Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2008-R0432 - Contract - M&S Concrete - ADA Curb Ramp Construction - 11_16_2008
Resolution No. 2008-RO432 November 6, 2008 Item No. 5.12 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the City Council of the City of Lubbock hereby authorizes and directs the Mayor of the City of Lubbock to execute a unit price construction Contract by and between the City of Lubbock and M&S Concrete of Leveiland, Texas, for 19t1' Street ADA curb ramp construction per RFP 08-739-DD, which unit price consU-urtion Contract and any associated documents, are attached hereto and made a part of this Resolution for all intents and pUrpOSes. Passed by the City Council this 6th day of November , 008. TOM MARTIN, MAYOR ATTEST: Rebec a Garza, City Secretary APPKPVIsD AS TO CONTr1:NT: Jarnej Loomis 'start City Manager/Transportation and Public Works APPROVED AS TO FORM: Don Vandiver, Xttorney of Counsel D Dres! M& Scon c I elcOX 1 J PCon Res (October 22, 2008 CITY OF LUBBOCK SPECIFICATIONS FOR 191h Street ADA Curb Ramps RFP # 08-739-DD Contract # 8707 Plans & Specifications may be obtained from THE REPRODUCTION COMPANY http://pr.thereproductioncompany.com/ Phone: (806) 763-7770 "A City of Planned Progress " CITY OF LUBBOCK Lubbock, Texas t City of Lubbock PUBLIC WORKS CONTRACTING OFFICE ROOM 204, MUNICIPAL BUILDING 1625 13 " STREET LUBBOCK, TEXAS 79401 PH: (806)775-2168 FAX: (806)775-3326 http://purchasing.ci.lubbock.tx.us RFP# 08-729-DD, Addendum # 1 ADDENDUM # 1 RFP # 08-739-DD 19th Street ADA Curb Ramps DATE ISSUED: September 26, 2008 CLOSE DATE: October 14, 2008 @ 1:00 P.M. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. The non -mandatory pre -proposal conference ROOM has CHANGED from the City of Lubbock Municipal Building, Committee Room 103, 1625 13th Street to Room CR204, Lubbock, Texas. Date and time remain the same October 7, 2008 at 9:00 A.M... All requests for additional information or clarification must be submitted in writing and directed to: Darlene Doss, Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-3326 or Email ddoss ,mylubbock.us THANK YOU, CITY OF LUBBOCK DARLENE DOSS BUYER It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the offeror's responsibility to advise the Citv of Buver if anv language. requirements. etc.. or anv combinations thereof. inadvertently restricts or limits the reauirements stated in this RFP to a sinjalc source. Such notification must be submitted in writing and must be received by the Interim Buyer no later than five (5) business days prior to the proposal close date. A review of such notifications will be made. RFP# 08-739-DDadl City of Lubbock PUBLIC WORKS CONTRACTING OFFICE ROOM 204, MUNICIPAL BUILDING 1625 13"' STREET LUBBOCK, TEXAS 79401 1111:(806)775=_'168 FAX:(806)775-2164 http://purchasing.ei.lubbock.tx.us RFP# 08-739-DD, Addendum 0 2 ADDENDUM # 2 RFP # 08-739-DD 19th Street ADA Curb Ramps DATE ISSUED: September 26, 2008 OLD CLOSE DATE: October 14, 2008 @ 1:00 P.M. NEW CLOSE DATE: October 16, 2008 @ 1:00 P.NI. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Due date and time are CHANGED fi-om October 14, 2008 at 1:00 P.M. to October 16. 2008 at 1:00 P.M. All requests for additional information or clarification must be submitted in writing and directed to: Darlene Doss, Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806) 775-2164 or Email ddoss @am yl� ubbock.us THANK YOU, CITY OF LUBBOCK AV20 lA • � DARLENE DOSS BUYER It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the offeror's responsibility to advise the Citv of Buyer if anv lanaua e, requirements, etc., or anv combinations thereof. inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Interim Buyer no later than five (5) business days prior to the proposal close date. A review of such notifications will be made. RFP# 08-739-DDad2 RFP# 08-739-DD, Addendum # 3 City of Lubbock PUBLIC WORKS CONTRACTING OFFICE ROOM 204, MUNICIPAL BUILDING 1625 13TM STREET LUBBOCK, TEXAS 79401 PH: (806)775-2168 FAX: (806)775-2164 http://purchasing.ci.lubbock.tx.us DATE ISSUED: CLOSE DATE: ADDENDUM # 3 RFP # 08-739-DD 19th Street ADA Curb Ramps October 14, 2008 October 16, 2008 @ 1:00 P.M. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Please note ADDENDUM #2 for the 19`h Street ADA Curb Ramps was released on October 13, 2008. 2. Offeror's attention is invited to the following questions and responses: QUESTION: What is the estimate on the job? ANSWER: 32 BASIS OF PROPOSALS AND SELECTION CRITERIA The City of Lubbock will use the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined by Texas Local Government Code Section 271.116. The selection criteria used to evaluate each proposal will include the following: 32.1 70% Price. 32.2 20% Contractor qualifications. Complete and submit the "Contractor's Statement of Qualifications." City shall have an opportunity to interview the job superintendent at a time to be named after receipt of proposals. 32.3 5% Safety Record Questionnaire. 32.4 5% Construction time. The estimated budget for the construction phase of this project is $ 90,000. Proposals shall be made using the enclosed Proposal Submittal Form. Offerors may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405 or at http://pr.thereproductioncompany.com/. ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: RFP# 08-739-DDad3 RFP# 08-739-DD, Addendum # 3 (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 of the opening of Proposals. Additional sets of plans and specifications may be obtained at the proposer's expense. UESTION: Please note that their are only 4 ramps shown on plans where are 330 sf of truncated brick to be placed? What is the required cure time for concrete? Where is item for barricades and traffic control and mobilization? ANSWER: There are 6 proposed ramps: 2 on page 1-A,1 on page 2-A, 2 on page 11-A and 1 on page 14-A. The concrete wings are paid as a portion of the ramp because the transverse grade typically approximates ramp grades. The total ramp areas is approximately 330 SF. The area of the actual bricks is approximately 200 SF. Both areas are dependent on actual field elevations found during construction. No separate payment is made for traffic control or mobilization on City of Lubbock street projects. The required plan and devices shall be considered subsidiary to pay items. QUESTION: Due to pedestrian during school hours is it possible to conduct portion of work during night hours? Please provide mix design for class E concrete. Please provide City sidewalk and driveway specifications. Please provide Traffic control and Barricade specs. Note that bid form does not contain an item to bid class B fillet Concrete. ANSWER: In the specifications, Section 11 states the contractor must pay the City for related inspector personnel expenses at times other than typical working hours. Most of the contract work will require testing/inspection. In the specifications, Section 2 provides the concrete mix designs. Sidewalk and driveway designs and configurations are found in the detail sheets. In the specifications, Section 10 states the contractor is to provide a traffic control plan (including barricades) in compliance with the TMUTCD for the engineers approval. Class "E" concrete (3,000 PSI @ 24 hours) is to be used to rebuild the fillet at Ave. X . QUESTION: Is the water specification correct for the Class E concrete? ANSWER: The water used for Class "E" concrete shall conform to requirements as found in Section 2 of the Standard Paving Specifications. UESTION: Where would a contractor purchase Class E concrete? ANSWER: "E" is an arbitrary designation assigned by the City of Lubbock to refer to concrete which obtains a strength of 3,000 PSI in 24 hours and complies with the remaining specifications for this arbitrary class designation as found in the standard paving specifications. RFP# 08-739-DDad3 RFP# 08-739-DD, Addendum # 3 All requests for additional information or clarification must be submitted in writing and directed to: Darlene Doss, Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806) 775-2164 or Email ddoss@Lnylubbock.us THANK YOU, CITY OF LUBBOCK DARLENE DOSS BUYER ' It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the offeror's responsibility to advise the City of Buyer if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Interim Buyer no -' later than five (5) business days prior to the proposal close date. A review of such notifications will be made. RFP# 08-739-DDad3 CITY OF LUBBOCK SPECIFICATIONS FOR 19`h Street ADA Curb Ramps RFP # 08-739-DD Contract # 8707 Plans & Specifications may be obtained from THE REPRODUCTION COMPANY http://pr.thereproductioncompany.com/ Phone: (806) 763-7770 "A City of Planned Progress " CITY OF LUBBOCK Lubbock, Texas Pap,e Intentionally Left Blank L E CITY OF LUBBOCK rREQUEST FOR PROPOSALS FOR TITLE: 19th Street ADA Curb Ramps Li ADDRESS: LUBBOCK, TEXAS RFP NUMBER: 08-739-DD CONTRACT NUMBER: 8707 PROJECT NUMBER: 91053.9240.30000 CONTRACT PREPARED BY: PUBLIC WORKS CONTRACTING OFFICE Page Intentionally Left Blank bi City of Lubbock, TX Public Works Contracting Office Contractor Checklist for RFP # 08-739-DD Before submitting your proposal, please ensure you have completed and included the following: I. Carefully read and understand the plans and specifications and properly complete the PROPOSAL SUBMITTAL form. Proposal Submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. Amounts shall be written in both words and numerals and in the event of a discrepancy the amounts written in words shall govern. Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. Carefully read the BASIS OF PROPOSALS and SELECTION CRITERIA in paragraph 32 of the General Instructions to Offeror's. Ensure ALL criteria are addressed in your submittal. 2. Include PROPOSAL BOND or CASHIER'S OR CERTIFIED CHECK as your proposal surety. Failure to provide a proposal surety WILL result in automatic rejection of your proposal. Clearly mark the proposal number, title, due date and time and your company name and address on the outside of the envelope or container. 4. Ensure your proposal is RECEIVED by the City of Lubbock Public Works Contracting Office prior to the deadline. Late proposals will not be accepted. 5. Complete and submit the "CONTRACTOR'S STATEMENT OF QUALIFICATIONS". 6. Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. This must include the signature of the agent or broker. Contractor's signature must be original. 7. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with the questionnaire. 8. Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 9. Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED WITHIN TWO BUSINESS DAYS AFTER CLOSING: 5. Complete and submit the FINAL LIST OF SUB -CONTRACTORS. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR PROPOSAL BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR PROPOSAL SUBMITTAL. (Type or Print Company Name) iE I Page Intentionally Left Blank L El 1. 2. 3. 4. 5. - 6. 7. 8. 9. 10. 11. ' 12. 13. INDEX NOTICE TO OFFERORS GENERAL INSTRUCTIONS TO OFFERORS TEXAS LOCAL GOVERNMENT CODE § 271.116 PROPOSAL SUBMITTAL — (must be submitted by published due date & time) 4-1. UNIT PRICE PROPOSAL SUBMITTAL FORM 4-2. CONTRACTOR'S STATEMENT OF QUALIFICATIONS 4-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 4-4. SAFETY RECORD QUESTIONNAIRE 4-5. SUSPENSION AND DEBARMENT CERTIFICATION 4-6. PROPOSED LIST OF SUB -CONTRACTORS POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than two business days after the close date when proposals are due) 5-1. FINAL LIST OF SUB -CONTRACTORS PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACT GENERAL CONDITIONS OF THE AGREEMENT DAVIS-BACON WAGE DETERMINATIONS SPECIAL CONDITIONS (IF APPLICABLE) SPECIFICATIONS Page Intentionally Left Blank I NOTICE TO OFFERORS I Parze Intentionally Left Blank I NOTICE TO OFFERORS RFP # 08-739-DD Ur Sealed proposals addressed to Darlene Doss, Buyer, City of Lubbock, Texas, will be received in the Public Works Contracting Office, Municipal Building, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 1:00 P.M. on October 14, 2008, 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: "19th Street ADA Curb Ramps" After the expiration of the time and date above first written, said sealed proposals will be opened in the Public Works Contracting Office and publicly read aloud. It is the sole responsibility of the proposer to ensure that his proposal is actually in the office of the Buyer for the City of Lubbock, before the expiration of the date above first written. Proposals are due at 1:00 P.M. on October 14, 2008, and the City of Lubbock City Council will consider the proposals on November 6, 2008, at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all proposals and waive any formalities. The successful offeror 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 offeror 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 $25,000. Said statutory bonds should be issued by a company carrying a current Best Rating of "A" or better. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or _. certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the r ' total amount of the proposal submitted as a guarantee that proposer will enter into a contract and execute all i necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. FAILURE OF THE PROPOSER TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. It shall be each proposer'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 proposal submitted. There will be a non -mandatory pre -proposal conference on October 7, 2008 at 9:00 A.M., in the Municipal Building Committee Room 103, 1625-13th Lubbock, Texas. Offerors may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405 or at httv://t)r.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 of the opening of Proposals. Additional sets of plans and specifications may be obtained at the proposer's expense. Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Public Works Contracting Officer of the -� City of Lubbock, which document is specifically referred to in this notice to offerors. Each offerors attention is 1 further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to - this advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre - proposal meetings and proposal openings are available to all persons regardless of disability. If you require special assistance, please contact the Public Works Contracting Office at (806) 775-2168 or write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK Flo" am.. �. ��_�. DARLENE DOSS, BUYER GENERAL INSTRUCTIONS TO OFFERORS i Page Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS 1 PROPOSAL DELIVERY TIME & DATE The City of Lubbock is seeking written and sealed competitive proposals to furnish 19th Street ADA Curb Ramps per the attached specifications and contract documents. Sealed proposals will be received no later than 1:00 P.M., October 14, 2008 at the office listed below. Any proposal received after the date and hour specified will be rejected and returned unopened to the proposer. Each proposal and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left- hand corner: "RFP # 08-739-DD, 19th Street ADA Curb Ramps "and the proposal opening date and time. Offerors must also include their company name and address on the outside of the envelope or container. Proposals must be addressed to: Darlene Doss, Buyer City of Lubbock 1625 13th Street, Room 204 17, Lubbock, Texas 79401 1.1 Offerors are responsible for making certain proposals are delivered to the Public Works Contracting Office. Mailing of a proposal does not ensure that it will be delivered on time or delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use some sort of delivery service that provides a receipt. 1.2 Proposals will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No proposals will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX PROPOSALS. L.1 1.3 The City of Lubbock reserves the right to postpone the date and time for opening proposals through an addendum. 