markings and Markers," govems removal of existing markings. 2. MATERIALS Use a commercial abrasive blasting medium capable of producing the specified surface cleanliness. Use potable water, when water is required. 3. EQUIPMENT Furnish and maintain equipment in good working condifion. 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. 4. CONSTRUCTION Prepare enough pavement surface for the pavement markings or RPMs shown on the plans. Remove all contamination and loose material. Avoid damaging the pavement surface. Remove loose and flaking material when existing pavement markings are present. Approved pavement surface preparafion methods are sweeping, air blasting, flail milling, and blast cleaning unless otherwise specified on the plans. Air blast concrete pavement surfaces, in addition to the above, after the removal of contamination or existing material and just before placing the stripe. Perform air blasting with a compressor capable of generating compressed air at a minimum of 150 cu. ft. per minute and 100 psi using 5116 in. or larger hosing. 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. 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 quantty 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. 834 678 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 Surface Preparation for Markings" of the type and width as applicable. This price is full compensation for the cleaning method used, materials, equipment, labor, tools, and incidentals. 835