2 PRE -PROPOSAL MEETING 2.1 For the purpose of familiarizing offerors with the requirements, answering questions, and issuing addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non- Buildinz, Committee Room 103, 1625-13"' Street Lubbock, Texas, All persons attending the meeting will be asked to identify themselves and the prospective proposer they represent. 2.2 It is the proposer's responsibility to attend the pre -proposal meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre - proposal meeting to offerors who do not attend the pre -proposal meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over the Internet at www.bidsync.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. L BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most up blic libraries. 3.2 Any proposer in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Public Works Contracting Office. At the request of the proposer, or in the event the Public Works Contracting Office deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Public Works 4 W1 Contracting Office. Such addenda issued by the Public Works Contracting Office will be available over the Internet at http://www.bidsync.com and will become part of the proposal package having the same binding effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Public Works Contracting Office no later than five (5) calendar days before the proposal closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any amendment or interpretation that is not in writing. Only information supplied by the City of Lubbock Public Works Contracting Office in writing or in this RFP should be used in preparing proposal responses. All contacts that a proposer may have had before or after receipt of this RFP with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this proposal should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each proposer shall carefully examine all RFP documents and thoroughly familiarize itself with all requirements before submitting a proposal to ensure that their proposal meets the intent of these specifications. 4.2 Before submitting a proposal, each proposer shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Request for Proposals. Failure to make such investigations and examinations shall not relieve the proposer from obligation to comply, in every detail, with all provisions and requirements of the Request for Proposals. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Public Works Contracting Officer and a clarification obtained before the proposals are received, and if no such notice is received by the Public Works Contracting Officer prior to the opening of proposals, then it shall be deemed that the proposer fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If proposer does not notify the Public Works Contracting Officer before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. PROPOSAL PREPARATION COSTS 5.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a proposal. 5.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a proposal shall be paid by the proposer. 2 ' 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC .: INFORMATION ACT 6.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial l x'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 proposal 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 3 General or a court of competent jurisdiction. In the event a public information request is received for a portion of your proposal 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 proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES PERMITS TAXES >r The price or prices for the work shall include full compensation for all taxes, permits, etc. that the proposer is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective offerors are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their proposal submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The proposer shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this proposal, the proposer certifies and represents to the City the offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this proposal. 10 CONTRACT DOCUMENTS i 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 1042 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY OFFERORS _.. It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the project covered by the contract documents be given a reasonable opportunity to examine the documents L,41' 4 12 13 14 15 and prepare a proposal without charge or forfeiture of deposit. The contract documents may be examined without charge as noted in the Notice to Offerors. PROPOSER INOUIRIES AND CLARIFICATION OF REOUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offerors responsibility to advise the Public Works Contracting Officer if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the City of Public Works Contracting Office no later than five (5) calendar days before the proposal closing date. A review of such notifications will be made. 12.2 NO PROPOSER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO: Darlene Doss, Buyer City of Lubbock Public Works Contracting Office 1625 131h Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: ddossra mylubbock.us Bidsync: www.bidsvnc.com TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within SIXTY (60) WORKING DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful proposer. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. AFFIDAVITS OF BILLS PAID 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 4 improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 16 MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub -contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this 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 ten 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 20 21 22 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the proposals have been opened and before the contract has been awarded, to require of a proposer the following information: (a) The experience record of the proposer showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the proposer. gv (c) Equipment schedule. TEXAS STATE SALES TAX p 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to -a 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. PROTECTION OF SUBSURFACE LINES AND STRUCTURES l 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 t knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23 EXPLOSIVES s a 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 proposer shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful proposer shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. 26 LABOR AND WORKING HOURS 26.1 Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The proposer' attention is further directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates, providing for the payment of the wage schedules above mentioned and the proposer's obligations thereunder. The inclusion of 7 27 the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on 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 weekends or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 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 engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. PROVISIONS CONCERNING ESCALATION CLAUSES Proposals submitted containing any conditions which provide for changes in the stated proposal price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the proposer without being considered. 29 PREPARATION FOR PROPOSAL 29.1 The proposer shall submit his proposal on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the proposer shall state the price both in words and numerals, for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. t 29.2 If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company t or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. 29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Offerors, and endorsed on the outside of the envelope in the following manner: 28.3.1 Proposer's name 28.3.2 Proposal for (description of the project [proposal number and title)). 29.4 Proposal submittals may be withdrawn and resubmitted at any time before the time set for opening of the proposals, but no proposal may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. 30 BOUND COPY OF CONTRACT DOCUMENTS Proposer understands and agrees that the contract to be executed by proposer shall be bound and include the following: (a) Notice to Offerors. (b) General Instructions to Offerors. (c) Proposer'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 proposer for his inspection in accordance with the Notice to Offerors. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. U 31 QUALIFICATIONS OF OFFERORS The proposer may be required before the award of any contract to show to the complete satisfaction of t the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the tj service specified therein in a satisfactory manner. The proposer may also be required to give a past history and references in order to satisfy the City of Lubbock about the proposer's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the 9 F L. 32 33 ability of the proposer to perform the work, and the proposer shall furnish to the City of Lubbock all information for this purpose that may be requested. The proposer's proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the , proposer fails to satisfy the City of Lubbock that the proposer is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the proposer's qualifications shall include but not be limited to: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the proposer to perform the work or provide the service promptly or within the time t specified, without delay or interference. i ' P (c) The character, integrity, reputation, judgment, experience, and efficiency of the proposer. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors 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 1 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. ir I BASIS OF PROPOSALS AND SELECTION CRITERIA i The City of Lubbock will use the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined by Texas Local Government Code Section 271.116. The selection criteria used to evaluate each proposal will include the following: f J 32.1 70% Price. 32.2 20% Contractor qualifications. Complete and submit the "Contractor's Statement of t Qualifications". City shall have an opportunity to interview the job superintendent at a time to be named after receipt of proposals. 32.3 5% Safety Record Questionnaire. 32.4 5% Construction time. The estimated budget for the construction phase of this project is 90,000. Proposals shall be made using the enclosed Proposal Submittal Form. SELECTION 33.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most advantageous to the City of Lubbock considering the relative importance of evaluation factors included in this RFP. 10 33.2 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 REQUEST FOR PROPOSAL. 33.3 The City shall select the offeror that offers the best value for the City based on the published selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope or F', time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 33.4 In determining best value for the City, the City is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 33.5 A proposal will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind. " F i 34. ANTI -LOBBYING PROVISION 34.1 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. 34.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. U. 35 PREVAILING WAGE RATES 35.1 Offerors are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or improvement, paid for in whole or in part from public funds, without regard to whether the work is done under public supervision or direction. A worker is employed on a public work if the worker is employed by the contractor or any subcontractor in the execution of the contract for the project. 35.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than the general prevailing rate of per diem wages for the work of a similar character in the locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. } 35.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to { and in accordance with the Texas Government Code, Section 2258.022. Bidders may access the ' U. S. Department of Labor web site at the following web address to obtain the rates to be used in l Lubbock County: httv://www.gpo.gov/davisbacon/allstates.html 35.4 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. y 35.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. 11 12 TEXAS LOCAL GOVERNMENT CODE 4 271.116 SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS Paae Intentionally Left Blank § 271.116 SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS (a) In selecting a contractor through competitive sealed proposals for construction, rehabilitation, alteration, or repair services for a facility or for construction of a project to which Section 252.043(d-1) applies, a governmental entity shall follow the procedures prescribed by this section. (a-1) In this section "facility" means an improvement to real property. (b) The governmental entity shall select or designate an engineer or architect to prepare construction documents for the project. The selected or designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code. (c) The governmental entity shall provide or contract for, independently of the contractor, the inspection services, the testing of construction materials engineering, and the verification testing services necessary for acceptance of the facility or project by the governmental entity. The governmental entity shall select those services for which it contracts in accordance with Section 2254.004, Government Code, and shall identify them in the request for proposals. (d) The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria, estimated budget, project scope, schedule, and other information that contractors may require to respond to the request. The governmental entity shall state in the request for proposals the selection criteria that will be used in selecting the successful offeror. (e) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and, if any are required to be stated, all prices stated in each proposal. Not later than the 45th day after the date of opening the proposals, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. (f) The governmental entity shall select the offeror that offers the best value for the governmental entity based on the published selection criteria and on its ranking evaluation. The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the governmental entity is unable to negotiate a contract with the selected offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. (g) In determining best value for the governmental entity, the governmental entity is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 11 Paae Intentionally Left Blank I PROPOSAL SUBMITTAL FORM I C Pase Intentionally Left Blank PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT ATE: cap aOJECT NUMBER: # 5-739-DD -19tr(m et ADA Curb Ramps Tposal of VQ ( (hereinafter called Offeror) o the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) 1 'dies and Gentlemen: e Offeror, in compliance with your Request for Proposals for the construction of a 19th Street ADA Curb Ramps wing carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related ;►tract documents and the site of the intended work, and being familiar with all of the conditions surrounding the onstruction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, iterials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, Ahin the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the .,ork required under the contract documents. Estimated Xz Item Quantity No. & Unit Description of Item Total Amount 1. 110 LF Concrete curb and gutter removal and disposal, complete. TOTAL ITEM #1: j ¢ Aja $ 14 /LF( ` OCa ) (Unit Price Amounts all be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) . 2. 110 LF City of Lubbock concrete curb and gutter, to match existing curb and gutter, including all neces ary earthwork /prearation, reinforcing and jointing, installed complete TOTAL ITEM #2: / 7- `� vim - $ /LF( ) (Unit Price Am - is shal a sh n in both words and numer . In case of discrepancy, the amount shown in words shall govern.) 3. 5,000 SF Concrete slab removal and disposal, including sawcutting, to include walks, fillets, _ 7a,; trian ramps, vlley gutters, etc., complete. l2 S0622'TOTAL ITEM #3 • a��-- $ 0 .� /SF( / ) (Unit Price And nts shall be shown in both words a d numerals. In case of discrepancy, the amount shown in words 11 govern.) Offeror's Initials Estimated Item Quantity No. & Unit Description of Item Total Amount 4. 75 LF Six inch (6") Concrete curb (or 6" concrete retaining wall) removal and disposal, Including sa cutting,�ctomplete. TOTAL ITEM #4: G�% 11I ¢ �r j c a �UCi O (Unit Price Amounts s all be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 5. 2,540 SF Four inch (4") (Class "A") non -reinforced concrete flatwork , including sawing of contraction and longitudinal joints, sealing joints, all necessary earthwork preparation and removal of all obstacles as needed, installed complete. �^ TOTAL ITEM #5: / rdls/' $ /SFL J ) (Unit Price Amounts shall he shown in both words and numerals. In case of discrepancy, the amount shown in words shall gov rn.) 6. 2,970 SF Six-inch (6") High early (Class E) concrete flatwork reinforced with 6"x6" W2.9xW2.9 (6 gauge) welded wire mesh, including sawing of contraction and longitudinal joints, elastomeric sealant of joints, all necessary earthwork preparation, removal of all obstacles as needed and replacement of directional arrows with like material using manufacturer suggested application methods, installed com lete. TOTAL ITEM #6: iiu /SA®cd ) (Unit Price Amo n s shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 7. 550 SF Flexible pavement repair to include asphaltic paving surface removal and installation of new one and one-half inch hot mix asphaltic concrete, Type "C", placed to match Zu riding grade, complete % TOTAL ITEM #7:/shall its --~ $ f ®b � /SF( 5_�GPd c;' ) (Unit Price Amo shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 8. 330 SF TOTAL ITEM #8: (Unit Price Amc Concrete and truncated dome brick handicapped ramp, as detailed, reinforced with three- eighths inch diameter reinforcing steel, including truncated dome bricks, all necessary ?arthwork reparation and removal of all obstacles as needed, complete /1 �� j�I A —ca be shown in both words and numerals. In case of discrepancy, the amount shown in words shall gof err.) 9. 1 LS Brick retaining wall removal and replacement, as detailed on plans, to match and abut f/ existing wall surfaces and heights with salvaged and same size, style and quality new as needed, to be painted by others to match existing wall color, complete TOTAL ITEM #9: l{�( G�-21 G� �y� ill �g $%�Q� S��C� Od ) (Unit Price AmQ6Ats shall be shown in both words and numerals. In case of discrepancy, the amount shown in Hords so] govern.) Offeror's Initials I 2 Estimated em Quantity & Unit Description of Item Total Amount 110 LF Six inch (6") thick non -reinforced concrete retaining wall with vertical face, varying in height not to exceed twelve inches (12") but more than four inches (4") above adjacent finished subgrade including all necessary earthwork preparation, installed complete TOTAL ITEM # 10: 1 J $ ���—`� /LF( `� ) (Unit Price Amounts shall be showo. h6th words and numerals. In case of iscrepancy, the amount shown in words shall govern.) 1. 1 EA Sign removal at Burger King and replacement outside concrete flatwork, including all necessary earthwork, including a minimum 6"x12" non -reinforced concrete collar around pole base below grade, installed complete TOTAL ITEM #11:�� /% ✓� $ —/EA( 0 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 33 EA Removal and salvage of existing sprinkler head unit, including removal of existing fittings and irrigation piping as needed for ramp, walk and/ or wall construction, I including trenching and plugging of line, complete. r --OTAL ITEM # 12:� (Unit Price Amou is shall be 165 LF "TOTAL ITEM # (Unit Price Ai CYe-S Ad ` $0/® ' /EA( Ay, both words and numerals. In casj of discrepancy, the amount shown in words shall govern.) ) Installation of new PVC (poly vinyl chloride) irrigation piping for sprinkler head unit, by licensed irrigator, including salvaged sprinkler head unit, trenching, backfilling and restoration of disturbed area, including fittings and connections to existing irrigation system(s) installed complete CEO //f 1AJV' $ / J /LF( shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 4. 1 LS Steel pipe removal and disposal at McDonalds, including concrete slab removal, disposal and replacement, including sawcutting, bituminous expansion joint material a all cessary earthwork, complete TOTAL ITEM # 14: 1�1 C J�' $ �? /LS 4 ) (Unit Price Amounts all be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Offeror's Initials Estimated Item Quantity No. & Unit Description of Item Total Amount 15. 1 LS Stormwater Prevention Pollution Plan, including inspections, recordkeeping, maintenance, silt fencing, sand bags and any other measures and/or incidentals required for corn li nce with the TPDES permit, complete l:. TOTAL ITEM #15: �- G J C-=��d $ 30W r-1LS( C6 ) (Unit Price Amount4h.11 own in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) TOTAL PROP AL ITEMS #} � #15: MATERIAL LABOR: $(Q ITOTA EMS # 1ROPOS a,- V&Je-,r (Unit Price Amognt sha shown in both r apd n Is. I se of discr apq the mo own n words shall govern.) l it UIl 5 (l. +G(1 � A= Offeror hereby agrees to commence the work on the above project on ae to be specified in a written "Notice to Procee of e Owner and to substantially complete the project within ( 0 ) # Days Completed by Contractor l - Written Days Completed by Contractor WORKING DAYS thereafter as stip t d in the specifications and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated d ges the sum of $100 (ONE HUNDRED) for each day in excess of the time set forth herein above fort completion of this project, all as more fully set forth in the general conditions of the contract documents. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with :, instruction number 29 of the General instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in .. the proposing. The Offeror agrees that this proposal shall be good for period of six 60 calendar days after the scheduled �' P P g P sixty ( ) Y closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which hel has proposed; as provided in the contract documents. '. . d Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check on certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obt ' all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of awar f the contract to him. i I Offeror's Initials 4 Enclosed with to rop sal is a C s ie ' -Check or Certified Check for lars ($ ' r a Proposal Bond in the sum of ' rc L u 6drs ,which it is agreed shall be collected and retained -the ner as liquidate da es in the the proposal is accepted by the Owner and the undersigned fails xecute the necessary contract documen s, insurance certificates, and the required bond (if any) with the Owner Thin ten (10) business days after the date of receipt of written notification of acceptance of said proposal; herwise, said check or bond shall be returned to the undersigned upon demand. fferor understands and agrees that the contract to be executed by Offeror shall be bound and include all contract uments made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(a), a mpetitive sealed proposal that has been opened may not be hanged for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. e -al if Offeror is a Corporation; addenda No. Date 9 F4 Idenda No. Date idenda No. Date �--/ ddenda No. Date /WBE Firm: ida: Date: le -le - ®—f I Auth Signa e _ (Printed or Typed Name) �} n -� �S- a4 64� aJ ompa � A4dress� f eV LL- >4.-j A, Cites ' Coun 3 5 State T Zip Code Telephone: •Z E-2 q 03 -� Fax: ` f _ - 7 C — FEDERAL TAX ID or SOCIAL SECURITY No. ;�lv-1 s"99-76 Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) Page Intentionally Left Blank 6 E*06ner losed with t rop sal is a C s ie ' Check or Certified Check for tars ($ • a Proposal Bond in the sum of �+ �L A b girs , which it is agreed shall be collected and retained r as liquidate da es in the the proposal is accepted by the Owner and the undersigned fails ;xecute the necessary contract documen s, insurance certificates, and the required bond (if any) with the Owner Ain ten (10) business days after the date of receipt of written notification of acceptance of said proposal; :herwise, said check or bond shall be returned to the undersigned upon demand. Iteror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract ac uments made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(a), a lompetitive sealed proposal that has been opened may not be hanged for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL Zeal if Offeror is a Corporation) tda: Date Date Date --% Date Date: Auth Signa � e,� r Typed Name) I � 's-— (-at G� v Ci Coun t-S _ 3 580 ty State Zip Code Telephone: Q - Z S 2 143 Fax:. - FEDERAL TAX ID or SOCIAL SECURITY No. Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) No Text CITY OF LUBBOCK CONTRACTOR'S STATEMENT OF QUALIFICATIONS RFP # 08-739-DD 19tb Street ADA Curb Ramps idates must complete each of the ollowing items in order to be considered. FIRM NAME: BUSINESS ADDRESS: Q A-0 r4 S TELEPHONE, WITH AREA CODE:Z" ` � Q J' FAX, WITH AREA CODE: E MAIL ADDRESS: �CKEtf sr� �1.4 t Gr �►�� �� • �� INTERNET URL ADDRESS: TYPE OF ORGANIZATION: (CHECK ONE) a. SOLE PROPRIETORSHIP ( ) b. PARTNERSHIP ( } c. CORPORATION d. JOINT VENTURE ( ) PRINCIPALS (P) AND ASSOCIATES (A): (WRITE "P" OR "A" FOR EACH) ;rEaP/A CERTIFICATE b. C. d. f, DEGREE OR INSTITUTION ls4 A dJ --mac 4-sue, ' CITY OF LUBBOCK CONTRACTOR'S STATEMENT OF QUALIFICATIONS CONTINUED 6. LIST 5 MAJOR PROJECTS WITHIN THE PAST THREE YEARS THAT ILLUSTRATE YOUR EXPERIENCE WITH PROJECTS SIMILAR TO THE CITY'S. PROJECT OWNER YAR COST_ �F /n a. J /aft ,2CcGYzQ rk'k� rLrh6 or w urn+s,�� f-J doh T' -�- b. 1 �tG �x %S t oy1 c��i�i itCc C3 t / is //t t Q �A.v L' -7 c7q o- c. � � C'¢ow d. I —rx r ` ®% Ica e. 7. REFERENCES: (INCLUDE AT LEAST THREE REFERENCES FROM THREE PROJECTS SIMILAR TO THE ONE FOR WHICH YOU ARE COMPETING) NAME RELATIONSHIP PHONE NUMBER //0 -4,v►yun Iry a. y4A/ At St1 Z� it �L-L -fuss �d /C7 b. n�� � �� C ��G (4!44o CK Cal >�ersv ©� -%lea <132 - 65/ 7z `7 11U Y: Signature: Date: Printed Name: Title: >17 / b .-'A) Firm Name: Tel #: (, Z 10_3 3 Address: 4 �� p � City: L� LJEL-�- A 03 Stater Zip: �� 3 a I CITY OF LUBBOCK -' INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Offeror and Agent Must be submitted with Proposal ate undersigned Offeror, certify that the insurance requirements contained in this proposal document have been viewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, fill be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid ►rance certificate to the City meeting all of the requirements defined in this proposal. Si ture) Contractor (Print) --V--"Z/ - :ONTRACTOR'S FIRM NAME: `V C (Print or Type) _i �NTRACTOR'S FIRM ADDRESS: fiAenrtSroker Sig u e) I4ddress of Agen r er: 6oz� Fjity/State/Zip: Ze6,6q igent/Broker Telephone Number: 79 V F Sate: /0 / S--0 9 — NOTE TO CONTRACTOR U Eiothe time requirement specified above is not met, the City has the right to reject this proposal and award the ntract to another contractor. If you have any questions concerning these requirements, please contact the Public Works Contracting Officer for the City of Lubbock at (806) 775-2168. N SAFETY RECORD QUESTIONNAIRE City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government wee, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to ction 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and -';ria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts. to definition and criteria for determining the safety record of a proposer for this consideration shall be: City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may nsider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by ivironmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among er things: Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the proposer for violations of OSHA regulations within the past three (3) years. 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 r violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential tj ntractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following ee (3) questions and submit them with their proposals: QUESTION ONE as the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such . arm, corporation, partnership or institution, r ceived ci 'ons for violations of OSHA within the past three (3) years? i YES N t the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its -proposal submission, the following information with respect to each such citation: )ate of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. Offeror's Initials UESTION TWO Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such [ firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its ±{' proposal submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and [ I penalty assessed. QUESTION THREE t Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which,.,, resulted in serious bodily injury or death? YES NO If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with itsf proposal submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty( assessed. ACKNOWLEDGEMENT THE STATE OF TEXAS `ass COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepres�' or omissions may ca proposal to be rejected. Title SUSPENSION AND DEBARMENT CERTIFICATION � eral Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or aking sub -awards under covered transactions to parties that are suspended or debarred or whose principals are pended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of i,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). ntractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and .Jprincipals are not suspended or debarred by a Federal agency. !fore an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals not suspended or debarred by a Federal agency. the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or barred by a Federal agency. .OMPANY NAME: t '7,DERAL TAX ID or SOCIAL SECURI / signature of Company Official: 4inted name of company official signing abo : f date Signed: y '12-Q e Page Intentionally Left Blank PROPOSED LIST OF SUB -CONTRACTORS A Company Name and City Minority Owned Yes or No 0 D 0 D 0 D 0 D D 0 El 0 0 El 2. D D 94. 6. THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO Page Intentionally Left Blank POST -CLOSING DOCUMENT REQUIREMENTS The below -listed document must be received in the Public Works Contracting Office Not Later Than TWO BUSINESS DAYS after the close date when proposals are due. FINAL, LIST OF SUB -CONTRACTORS Page Intentionally Left Blank i F .A LIST OF SUB -CONTRACTORS Company Name and City Minoru Owned Yes or No None C c s L i - r I i ❑ ❑ 3 y L. d ' ❑ U I i �1 G �-II V I I, LA I - i TMS FORM SHALL BE COMBLETED ,AND RETURNED NOT LATER THAN TWO BUSINESS DAYS AFTER THE CLOSE DATE WHEN PROPOSALS ARE DUE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO i I _ _ i No Text I PAYMENT BOND I Page Intentionally Left Blank 3L-n6 rib . 4�--acoS-Sg STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $25,000) KNOW ALL MEN BY THESE PRESENTS, that rn -" S C.. MPS ('1einafter called the Principal(s), as Principal(s), and fA C-25T1'a YL r C,-nca n a-n (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of ov Dollars ($;�g 17� lawful money of the United States for the payment 4eredf, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these pr sents. xe\'911�- hun64-e6 as)6 /ic�C� WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the K-� day of 2008, to� 4-C) . c 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) hav � q 44, day of �JoY e s be 2008. A Cs--(� 2 Surety *By (Tr ►'1 r L9J . Wo-%. KoJ ---7-r- P� e s►,+ e signed nd sealed this instrument this �'J (Com Name R., (Title) 0c), i-- ao558 r . The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby j designates C✓-T G-, r`,nc,,,r6, jQ9 fan agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service process may be had in matters arising out of such suretyship. 1-0 rr. Pra u Surety * By: — rte Approved as to form: City of Lubbock ` By: Attorn * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 2 N .-■ CSTAR ® INSURANCE COMPANY 233 MAIN STREET • P.O. BOX 2350 • NEW BRITAIN, CT 06050-2350 • (860) 224-2000 BOND NO. r-ac S S STATUTORY COMPLAINT NOTICE To obtain information or make a complaint: You may call the Surety's telephone number for information or to make a complaint at: 1-860-224-2000. You may also write to the Surety at: ACSTAR Insurance Company 233 Main St. P.O. Box 2350 New Britain, CT 06050-2350 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance at: P.O. Box 149104 Austin, TX 78714-9104 Fax #: 512-475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. RIDER CONTAINING DISCLOSURE NOTICE OF TERRORISM COVERAGE This disclosure notice is required by the Terrorism Risk Insurance ACT of 2002 (the "Act'). No action is required on your part. This Disclosure Notice is incorporated in and a part of the attached bond, and is effective the date of the bond. You should know that, effective November 26, 2002, any losses covered by the attached bond that are caused by certified acts of terrorism would be partially reimbursed by the United States under a formula established by the Act. Under this formula, the United States reimburses 90% of covered terrorism losses exceeding the statutory established deductible paid by the insurance company providing the coverage. -1 Under the Act, there is a cap on our liability to pay for covered terrorism losses if the aggregate amount of insured losses under the Act exceeds $100,000,000,000. during the applicable period for all insureds and all insurers combined. In that case, we will not be liable for the payment of any amounts which exceeds that aggregate amount of $100,000,000,000. The portion of your premium that is attributed to coverage for acts of terrorism is 12.21 IMPORTANT NOTE: THE COST OF TERRORISM COVERAGE IS SUBJECT TO CHANGE ON ANY BONDS THAT PREMIUM IS CHARGED ANNUALLY. Exclusion of Liability for Mold, Mycotoxins, and Fungi The Bond to which this Rider is attached does not provide coverage for, and the surety thereon shall not be liable for, molds, living or dead fungi, bacteria, allergens, histamines, spores, hyphae, or mycotoxins, or their related products or parts, nor the remediation thereof, nor the consequences of their occurrence, existence, or appearance. 233 MAIN STREET • P.O. BOX 2350 POWER OF ATTORNEY _ NEW BRITAIN, CT 06050-2350 INSURANCE COMPAN (860) 224-200o N° 28649 This Power of Attorney must have original corporate seal, and red and blue ACSTAR logo to be valid. Know all men by these presents: That ACSTAR Insurance Company, a corporation of the State of Illinois, having its principal office in the City of New Britain, Connecticut, pursuant to the following Resolution, which was adopted by the Board of Directors of the said Company on September 28, 2006. RESOLVED, That the following Rules shall govern the execution for the Company of bonds, undertakings, recognizances, contracts and other writings in the nature thereof: (1) That the Chairman, the President, any Vice President and General Counsel, or any Attomey-in-Fact, may execute for and on behalf of the Company any and all bonds, under- takings, recognizances, contracts and other writings in the nature thereof, the same to be attested when necessary by the Corporate Secretary, or any Assistant Corporate Secretary, and the seal of the Company affixed thereto; and that the Chairman or President may appoint and authorize any other Officer (elected or appointed) of the Company, and Attomeys-in-Fact to so execute or attest to the execution of all such writings on behalf of the Company and to affix the seal of the Company thereto. (2) Any such writing executed in accordance with these Rules shall be as binding upon the Company in any case as though signed by the President and attested to by the Corporate Secretary. (3) The signature of the Chairman, the President, or a Vice President of the Company may be affixed by facsimile on any power of attorney granted pursuant to this Resolution, and the signature of a facsimile to any certificate of any such power, and any such power or certificate bearing such fascimille signature and seal shall be valid and binding on the Company. (4) Such other Officers of the Company, and Attomeys-in-Fact shall have authority to certify or verify copies of this Resolution, the By -Laws of the Company, and any affidavit or record of the Company necessary to the discharge of their duties. does hereby nominate, constitute and appoint HENRY W. NOZKO, JR., ROBERT H. FRAZER, DAVID A. PRICE, MICHAEL P. CIFONE, JOAN C. FORTIER, HENRY W. NOZKO III each individually, its true and lawful Attorney -in -Fact, to make, execute, seal and deliver on its behalf, and as its act and deed any and all bonds, under- takings, recognizances, contracts and other writings in the nature thereof in penalties not exceeding TEN MILLION DOLLARS ($10,000,000.00) each, and the execution of such writings in pursuance of these presents, shall be as binding upon said Company, as fully and amply, as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office. IN WITNESS WHEREOF, Henry W. Nozko, Jr., President, has hereunto subscribed his name and affixed the corporate seal of ACSTAR Insurance Company this 28th day of September 2006. ACSTAR Insurance Company by bA�'" Henry W. rWko Jr., d t STATE OF CONNECTICUT ) ) ss. NEW BRITAIN COUNTY OF HARTFORD ) On this 28th day of September 2006, before me, a Notary Public of the State of Connecticut came, Henry W. Nozko, Jr., President of ACSTAR Insurance Company, to me personally known to be the individual and officer who executed the preceding instrument, and he acknowledged that he executed the same, and the seal affixed to the preceding instrument is the corporate seal of said Company; that the said corporate seal and his signatures were duly affixed by the authority and direction of the said corporation, and the Resolution adopted by the Board of Directors of said Company, referred to in the preceding instrument, is now in force. IN TESTIMONY WHEREOF, 1 have hereunto set my hand and affixed my official seal at the City of New Britain the day and year first above written. ,OTAR `• LIC )0), ��Notary Public - Diane L. Plante 1.7 — I, the undersigned, Secretary or Assistant Secretary of ACSTAR Insurance Company, do hereby certify that the original POWER OF ATTORNEY of which the foregoing is a full, true and correct copy, is in full force and effect. In witness whereof, Ihave hereunto subscribed my name as Secretary or Assistant Secretary, and affixed the corporate seal of the Corporation, this h day of Noypmhpr 2008 / 4 Robert H. Frazer/MichlR P. Cifone Secretary/ Assistant Secretary CERTIFICATE OF INSURANCE Page Intentionally Left Blank CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK - DATE: P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 TYPE OF PROJECT: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for - the typed of insurance and in accordance with the provisions 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 $ LE Fire Damage (Any one Fire) $ $ Med Exp (Any one Person) AUTOMOTIVE LIABILITY I ! Any Auto Combined Single Limit $ i All Owned Autos Bodily Injury (Per Person) $ C? Scheduled Autos Bodily Injury (Per Accident) $ C I Hired Autos Property Damage $ Non -Owned Autos GARAGE LIABILITY Any Auto Auto Only - Each Accident $ Other than Auto Only: Each Accident $ Aggregate $ 1 BUILDER'S RISK I 100% of the Total Contract Price $ INSTALLATION FLOATER $ EXCESS LIABILITY ;: Umbrella Form Each Occurrence $ Aggregate $ Other Than Umbrella Fonn $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY The Proprietor/ Included Statutory Limits Partners/Executive Excluded Each Accident $ Officers are: Disease Policy Limit $ Disease -Each Employee $ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE MUST BE SENT TO THE CITY OF LUBBOCK (Name of Insurer) I: Title: The Insurance Certificates furnished shall name the City of Lubbock as a Primary Additional Insured on General Liability and provide a Waiver of Subrogation on all policies in favor of the City of Lubbock. ACORD CERTIFICATE OF LIABILITY INSURANCE „a D I/DDlYYYY) 11/24//24/2008 PRODUCER Bledsoe Insurance Agency, Inc. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 5143 69th Street HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P.O. Box 65028 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Lubbock TX 79464 INSURERS AFFORDING COVERAGE NAIC # INSURED M & S Concrete Company INSURER A: Litchfield Special Risks, Inc. -Commercial L PO Box 8241 INSURER B: Progressive Insurance 24260 INSURER C: Levelland TX 79338 INSURER D: INSURER E: Texas Mutual Insurance Co. 22945 nnVFRAnFS 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 I MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH ' POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADD'L POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CIA21000824 06/19/2008 06/19/2009 EACH OCCURRENCE IOOOOOO DAMAGE TO RENTED $ SOOOO X CLAIMS MADE I OCCUR MED EXP (Any oneperson) $ 1000 PERSONAL & ADV INJURY 1000000 GENERAL AGGREGATE 2000000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG 1000000 1 X POLICY PRO- LOC AUTOMOBILE LIABILITY ANY AUTO 05559783-1 12/10/2007 12/10/2008 COMBINED SINGLE LIMIT (Ea accident) $ X BODILY INJURY (Per person) $ 500000 ALL OWNED AUTOS SCHEDULED AUTOS .i X X HIRED AUTOS NON -OWNED AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ 'I GARAGE LIABILITY AUTO ONLY - EA ACCIDENT OTHER THAN EA ACC ANY AUTO AUTO ONLY: AGG EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ >, OCCUR CLAIMS MADE AGGREGATE $ $ $ DEDUCTIBLE RETENTION ,..,�E WORKERS COMPENSATION AND SBP0001158528 06/21/2008 06/21/2009 X WCSTATU- OTH- E.L. EACH ACCIDENT SOOOOO AI EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICERIMEMBER EXCLUDED? E.L. DISEASE - EA EMPLOYEE 500000 It yes, describe under S below E.L. DISEASE -POLICY LIMIT _ SOOOOO OTHEF;Contract #8707 �19th Street ADA Curb Ramps $: DESCRIPTION OF OPERATIONS / LOCATIONS ! VEHICLES! EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS Certificate holder is additional insured with regard to general liability and auto liability coverage. General liability is primary and non-contributory for additional insured. A waiver of subrogation is applicable to certificate holder with regard to general liability, auto liability and workers comp coverage. r.' City of Lubbock PO Box 2000, Room 204 Lubbock TX 79457 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFOTIA THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 3j DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGAMON OR LIABILITY OF ANY KIND UPON THE INSURER. ITS AGENTS OR 0 ACORD 25 (2001/08) _ 0 - ©%QOD CORPORATION 1988 I CONTRACTORCHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. : 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 `. 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: i (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; i (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and s (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. E� U E� z 0 U _.. ,�� .. _ �� __._ --w _ .. s p^ .,. .a _� � � '•" Paue Intentionally Left Blank CONTRACT # 8707 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 6�h day of November, 2008 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 M&S CONCRETE CO. of the City of LEVELLAND, County of HOCKLEY 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: PROPOSAL # 08-739-DD - 19th Street ADA Curb Ramps - $86,875 and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own L. proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. M&S CONCRETE CO.'s proposal dated OCTOBER 10, 2008 is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. By: PRINTED NAME: TITLE: COMPLETE DRESS: Company row C,� Address City, State, Zip S ATTEST: Corporate Secretary CITY OF LUBBOCK, TEXAS (OWNER): By: MAYOR ATTEST: City S cretary GENERAL CONDITIONS OF THE AGREEMENT Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit M&S CONCRETE CO. 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 4 referring to, City of Lubbock, or its representative KEITH SMIITH, ASSISTANT CITY ENGINEER, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, .�.- designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). f 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. 10 11. 12. 13. 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. 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. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 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. - RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 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 will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. I E_ 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 officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all 18. 19. 20. 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. 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. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 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 will be ready for such observation. Owner or Owner's Representative may reject any such work I 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 t__ testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. L If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such i 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 Eli action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. ,.,., 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative L 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 r Method (B) - By agreed lump sum; or 11 t (h) r, "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804- 4000 (2!2 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 contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; - (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the LA Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that t materially affects the provision of coverage of any person providing services on the project; and (i (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. 12 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to offering. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may 13 i r_ enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of f .. 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. 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 $100 (ONE HUNDRED) PER I_ DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. ._ 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the proposal; 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. 14 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. 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 officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 15 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 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 J 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. 16 E44. 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 El, 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. 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, 17 Page Intentionally Left Blank DAVIS-BACON WAGE DETERMINATIONS I €i€ Page Intentionally Left Blank GENERAL DECISION: TX20080028 02/08/2008 TX28 Date: February 8, 2008 General Decision Number: TX20080028 02/08/2008 Superseded General Decision Number: TX20070028 State: Texas Construction Types: Heavy and Highway Counties: Ector, Lubbock, Midland, Potter, Randall, Taylor and Tom Green Counties in Texas. HEAVY (excluding tunnels & dams) and HIGHWAY PROJECTS (does not include building structures in rest area projects). _Y- Modification Number Publication Date 0 02/08/2008 * SUTX2004-001 11/09/2004 Rates Fringes Asphalt Distributor Operator ... $ 9.25 0.00 Asphalt Heater Operator ........ $ 11.21 0.00 Asphalt paving machine operator$ 11.16 0.00 Asphalt Raker ..................$ 9.51 0.00 Broom or Sweeper Operator ...... $ 8.57 0.00 Bulldozer operator ...........$ 9.76 0.00 Carpenter ......................$ 12.61 0.00 Concrete Finisher, Paving ...... $ 13.26 0.00 Concrete Finisher, Structures..$ 11.20 0.00 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator .......................$ 11.00 0.00 Electrician ....................$ 17.00 0.00 _--= Form Builder/Setter, Structures$ 9.26 0.00 Form Setter, Paving & Curb ..... $ 9.82 0.00 Front End Loader Operator ...... $ 10.52 0.00 Laborer, common ................$ 8.51 0.00 Laborer, Utility ...............$ 10.46 0.00 Mechanic .......................$ 16.85 0.00 Motor Grader Operator Rough .... $ 11.75 0.00 Motor Grader Operator, Fine Grade ..........................$ 13.50 0.00 Planer Operator ................$ 13.36 0.00 Roller Operator, Pneumatic, Self -Propelled .................$ 7.67 0.00 Roller Operator, Steel Wheel, Flat Wheel/Tamping.............$ 8.06 0.00 w Roller Operator, Steel Wheel, Plant Mix Pavement .............$ 7.50 0.00 Scraper Operator ...............$ 8.50 0.00 Servicer .......................$ 8.98 0.00 Slip Form Machine Operator ..... $ 13.64 0.00 Tractor operator, Pneumatic .... $ 12.00 0.00 Traveling Mixer Operator ....... $ 12.00 0.00 Truck driver, lowboy -Float ..... $ 12.67 0.00 Truck driver, Single Axle, Heavy ..........................$ 8.50 0.00 Truck driver, Single Axle, Light ..........................$ 8.08 0.00 Truck Driver, Tandem Axle, �.<. Semi -Trailer ...................$ 8.66 0.00 Welder .................... 15.25 0.00 Work Zone Barricade Servicer... ------ ----- ---------- ------------- $--8_28-------------0_00- ------ �,_ WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION EXHIBIT B Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT C Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. v SPECIFICATIONS Page Intentionally Left Blank CITY OF LUBBOCK PUBLIC WORKS ENGINEERING STANDARD PAVING SPECIFICATIONS OF *f w V*- R. K E I FI .SMITH .' 60335, c H-- April 18, 2006 CITY OF LUBBOCK PUBLIC WORKS ENGINEERING STANDARD PAVING SPECIFICATIONS TABLE OF CONTENTS SECTION PAGE NUMBER 1.1 GENERAL 1 1.2 Specifications 1 1.3 Warranty and Acceptance 1 1.4 Testing and Inspection 2 1.5 Cleanup and Site Restoration 2 1.6 Notification of Property Owners 3 1.7 Protection of Utilities and Irrigation Systems 3 1.8 Water for Construction 3 2.1 CONCRETE 4 2.2 Classification 5 2.3 Mix Design 5 2.4 Strength Requirements 6 2.5 Cement 6 2.6 Aggregate 6 2.7 Flowable Fill 7 2.8 Water 8 2.9 Admixtures 8 2.10 Reinforcing Materials 8 2.11 Joints 9 2.12 Joint Sealing Materials 10 2.13 Curing Compounds 10 2.14 Forms for Concrete 10 2.15 Placing and Finishing Concrete 11 11 SUBGRADE 12 4.1 FLEXIBLE BASE (CALICHE) 13 4.2 Materials Tests 13 4.3 Flexible Base Construction 14 5.1 ASPHALT STABLIZED BASE (ASB) 15 5.2 ASB Mix design 15 5.3 Placing ASB 16 5.4 ASB Compaction 16 6.1 HOT MIX ASPHALT CONCRETE SURFACE (HMAC) 17 6.2 Thickness of HMAC Surface 18 6.3 Mix Design 18 6.4 Coarse Aggregate 19 6.5 Fine Aggregate 20 6.6 Asphalt 20 6.7 Placing Hh14C 21 6.8 Compaction 22 6.9 Prime and Tack Coats 23 6.10 Emulsified Asphalt Sealer 23 7.1 STORM SEWER 23 7.2 Reinforced Concrete Pipe 24 7.3 Mortar 24 7.4 Preformed Bituminous Gasket Joints 24 7.5 Manholes 24 7.6 Manhole Frames and Covers 26 7.7 Construction Methods 26 7.8 Excavation 26 7.9 Pipe Installation 28 7.10 Backfilling 29 7.11 Trench Protection 29 8.1 FENCES 30 9.1 SALVAGE OF ASPHALT PAVING 31 10.1 BARRICADES 31 11.1 PROSECUTION OF THE WORK AND WORKING DAYS 32 11.2 Working Days Definition 32 11.3 Work Between November 1 and January-" 33 12.1 MEASUREMENT AND PAYMENT 33 12.2 Curb and Gutter 34 12.3 Concrete Flat Slabs 34 12.4 Curb Ramps 34 12.5 Concrete Drainage Channel 34 12.6 Retaining Udall or Curb on Drain Channel or Curb Ramp 34 12.7 Concrete Median 35 12.8 Concrete Street Paving 35 12.9 Sawing and Sealing Joints 35 12.10 Storm Sewer Inlet Boxes and Manholes 35 12.11 Headwalls 35 12.12 Storm Sewer Pipe 36 12.13 Extra Vertical Feet of Manhole 36 12.14 Curb and Gutter Removal 36 12.15 Concrete Slab Removal 36 12.16 2 Sack Flowable Fill 37 12.17 Asphalt Paving 37 12.18 Asphalt Paving Repair 37 12.19 Excavation and Grading 37 12.20 Ditch Grading and Unpaved Street Surface Grading 37 13.1 STANDARD DETAILS 38 Street Crown Elevations Typical Asphalt Street Cross -sections Typical 24 inch Curb and Gutter Typical 30 inch Curb and Gutter Concrete Valley Gutter Alley Return and Alley Paving Tee Alley Typical Handicap Ramp CITY OF LUBBOCK PUBLIC WORKS ENGINEERING STANDARD PAVING SPECIFICATIONS 1.1 GENERAL The construction and materials for any City of Lubbock Street/Drainage Engineering project shall conform to the following specifications and associated plan sheets. Any construction or materials failing to meet the requirements of these specifications or the plan sheets shall be removed and replaced at the Contractor's expense. No consideration will be given to requests for reduced payments, except as specified, or extended warranties for construction or materials not in conformance with these specifications or the plan sheets. The Engineer may require certificates from manufacturers certifying that materials or equipment to be incorporated into the work meet these specifications. Material Safety Data Sheets (MSDS) shall be required on all materials. All materials or equipment shall be subject to approval by the Engineer before being incorporated into any project. After approval, the source and/or character of materials shall not be changed without written authorization by the Engineer The term Engineer used in these specifications may refer to the City of Lubbock City Engineer or an individual designated by the City Engineer to administer these r specifications and associated plans. 1.2 SPECIFICATIONS Any references to these specifications, ASTM, AASHTO, TxDOT, or other designated tests, procedures, quality standards, or requirements which are included in these specifications or any associated plans shall be the latest edition and revision thereof. When information indicated on plan sheets is different from these specifications, the information on the plans shall govern. 1.3 WARRANTY AND ACCEPTANCE All equipment, materials, and construction incorporated into any project covered by these specifications shall be guaranteed against defective material and workmanship. Prior to final acceptance, the contractor shall furnish to the Engineer, a Maintenance Bond which I shall provide that the contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in or from such defects when such defects appear within one year from the date of acceptance of the work. The determination of the necessity during the warranty period for the contractor to repair or replace the work in whole or in part shall rest with the Engineer. 1.4 TESTING AND INSPECTION All work shall be inspected and/or tested by a representative designated by the Engineer, who shall have the authority to halt construction when, in his opinion, construction is being performed contrary to these specifications or associated plans. Whenever any portion of these specifications or associated plans is violated, the Engineer may order that portion of construction that is in violation to cease until such violation is corrected. Contractor shall cooperate with the Engineer in providing for sampling and testing procedures. In the event City tests indicate out of specification materials, additional tests may be provided by the contractor at his expense. Conflicting tests provided by the contractor will not automatically be considered as compliance with specifications, but will be considered only as additional information to be used by the Engineer to determine the compliance of the material or construction in question. The testing and inspection provided by the City is intended only to verify that materials and construction comply with plans and specifications. The City's testing and inspection are not intended to replace the contractor's responsibility to comply with the specifications. With respect to new material sources, or where the City lab has determined materials do not meet specifications, the City will not re -test until the contractor has provided his own testing to demonstrate the materials and construction are in compliance with the plans and specifications. Upon completion of construction, the contractor shall flood all paving improvements within the project. Any improvements holding water one quarter inch or more in depth, or extending more than 10 feet in length shall be removed and replaced. 1.5 CLEANUP AND SITE RESTORATION After any construction covered by these specifications is completed, the Contractor shall remove all equipment. surplus materials, and rubbish from the site. The contractor shall restore all disturbed areas to their original condition satisfactory to the Engineer. 2 J, 1.6 NOTIFICATION OF PROPERTY OWNTRS The contractor shall be responsible for maintaining positive communication with adjacent I ry� property owners. The contractor shall notify all affected property owners with respect to pending construction, restricted access, and driveway locations. 1.7 PROTECTION OF UTILITIES AND IRRIGATION SYSTEMS The plans show only approximate locations of utilities as obtained from various utility companies. It is not implied that all utilities or accurate locations are shown on the plans. It is the contractor's responsibility to familiarize himself with all utilities and locations. The contractor shall comply with all laws, ordinances, and regulations with respect to utility notification and protection, including Underground Facility Damage Prevention Notification Centers. The contractor shall call DIG TESS 1-800-545-6005 and provide time for all utilities to be identified prior to construction. On all projects the contractor shall exercise care not to damage any sanitary sewer pipe, manholes, storm sewers, water lines, valves and boxes, communication cables, power cables, gas lines, nor any other pipe or utility. The contractor will be responsible during the construction period for damages to any utilities. Irrigation systems affected by construction shall be properly repaired with materials equal the existing system. The repairs shall be pressure tested to the satisfaction of the Engineer prior to being covered. 1.8 WATER FOR CONSTRUCTION The City will not furnish water at no charge for construction. To use City water for construction the contractor shall acquire a water meter for use on a City fire hydrant, and will be charged the applicable rate for the quantity of water used. The contractor shall contact Lubbock Power and Light Customer Service Department (775-2509) and establish a utility account. The contractor must pay the current deposit for a fire hydrant meter. After the account is established and the deposit is paid, the contractor may pick up a meter from the City Water Department at 600 Municipal Drive. Fire hydrants shall be operated only by use an approved fire hydrant wrench. No pipe wrenches, or other unapproved devices, shall be used to open and close a fire hydrant. For top loading trucks or containers the contractor shall provide a back flow prevention assembly on the discharge side of the meter. The Backflow prevention assembly shall be in the form of two spring loaded ball check valves. When filling the truck or container there shall be an air gap of at least two times the opening diameter of the truck or container. For bottom loading trucks the contractor shall provide a Reduced Pressure Zone (RPZ) type Backflow prevention assembly. All Reduced Pressure Zone type back flow prevention assemblies must be tested, and the test results approved by the City prior to use. The test results shall be sent to the City of Lubbock Water Utilities Department, Meter and Customer Service Supervisor for approval. In accordance with City of Lubbock Ordinance No. 10208 "Pertaining to Backflow Prevention'', the City representatives are authorized to suspend water use from a fire hydrant by a contractor until the proper and correct Backflow prevention devices are installed. 2.1 CONCRETE These specifications shall govern Portland cement concrete used for curb and gutter, valley gutters, alley paving, sidewalks, street paving, drainage channels. The concrete shall be produced at a Ready -Mix Concrete Batch Plant conforming to ASTM C 94. The concrete shall be transported to the project location in approved Revolving Drum Agitator Trucks, and shall be placed within one hour of mixing time. The concrete shall be continuously mixed during transit. No patching of any nature shall be allowed in repairing any damage to concrete improvements. Where damage occurs, the section shall be removed to the nearest joints and shall be replaced with new construction. Small cracks with no evidence of displacement may be repaired with epoxy, only where approved by the Engineer. All concrete shall have 5%, plus or minus 1-1!2%, air entrainment in conformance with ASTM C 260. All concrete street pavement shall include proper jointing as determined by the Engineer and a minimum reinforcement of number 4 bars on 18" centers both ways, or as indicated on plans. When delivered to the jobsite each truck shall provide the load ticket indicating weights of all concrete ingredients, including cement, aggregates, water, and admixtures. 4 2.2 CLASSIFICATION The following City of Lubbock classes of concrete shall be used: Class A Curb and gutter, sidewalks, curb ramps, drainage channels, medians, inlet boxes, headwalls, junction boxes, driveways, and retaining walls. Class B Valley gutters and fillets, alley returns, and alley paving. Class C Concrete street pavement. Class D Utility encasements Class E Fast setting concrete pavement such as "Fast Track" Concrete Pavement or, other special design. 2.3 MIX DESIGN Twenty to thirty days prior to beginning any concrete construction the contractor shall submit the following to the Engineer for approval: 1. Test certificates from an approved commercial testing laboratory on all proposed aggregate. Certificates shall indicate material source, gradation, and loss from 5 cycle Magnesium Sulfate or Sodium Sulfate test (not to exceed 18%) 2. A mix design based on water -cement ratio. 3. Results of compression tests in conformance with ASTNI C 39 and/or -flexural tests in conformance with ASTM C 78, made by an approved commercial testing laboratory. Tests shall be made on 6 cylinders and/or 6 beams at curing times appropriate to the class of concrete. The City Engineer will approve or reject the mix design and materials based on these submittals. This approval shall be subject to additional testing during construction. 5 9 Mix designs for various classes of concrete shall conform to the following: Minimum Sacks Maximum Gal Maximum Slump Class Cement per CY Water per Sack Inches — A 5.0 6.5 5 B 5.5 5.5 5 C 6.0 6.0 3 D 4.5 6.5 5 E 7.0 5.0 As specified by concrete batch plant 2.4 STRENGTH REQUIREMENTS The various classes of concrete shall conform to the following minimum strengths in psi as determined by the average of two test cylinders or beams. If cores are subsequently used to prove compressive strength where test cylinders indicate failures, the required compressive strength shall be increased by 10%. COMPRESSIVE FLEXURAL Class 3 Day 7 Day 28 Day% A - 2100 3000 - B 2500 3000 - - C - 2500 3600 600 (28 day) D - - 2500 - E 3000 psi at 24 hours 2.5 CEMENT Cement shall be Type 1, Type II, Type III, or Type V cements, conforming to ASTM C 150 "Standard Specification for Portland Cement". Air entrained cement shall be Type IA, Type HA, Type ILIA, or Type VA conforming to ASTM C 175 "Specification for Adding Air Entraining to Portland Cement'' and ASTM C 226 "Standard Specification for Air -Entraining Portland Cement". 2.6 AGGREGATE Concrete aggregate shall consist of natural, washed and screened sand, and washed and screened gravel or clean crushed stone conforming to ASTM C 33. 6 r r The aggregates shall be well graded from coarse to fine with a maximum size of 1-1/2 inches, and shall conform to ASTM C 136. All aggregate shall be free of injurious amounts of clay, soft or flaky materials, loam, or organic impurities. Coarse aggregate for Class C or E concrete shall be crushed limestone (Brownwood type or equivalent). Fine aggregate shall be graded from fine to coarse and shall conform to ASTM C 136. The gradation for aggregate shall meet the following requirements by weight: i FINE AGGREGATE COARSE AGGREGATE Sieve Percent Retained Sieve Percent Retained 3/8 inch 0 1-3/4 inch 0 No. 4 0-5 1-1/2 inch 0-5 No.16 20-55 3/4inch 3 0 - 6 5 No. 30 45-75 3/8 inch 70-90 No. 50 70-90 No. 4 95-100 No. 100 98-100 Maximum amounts of organic impurities shall conform to ASTM C 40 and ASTM C 87. Maximum amounts of impurities finer than the #200 sieve shall conform to ASTM C 117. Maximum amounts of soft particles shall conform to ASTM C 123. Maximum amounts of friable particles shall conform to ASTM C 142. Stockpiles shall be protected from dusty conditions by drift fences or other methods approved by the Engineer. Stockpiling methods used shall not allow aggregate to roll down the slope as it is added to existing stockpiles. Stockpiles shall be built in layers of uniform thickness. Equipment shall not be permitted to operate over the same lift repeatedly. 2.7 FLOWABLE FILL 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. Flowable fill shall be used for backfill in all utility ditches within the right of way, and other areas as specified. Utility ditches in existing paved streets shall be backfilled with flowable fill from the bottom of the ditch to the paving surface. Use of concrete in place of flowable fill is not acceptable, and if used in place of flowable fill shall be removed by the contractor. 7 L-1 C —*A'A .101:7 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. 2.9 ADMIXTURES Admixtures may be applied to the concrete mix design when approved by the Engineer to achieve any desired special properties. Chemical admixtures shall conform to ASTM C 494. Chemical admixtures shall not be used as a substitute for Cement. Mineral admixtures such as Fly Ash and Natural Pozzolans in conformance with ASTM C 618 may not be used with Types 1, II, Ill, and V Portland Cement unless specific a.11y approved by the Engineer. If approved only Class C or Class F fly ash may be used. When fly ash is permitted to be used, "cement" in relation to mix design shall be defined as "cement plus fly ash". Fly ash may constitute no more than 15% by absolute volume of the cement as approved by the Engineer. 2.10 REINFORCING MATERIALS GENERAL - All concrete, except for curb and gutter, shall incorporate wire mesh or fiber reinforcement, and/or other reinforcement as indicated on plan sheets. Metal reinforcement shall be grade 40 (40KSI) unless indicated otherwise on plan sheets. All steel reinforcing materials shall be securely held in proper position with devices appropriate to the type of reinforcement used, subject to approval by the Engineer. STEEL - Wire mesh shall conform to ASTM A 185, and shall be 6"x 6"40 gauge welded wire fabric, or size as indicated on plan sheets. Reinforcing bars shall be open-hearth basic oxygen or electric furnace new billet steel manufactured in accordance with ASTM A 615 and ASTM A 305. Steel reinforcing materials stored at any location shall be protected from accumulations of grease, mud or other foreign matter, and rust producing materials. When incorporated into construction, steel reinforcement shall be free from rust, scale, oil, mud, and structural defects. Dowels for slip joints shall be smooth plain round bars free from burrs, rough surfaces, and deformations. Sleeves or wrapping shall be as indicated on plan sheets. 1 Chairs shall be used to support the reinforcing steel in the correct position while concrete is being placed. Chairs shall be made of plastic (preferred) or steel, and shall be of adequate size to positively hold the reinforcing materials in position. FIBER - Fiber reinforcement may be used in place of wire mesh only if approved by the City Engineer. Fiber reinforcement shall be either 100% virgin polypropylene, collated, fibrillated fibers specifically manufactured for use as concrete reinforcement, containing no reprocessed olefin materials, or steel fibers equivalent to Novocon Xorex. The quantity of fiber reinforcement used shall be 1.5 pounds per cubic yard, or as recommended by the fiber manufacturer. The minimum physical characteristics on the fiber shall be as follows: Specific Gravity Tensile Strength Length 2.11 JOINTS 0.91 70,000 psi to 110,000 psi 3/4" Curb and gutter (Class A concrete)shall be constructed with an expansion joint at the tangent point of each return at -intersections and at intervals not more than 40 feet between the intersections. The 40 foot intervals may be omitted for machine placed curb and gutter. Construction joints formed by removable metal templates accurately shaped to the cross-section of the curb and gutter shall be located at the midpoint of each section between expansion joints, or as directed by the Engineer. Tooled contraction joints, cut at least one quarter the concrete depth, shall be placed at 10 foot intervals. Alley paving (Class B concrete) shall be constructed with an expansion joint at each cold joint. Tooled contraction joints, cut 3/4 inch wide 1-5/8 inch deep, shall be placed at 13 foot intervals. Alley paving contraction joints shall be sealed with an asphaltic sealer. Street Paving (Class C or E concrete) shall be constructed with contraction and expansion joints as indicated on plan and detail sheets. Unless otherwise specified, the joints shall be sawed 1/2 inch wide and to depth equal to 1/4 of the pavement thickness plus one half inch. Joints shall be saw cut within 12 hours of placement of the concrete paving. The joints shall be sealed with an elastomeric system as specified in section 2.12. Valley gutters and fillets shall be constructed with tooled construction joints. The joints shall be sealed with an elastomeric system as indicated in section 2.12. WE I 2.12 JOINT SEALING MATERIALS Bituminous premolded expansion joint material shall conform to ASTM D 1751, and shall be placed as indicated on plan sheets or elsewhere in these specifications. Elastomeric sealant for contraction joints shall be, or shall be equivalent to, W.R. Meadows "SOF-SEAL", W.R. Meadows #158 cold applied, or "GARDOX" as required by plan sheets. Hot poured sealant for joints between Portland cement concrete and Bituminous concrete shall conform to ASTM D 3405. Hot poured joint sealant for all other joints in Portland cement concrete pavement, shall conform to ASTM D 3406. Cold poured joint sealant shall conform to ASTM C 920. Elastomeric joint sealant shall be mixed and applied in accordance with the manufacturer's recommendations. Prior to application, joints shall be cleaned by sandblasting and otherwise prepared so that the sealant adheres to the surfaces to form an effective seal against moisture and solid particles. The sealant shall be a soft, highly flexible, rubber like material after curing which shall not track, flow, crack, or break when exposed to hot and cold temperature extremes typical of local conditions. Backer rod used with elastomeric sealant shall be 25% greater in diameter than the joint width. It shall be made of polyethylene foam or other material as recommended by the sealant manufacturer. Compression of the backer rod material shall be approximately 25% shrinkage at 8 psi applied stress. The material shall not melt, shrink, evaporate, or absorb water, and shall be compatible with the application of the sealant to be used. 2.13 CURING COMPOUNDS All fresh concrete surfaces shall be completely covered with a liquid membrane forming curing compound and the application shall conform to DMS - 4650 and TxDOT Item "Concrete Structures - Curing Materials". No other methods of moisture retention on fresh concrete shall be used unless specifically approved by the Engineer. 2.14 FORMS FOR CONCRETE Forms for concrete construction shall be set to the lines and grades established by the Engineer after subgrade has been prepared. The forms shall be held together and in place in such a manner that they will not move during the placing and working of the concrete. The forms shall be cleaned and oiled prior to placing concrete. 10 Face forms and construction joints (removable metal plates) shall be set to hold the concrete in place until it is to be finished. 1 Forms that are warped or damaged in any manner so as to make them unacceptable to the Engineer shall not be used. Forms for radii shall be set in the same manner as straight forms, and shall be set to produce curves true to the plans. Face forms will not be required for curb and gutter on radii if a true section can be obtained by other methods acceptable to the Engineer. 2.15 PLACING AND FINISHING CONCRETE Placing of concrete shall not start before sunrise, and shall stop one hour before sunset. Concrete shall be placed as close to its proper location as practical. Sufficient concrete shall be placed to allow for shrinkage and extra material for finishing. The concrete shall be floated and troweled to the approximate section. No water shall be added during placement or finishing of any concrete, unless specifically authorized by the Engineer. For curb and gutter removal of face forms and finishing shall be started after a partial set occurs. For all concrete construction approved forms, templates, and tools shall be used to form the cross -sections indicated on plan or detail sheets. Concrete shall not be placed when the ambient temperature is below 40 degrees F as determined by the National Weather Service continuous broadcast, 748-1071 selection 2. Concrete shall not be placed on frozen subgrade. The contractor shall have available sufficient covering material, approved by the Engineer, to immediately protect concrete should the air temperature fall below 33 degrees F. This protection shall remain in place as long as the temperature continues below 32 degrees, to a maximum of S days. No salt or other chemical admixtures shall be added to the concrete to prevent freezing. All concrete placed for pavement shall be consolidated by use of mechanical vibrators approved by the Engineer and designed to vibrate the concrete internally. Vibrators shall be operated in a manner not to interfere with joints, and shall not come in contact with forms. The surface of concrete street paving shall incorporate a heavy broom finish, or tined finish if indicated on plans. All other concrete surfaces shall be completed with a light broom finish. 11 Finished concrete surfaces shall not have irregularities in excess of 1!8 inch when tested with a 10 foot straightedge. Prior to acceptance, the contractor shall apply sufficient water to all concrete and paving to determine locations of ponding. Ponded areas shall be removed and replaced. Any concrete construction damaged by equipment, tools, vandals, or other influences shall be replaced at the contractor's expense. 3.1 SLBGRADE Subgrade material for concrete or asphalt construction shall consist of suitable native soil or off site soil, free from vegetation or other objectionable matter. All unstable or objectionable material shall be removed from the subgrade and replaced with approved material. The material shall be suitable for forniing a stable embankment and shall meet the following requirements: Liquid Limit 45 maximum Plasticity Index 15 maximum Linear Shrinkage 2 min - 10 max Subgrade material which does not meet the above requirements may be conditioned with lime or caliche screenings. The conditioning shall produce a uniform subgrade material which meets all of these specified subgrade requirements Subgrade shall be prepared in conformance with. the lines and grades shown on the plans, or as directed by the Engineer, by scarifying and'compacting to a minimum of 95% of Standard Proctor Density at optimum moisture content plus or minus 2%. Subgrade shall be constructed in maximum of b inch lifts. The total thickness of the subgrade shall be b inches minimum for streets 36 feet wide or less, 12 inches minimum for streets greater than 36 feet wide, or as indicated on plan sheets. The compaction method for subgrade shall provide for each lift to be compacted to the specified density using appropriate equipment. After each section of subgrade is complete, tests as determined necessary by the City Engineer will be made by the City of Lubbock Testing Lab with respect to moisture and density using nuclear testing equipment. At any time the City Engineer may require proof rolling on streets or alleys with a 25 ton pneumatic roller, or equivalent, to test the uniformity of compaction. All utility ditches shall be determined to be stable prior to construction of subgrade over such utility ditch. 12 1 Any fill placed within existing or proposed street right of way in execution of an approved cut and fill plan shall meet these specifications for materials and construction. Cut and fill operations shall comply with Chapter 25 of the City of Lubbock Code of Ordinances. Subgrade which has become wet, or otherwise altered, after completion may be subject to retesting and reprocessing as determined by the Engineer. 4.1 FLEXIBLE BASE WALICHEI The material for flexible base shall consist of crushed caliche, limestone, calcareous clay particles, conglomerate, gravel, sand, or other approved granular materials produced from oversize quarried aggregate, sized by crushing and produced from a naturally occurring single source. Blending of sources shall be allowed only if both sources individually meet the requirements of these specifications. If material characteristics within the approved source change, the material shall be subject to retesting and re -approval prior to continued use. The Contractor shall not change material sources without approval by the Engineer. All base material sources are subject to approval by the Engineer. Approved sources that do not test consistently within the limits of these specifications during construction may be rejected by the Engineer. Flexible base material may be conditioned by addition of crushed concrete (Class A Concrete minimum). Blending of crushed concrete and caliche shall be performed at the contractor's production site. The crushed concrete shall be processed to remove wood, steel and other contaminants, including brick and asphalt materials, before blending. The final blended material shall meet the material and performance specifications as stated herein. 4.2 MATERIAL TESTS Flexible base material shall conform to the following test requirements: Sieve Analysis Sieve Size 2-1/2" 1-3/4" 7/8" 1/2'' #4 #40 %Retained 0 5-10 10-35 30-50 45-65 70-85 13 1 Atterberg Limits Material passing the No. 40 Sieve shall be known as "Soil Binder" and shall meet the following requirements: Liquid Limit 45 maximum Plasticity Index 15 maximum and 3 minimum Linear Shrinkage 10 maximum Wet Ball Mill When tested in accordance with Tex- 116-E (Wet Ball Mill) the base material shall have a value not to exceed 55. The percent of material passing the #40 sieve shall not increase by more than 30 during the test. 4.3 FLEXIBLE BASE CONSTRUCTION Areas behind curbs shall be backfilled and leveled with approved topsoil prior to placing base material. Approved flexible base material shall be hauled in vehicles of uniform capacity and dumped evenly along the project length for processing and compaction. Processing shall be accomplished in multiple lifts of 3 inches compacted thickness. Each course shall be wetted and rolled with a pneumatic roller as required to produce a uniform compaction of 95% minimum of Standard Proctor Density at a moisture content l % to 2% below optimum. At any time the Engineer may require proof rolling with a 25 ton pneumatic roller to ensure uniform compaction of base. Processing for compaction of caliche base with a sheeps foot type roller will not be permitted. The base shall be maintained by blading, watering, or other methods until the wearing surface is placed. Windrow caliche shall not be removed until the base has passed finish inspection. Base which becomes wet, or other wise altered, may be subject to retesting and reprocessing as determined by the Engineer. The compacted flexible base shall be finished and shaped immediately proceeding the application of the surface treatment. All loose or unconsolidated material shall be removed and the surface moistened and rolled with a steel wheel roller. All irregularities, depressions, or weak spots which develop shall be corrected by scarifying, adding or removing material as required, reshaping, and recompacting, or other methods approved by the Engineer. Any deviation in the surface of the finished base in excess of 3/8 inch from the established grade or true cross-section. using a 10 foot long straight edgeshall be corrected as provided above. 14 Im I 5.1 ASPHALT STABILIZED BASE (ASB,) Asphalt stabilized base shall consist of a compacted mixture of graded gravel aggregate (caliche is not an acceptable aggregate for ASB) and asphalt cement mixed hot in a mixing plant in accordance with these specifications. Unless otherwise specified, the materials and construction shall conform to TxDOT Item 292 Asphalt Treatment (Plant Mixed). 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. In place compaction control is required for all ASB. The material shall be placed and compacted to a minimum density as determined by TxDOT Test Method Tex- I26-E. Samples of the compacted ASB will be removed by City personnel from locations designated by the Engineer to determine composition, compaction, thickness, and density. The contractor shall replace the pavement removed from core holes at no cost to the City. ASB found to be deficient in composition, compaction, thickness, or density shall be corrected at the contractor's expense as directed by the Engineer. 5.2 ASB MIX DESIGN The contractor shall provide a current mix design using the approved materials indicating gradation and optimum asphalt content. The aggregate mixture shall conform to the following master gradation: Sieve Size 1-1/2" 3/4" 1/2" #4 #40 Percent Retained by Weight 0 8-30 30-55 50-70 70-90 Material passing the #40 sieve shall be known as soil binder and shall meet the following requirements: Liquid Limit shall not exceed 45 Plasticity Index shall not exceed 15 Linear Shrinkage shall not exceed 5 The mineral aggregate shall not contain more than 0.5% moisture prior to entering the pugmill for mixing with asphalt. The ASB mixture shall consist of a uniform mixture of mineral aggregate and asphaltic material. The mineral aggregate shall conform to the gradation requirements specified. 15 I The percent asphaltic material shall be determined in accordance with Test Method Tex.- 126-E or Test Method Tex.-204-F and procedures outlined in TxDOT Bulletin C-14. In no case shall the asphalt content be less than 4% or more than 9% by weight. Asphalt for the mixture shall meet the requirments of TxDOT Item "Asphalt, Oils, and Emulsions". The grade of asphalt and source must be approved by the Engineer prior to use. The contractor shall submit the mix design prepared by a qualified lab for approval by the Engineer. The Engineer will approve the asphalt content to be used in the mixture after design tests have been made with the aggregate to be used. The asphalt content of the production mixture shall not vary from the design more than 0.2% dry weight based on total mixture. 5.3 PLACING ASB Asphalt Stabilized Base shall be placed and compacted in 3 inch lifts to form a 9 inch thick compacted base, unless otherwise directed by the Engineer. Prior to placing ASB, the subgrade shall be prepared as previously specified. The cross-section shall be constructed to form the specified crown on the HPvIAC surface at the centerline of the street, or as indicated on the plans. n ASB shall not be placed when the air temperature, as reported by the National Weather Service 748-1071 selection 2, is below 45 degrees F and falling. During June, July, and August ASB shall be placed at a temperature between 255 and 285 degrees F. During other months ASB shall be placed at a temperature between 275 and 325 degrees F. Any ASB material that is above, or below the specified temperature range may be rejected by the engineer. No payment will be made for any rejected material. Any ASB material that is rejected shall be disposed of at a location observed and approved by the engineer's representative. The ASB material shall be spread on the approved prepared surface using an approved spreading machine. The material shall be placed in such a manner that when properly compacted the finished course is smooth, of uniform density, and in conformance with the cross -sections and grades shown on the associated plans. 5.4 ASB COMPACTION I I The ASB shall be compacted thoroughly and uniformly with approved rollers to a density �J of 93% to 96% of Marshall Density. Lab specimens for Marshall Density shall be molded at 275 degrees F for .mixes using Performance Grade asphalt; and 250 degrees i" for mixes using AC-10. 16 Rolling shall be continued until no further increase in density can be obtained and all roller marks are eliminated. Compaction shall be completed before the ASB mixture cools below 185 degrees F. The compacted ASB shall conform the cross -sections, lines, and grades shown on the plans or as directed by the Engineer. The surface shall be smooth and have a uniform texture acceptable to the Engineer. 6.1 HOT MIX ASPHALT CONCRETE SURFACE (HMAQ Hot mix asphalt concrete surface shall consist of a minimum of one and one half inch thick compacted mixture of coarse aggregate, fine aggregate, mineral filler (if required), and asphalt cement mixed hot in a mixing plant in accordance with these specifications. Unless otherwise specified, the materials and construction shall conform to TxDOT Item 340 Dense Graded Hot Mix Asphalt Method. The contractor's plant and equipment are subject to approval by the Engineer, and shall be appropriate and in suitable condition to produce the HMAC surface consistently in compliance with these specifications. Approval of the source and character of the materials shall be obtained from the Engineer prior to use. The combined mineral aggregate, after final processing by the mixing plant and prior to addition of asphalt and mineral filler, shall have a sand equivalent value of not less than 45 when tested in accordance with Test Method Tex 203-F. The percent of flat of elongated slivers of stone for any aggregate shall not exceed 25% when tested in accordance with Test Method Tex 224-F. Asphaltic mixtures with aggregates which exhibit stripping characteristics shall be conditioned with either lime or liquid anti -stripping agent approved by the Engineer. Anti -stripping agents shall meet requirements of TxDOT Item "Asphalt Anti -stripping Agents", and shall be added at the manufacturer's recommended dosage and temperature range. Core samples of the HMAC surface will be removed by City personnel from locations designated by the Engineer (minimum of 2 cores per 600 foot block) to determine composition, compaction, thickness, and density. IB4AC surface found to be deficient in composition, compaction, thickness, or density shall be corrected at the contractor's expense as directed by the Engineer. The contractor shall replace the pavement removed from core holes at no cost to the City. 17 A 6.2 THICKNESS OF HMAC SURFACE The thickness of HMAC surface shall be a minimum of one and one half (1-1/2) inches, unless otherwise indicated on plans. If only one core measures zero to 1 /4 inch less than required thickness no corrective action shall be required. If two or more cores measure at least 1 /4 inch less than the specified thickness, the HMAC surface shall be considered deficient with respect to thickness. Additional cores will be taken at 25 foot spacing to define the limits of deficiency. No additional compensation will be made to the contractor for thickness of HMAC surface greater than specified. The paving surface shall not have variations exceeding 1 /8 inch between any two contact points on a 10 foot straightedge. Defects shall be remedied as directed by the engineer using methods specified in TxDOT Item 585 Ride Quality for Pavement Surfaces. 6.3 MIX DESIGN The contractor shall provide a current HMAC mix design using the approved materials, indicating gradation and optimum asphalt content. If approved by the engineer the contractor may furnish an alternate mix design based on specific proposed materials. Otherwise the aggregate mixture shall conform to the following master gradation: T-Y-ve "C" (Coarse Graded Surface Course - Streets treater than 36 fee, wide Percent passing 7/8" 100 Percent passing 5/8" 98-100 Percent retained on 3/8" 12-25 Percent retained on No. 4 15-30 Percent retained on No. 10 12-30 Total percent retained on No. 10 53-65 Percent retained on No. 40 10-20 Percent retained on No. 80 5-15 Percent retained on No. 200 5-15 Percent passing No. 200 1-6 18 Tyne "If ( Fine Graded Surface Course - Streets 36 feet or less wide) Percent passing 5/8" 100 Percent retained on 3/8" 5-15 Percent retained on No. 4 30-50 Percent retained on No.10 12-30 Total Retained on No. 10 53-65 Percent retained on No.40 10-20 Percent retained on No. 80 5-15 Percent retained on No. 200 5-15 Percent passing No. 200 1-6 Material passing the No. 40 sieve shall be known as soil binder and shall meet the following requirements: Liquid Limit shall not exceed 45 Plasticity Index shall not exceed 15 Linear Shrinkage shall not exceed 5 The mineral aggregate shall not contain more than 0.5% moisture prior to entering the pugmill for mixing with asphalt. The HMAC mixture shall consist of a uniform mixture of mineral aggregate and asphalt material. The percent asphalt in the mixture shall be determined to meet the Marshall Stability criteria as follows: Marshall Criteria Type "C" jUe "D" Percent Asphalt Content Optimum plus 0.25% to 0.50% No. Blows (each end of specimen) 75 50 Stability (Lb.) 1500 1200 Flow (units of 0.01 inch) 8 min 16 max 8 min 18 max Percent Air Voids 2 min 5 max 3 min 6 max If approved by the Engineer, the contractor may provide an alternate mix design based on his proposed materials. The contractor's materials and mix design shall meet all the performance criteria addressed in these specifications, and will retain the optimum plus 0.25% to 0.50% asphalt content. 6.4 COARSE AGGREGATE The coarse aggregate shall be the material retained on a No. 4 sieve, and shall consist of clean, Washed, tough, durable fragments of crushed stone of uniform quality. U Mixing or combining of crushed gravel and crushed stone will not be permitted. Coarse aggregate shall be crushed to the extent that produces a minimum of 80% crushed 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". Coarse aggregate shall have a maximum loss of 15% when subjected to 4 cycles of the Magnesium Sulfate Soundness Test ASTM C-88. The amount of organic matter, clays, loams, or particles coated therewith, or other undesirable materials shall not exceed 2 percent. When subjected to the Los Angeles Abrasion Test, the coarse aggregate shall not have a loss greater than 40 percent by weight. Coarse aggregate may be enhanced by addition of crushed concrete (Class A minimum). The crushed concrete shall be processed and blended at the contractor's batch plant. The material shall be processed to remove wood, steel, and other objectionable materials so as to produce a crushed aggregate in conformance with these specifications. 6.5 FINE AGGREGATE The tine aggregate shall be that part of the material passing the No. 4 sieve and shall consist of sand and/or screenings. The plasticity index of that part of the sand passing the 40 sieve shall not exceed 6. The plasticity index of the screenings shall not exceed 9. Sand shall be composed of durable stone particles free from injurious foreign matter. Sand content in mix design shall not be greater than 15%. Screenings shall be of the same or similar material as specified for coarse aggregate. Mineral filler shall consist of thoroughly dry stone dust, slate dust, Portland cement or other material dust approved by the Engineer. The mineral filler shall be free of foreign and other injurious matter and shall meet the following gradation. Percent by Weight Retained on No. 30 Sieve 0 Percent by Weight Retained on No. 80 Sieve 10 maximum Percent by Weight Retained on No. 200 Sieve 35 maximum 6.6 ASPHALT Asphalt shall be AC 10 with Latex (3% by weight of asphalt), or the performance grade asphalt currently used by the local TxDOT district. The contractor shall notify the Engineer of the source of asphaltic material for approval prior to production of the asphaltic mixture. The optimum asphalt content shall be determined by the Marshall Stability method. The percent asphalt content in produced HMAC surface shall be optimum plus 0.25% to 0.50% for Type "C" and Type "D" 1 MAC. 20 6.7 PLACING HMAC HMAC surface shall be constructed to a minimum compacted thickness of 1-1/2 inches. The pavement shall be constructed on the previously approved base. Placing of HMAC shall not start until sunrise, and must stop one hour before sunset. 14NUC surface shall not be placed until at least 48 hours after the application of the prime coat. Air temperature requirements for placing HMAC shall be as follows: November 1 to April 1 HMAC shall not be placed when the air temperature is below 55 degrees F and falling. HMAC may be placed when the air temperature is above 50 degrees F and rising. April 1 to November 1 HMAC shall not be placed when the air temperature is below 50 degrees F and falling. HMAC may be placed when the air temperature is above 45 degrees and rising. Air temperature shall be determined by the National Weather Service hourly report, 748-1071 selection'-'. If the temperature of any HMAC, measured while passing through the lay down machine, is 25 degrees F more or less than the mixing temperature, the toad shall be rejected. No payment will be made for rejected material. Any HMAC material that is rejected shall be disposed of at a location observed and approved by the engineer's representative. The asphaltic mixture shall be dumped and spread on the approved prepared surface using an approved spreading and finishing machine. The material shall be placed in such a. manner that when property compacted the finished course is smooth, of uniform density, and in conformance with the cross -sections and grades shown on the associated plans. Raking loose material back across the HMAC mat will not be permitted. Wings of the laydown machine may not be dumped unless they are dumped after every load. A level up course, 1/2 inch or more in thickness, shall require the use of ASB or a coarse grade of HMAC approved by the Engineer. When the asphaltic mixture is placed in a small area where use of a finishing machine is not practical, the contractor may use other methods approved by the Engineer provided a satisfactory surface can be obtained. Adjacent to curbs gutters or other flush structures, the surface shall be finished uniformly high so that when compacted it will be 1 /4 inch above the curb or flush structure. 21 All joints shall present the same texture, density, and smoothness as other sections of the course. The joints between old and new pavements or between successive day's work shall be made to insure a continuous bond between the old and new sections of the course. The transverse edges of old pavement and, if required by the Engineer, the successive day's pavement shall be cut with an approved concrete saw to expose an even vertical surface for the full thickness of the course. All contact surfaces of previously constructed pavement shall be painted with a thin uniform coat of hot Bituminous material before the fresh mixture is placed. 6.8 COMPACTION HMAC surface compaction shall be 94% to 98% of Marshall density (2% to 6% air voids). Using appropriate rollers approved by the Engineer, the pavement shall be compacted thoroughly and uniformly to a density consistent with the density developed in the laboratory Marshall test method of molding stability specimens. At a minimum one tandem roller weighing not less than 8 tons, two pneumatic rollers with a weight capable of being uniformly varied from 275 to 550 psi per inch width of tire tread, and one three wheel roller weighing not less than 10 tons shall be provided for each job. Additional rollers shall be provided by the contractor if needed. Rolling with three wheel and tandem rollers shall start longitudinally at the sides and proceed toward the center of the pavement, overlapping on successive trips by at least half the width of the rear wheels. Alternate trips of the roller shall be slightly different in length. On super -elevated curves rolling shall begin at the low side and progress toward the high side. Rolling with pneumatic -rollers shall be done as directed by the Engineer and shall be continued until required compaction is obtained and all roller marks are eliminated. The motion of the rollers shall be slow enough to avoid displacement of the mixture. Rollers shall not be permitted to stand on pavement which has not been fully compacted. Any displacement of the mixture shall be corrected immediately by the use of rakes and fresh mixture where required. Gasoline, oil, grease, solvents, or other foreign matter shall not be permitted to fall on the pavement when rollers are in operation or standing. Places inaccessible to the rollers may be compacted using lightly oiled tamps. Trenches and other limited areas where required compaction cannot be obtained using a three wheel roller shall be compacted with a trench type roller. 22 The surface of the pavement after compaction shall be smooth and true to the established line, grade, and cross-section. When tested with a 10 foot straight edge placed parallel to the centerline of the roadway, or other means acceptable to the Engineer, the maximum deviation shall be not exceed 118 inch in 10 feet. An acceptable 10 foot straight edge shall be provided by the contractor. Any point in the surface not meeting this requirement shall be corrected as directed by the Engineer_ When placed on existing surfaces, the 1/8 inch maximum deviation requirement may be waived by the Engineer. 6.9 PRIME AND TACK COATS Prior to placing HMAC on flexible base, the surface shall be primed using an application of 0.20 gallons of asphalt per square yard of surface. Before any asphaltic mixture is laid, the surfaces against which the pavement is to be placed shall be cleaned to the satisfaction of the Engineer. The surfaces shall be given a uniform application of tack coat using asphaltic materials of this specification. The tack coat shall be applied as directed by the Engineer with an approved sprayer. Where the pavement mixture will adhere, as determined by the Engineer, to the surfaces on which it is to be placed without the use of a tack coat, the Engineer may waive the requirement for the tack coat. All contact surfaces of curbs, structures, and joints shall be painted with a thin uniform tack coat. The prime, or tack coat, shall be asphalt materials such as AC-10, undiluted CSS-1H, or a similar product as approved by the engineer. 6.10 EMULSIFIED ASPHALT SEALER All HMAC surface courses shall be sprayed with an emulsified asphalt sealer consisting of a 15/85 mixture of CSS-1 H, or 20/80 SS-1, liquid anionic asphalt and distilled water. The emulsified asphalt sealer shall be applied after the HMAC surface has cooled to below 70 degrees F, and shall be applied at a rate of 0.10 to 0.12 gallons per square yard of surface. 7.1 STORM SEWER Stoma sewer shall include installation of pipe, manholes, inlet structures and outlet structures. Contractor shall use only materials, tools, methods, and equipment considered standard by the pipeline construction industry, and approved by the Engineer. Grade and horizontal alignment shall be maintained using a laser or batter boards. 23 0 1 7.2 REINFORCED CONCRETE PIPE Storm sewer shall be constructed using reinforced concrete pipe, either precast or cast in place. The pipe shall conform to the requirements of AASHTO M-170 or ASTM C-76. Pipe shall be Class III unless otherwise noted on plan sheets. 7.3 MORTAR Mortar shall be used for caulking and filling between pipe and drainage structures. Mortar shall be composed of 1 part, by volume, of Portland cement and 2 parts of mortar sand. The Portland cement shall conform to the requirements of ASTM C-150, Type I. The sand shall conform to the requirements of ASTM C-144. Hydrated lime may be added to the mixture of sand and cement in an amount equal to 15% of the weight of cement used. The hydrated lime shall meet the requirements of ASTM C-6. Mortar which has not been used after 45 minutes of having water added shall be discarded. Mortar may not be retempered by having water added. 7.4 PREFORMED BITUMINUS GASKET JOINTS Preformed bituminous gaskets for concrete non -pressure pipe shall conform to the requirements of Fed. Spec. SS-S-00210 (GSA-FSS), and shall be Ram-Nek or approved equal. Gaskets shall be installed in accordance with manufacturer's recommendations and shall form a water -tight joint. 7.5 MANHOLES Manhole barrel, cone and extension sections shall be constructed of precast concrete. A plant inspection may be required for production facility inspection and to review record - keeping for material certification. The manufacturer must provide certification that all materials used for manufacturing meet with the following ASTM Specifications. Aggregates ASTM C-33 Cement ASTM C-150 Sampling Specimens ASTM C-39 Reinforcing ASTM C-185 Sand and Mortar ASTM C-144 24 Precast concrete sections for manholes shall conform to ASTM C-478 specifications. Compressive strength test results must verify concrete strengths meet or exceed 4,000 psi. Aggregate shall be crushed limestone and shall conform to ASTM C-33 specifications. Joints, excepting grade rings, shall be tongue and groove or an equivalent male and female type joint as approved by the Engineer. All joints shall be effectively jointed to prevent leakage and infiltration. All connections between wall sections shall be joined with Conseal Joint Sealant or approved equal to provide a watertight manhole. This sealant will be provided by supplier and will be considered an essential part of each shipment. All cones and adjusting rings shall maintain a clear 24" opening. Adjusting rings shall be reinforced with the same percentage of steel as risers and tops and will also meet ASTM C-478 specifications. Adjusting rings, as well as all precast concrete manhole products, shall be smooth, uniform in size and dimensions, consistent in components throughout and free of voids or honeycombs. All manholes shall be designed to withstand H-20 AASHTO loading. They shall also have lifting holes that do not protrude through manhole wall; one full inch of concrete thickness must remain between lift hole and outside wall of manhole. Manhole barrels shall be assembled of precast riser section. Riser sections and top cone sections shall be placed vertically with tongues and grooves properly keyed. Invert channels shall be smooth and semi -circular in shape conforming to the inside of the adjacent pipe section. Changes in direction of flow shall be made with a smooth curve of as large a radius as the size of the manhole with permit. Changes in size and grade of the channels shall be made gradually and evenly. The invert channels may be formed directly in the concrete of the manhole base or may be half -pipe laid in concrete. The floor of the manhole outside the channel shall be smooth and shall slope toward the channel not less than one inch per foot, nor more than two inches per foot. All connections between the riser or base sections and the sewer pipe shall be joined in such a manner as to make the manholes watertight. Preformed rubber waterstop gaskets cast into the riser or base section are acceptable. Preformed flexible plastic sealing compounds equivalent to "Ram-nek" or "Kent Seal" may be used provided a watertight seal is achieved. Adjusting rings may be used for adjusting the top elevation, except that the total height of the adjusting rings shall not exceed 1.2 inches at any manhole. Concrete shall be placed around and under the rings to provide a seal and seat the ring at the proper elevation. Each manhole shall have a minimum of 6 inches of grade adjustment. 25 7.6 MANHOLE FRAMES AND COVERS Manhole frames and covers shall be of good quality gray iron casting and conform to ASTM A-48, having a clear opening of not less than 22 inches. The casting shall •be designed with a full bearing ring so as to provide a continuous seat between frame and cover. The cover shall be furnished with lifting ring cast into the cover in such manner as to prevent water leaking through. Frame and cover shall have a weight of not less than 275 pounds. The manhole ring and cover shall be Western Iron Works #40 or approved equal. 7.7 CONSTRUCTION METHODS All equipment necessary and required for the proper construction of storm sewers, manholes and culverts shall be on the project, in first-class working condition, and approved by the Engineer before construction is permitted to start. If precast concrete pipe or manhole sections are used, the Contractor shall provide appropriate hoisting equipment to handle the pipe or sections while unloading and placing it in its final position without damage to the pipe. The Contractor shall provide hand tampers and pneumatic tampers to obtain the required compaction of the pipe bed, the manhole bed and the backfill, as specified. 7.8 EXCAVATION The Contractor shall do all excavation to the depth shown on the plans. Where rock, or soil containing rocks or gravel, hard pan or other unyielding foundation material is encountered in trench excavation, the pipe shall be bedded in accordance with the requirements of one of the classes of bedding, and the hard unyielding material shall be excavated below the elevation of the bottom of the pipe or pipe bell to a depth of at least 8 inches or 1 /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. The cushion shall consist of a fine compressive material, such as silty clay or loam, lightly compacted, and shaped as required for the specified class of bedding. The cost of furnishing and placing the cushion material shall be included in the bid price per linear foot of pipe in place. The bottom of the trench shall be excavated to a horizontal section as far as practicable. Excavated material not required or acceptable for backfill shall be disposed of by the Contractor as directed by the Engineer. Excavation shall not be carried below the required depth; but when it is, the trench shall be backfzlled at the Contractor's expense with material approved by the Engineer and compacted to the density of the surrounding earth material as determined by AASHTO T-180. 0 When directed, unstable soil shall be. removed for the full width of the trench and replaced with sand or with approved granular material. The Engineer shall determine the depth of removal of unstable soil and the amount of backfill necessary. The backfill shall be compacted and shaped to a firm but slightly yielding condition to form the bed for the pipe. Grades for pipe shall be as shown on the drawings. No changes in grade will be made unless so directed by the Engineer. The minimum width of the trench at the top of the pipe, when placed, shall be a width which will permit the proper construction of joints and compaction of backfill around the pipe. The sides of the trench shall be vertical, unless otherwise approved by the Engineer. The maximum allowable width of the trench shall not exceed the widths shown below unless otherwise approved by the Engineer. NOMINAL PIPE MINIMUM TRENCH MAXIMUM TRENCH SIZE WIDTH AT SPRINGLINE WIDTH AT TOP OF PIPE Less than 18" Pipe 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" 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. Excavation in paved areas shall be confined to a minimum practical width. The bed for pipe shall be so shaped that at least the lower quarter of the pipe circumference shall be in continuous contact with the bottom of the trench. The excavation for manholes shall be essentially the same as that for the piping. The sides of the excavation shall be vertical unless otherwise approved by the Engineer. The Contractor shall do such trench bracing, sheathing or shoring necessary to perform and protect the excavation as required for safety and conformance to applicable laws and regulations. The bracing, sheathing, or shoring shall not be removed in one operation but shall be done in successive stages to prevent overloading of the pipe during backfilling operations. The cost of the bracing, sheathing, or shoring and the removal of same, shall be. included in the unit price bid per foot for the pipe. Surface water shall be prevented from entering the excavation. Heavy equipment, except for excavating equipment, shall not be operated within 20 feet of the edge of the excavation. Excavated materials shall be stockpiled no closer than 3 feet from the edge of the excavation. 27 I 7.9 PIPE INSTALLATION The Contractor shall provide the appropriate tools and methods to insure installation of the pipe to line and grade, as shown on the drawings. The Contractor's facilities for lowering precast pipe into the trench shall be such that neither the pipe nor the trench will be damaged or disturbed. The Engineer shall inspect all precast pipe before it is placed. Any section that is damaged by handling or is defective to a degree which in the opinion of the Engineer will materially affect the function and service of the pipe shall be rejected and removed from the job site. Installing the precast pipe in the finished trench shall be started at the lowest point and is laid upgrade. For tongue and groove precast pipe, the grooved end shall be laid upgrade. The pipe shall be firmly and accurately installed to line and grade so that the invert will be smooth and uniform. The pipe shall be protected from water during placing and until the concrete, in cast -in -place pipe, or the mortar, in the joints of precast or cast in place pipe, has thoroughly set. The contractor shall provide temporary diversions as necessary to prevent surface water flow into the excavation. Pipe shall not be laid or installed on frozen ground. Pipe which is not true in alignment, or which shows any change in grade after laying or installing, shall be taken up and re-laid or re -installed without extra compensation. Mortar shall be used for caulking and filling between the pipe and the drainage structures. Mortar that is not used within 45 minutes after water has been added shall be discarded. Retempering of mortar shall not be permitted. Pipe joints for precast concrete pipe shall be of the tongue and groove type. The joints shall be of a watertight joint. Each joint shall be sealed with a preformed bituminous gasket as specified. The gasket shall be installed as recommended by the pipe manufacturer. Field poured concrete bases shall be at least 12 inches thick and not less than 1 (one) foot greater diameter than the outside diameter of the manhole riser section. Concrete shall be Class A at a minimum 3000 psi 28 day compressive strength. Concrete placement shall conform to ACI and good construction practices. Concrete shall be consolidated and struck -off to a horizontal surface within the forms or pouring rings. Field poured concrete bases shall be reinforced as detailed on the Plans or as shown in the Standard Details. The manhole shall be constructed to ASTM C-891 standards. Precast reinforced concrete bases shall be of the size and shape detailed on the Plans or as shown in the Standard Details. 28 N 7.10 BACKFILLING All trenches and excavations shall be backfilled as the pipes and manholes are installed, unless otherwise directed by the Engineer. Outside of street right of way the backfill material shall be selected granular material from excavation or borrow; material which is placed at the sides of the pipe and manhole and 1 foot over the top shall be material which can be readily compacted. It shall not contain stones retained on a 2-inch sieve, frozen lumps, chunks of highly plastic clay, or any other material which is objectionable to the Engineer. The Material shall be moistened or dried, if necessary, to be compacted by the method in use. Backfill material shall be approved by the Engineer. The backfill shall be placed in loose layers not to exceed 6 inches in depth along each side of the pipe and manhole. Special care shall be taken to secure thorough compaction under the haunches and at the sides of the pipe and manhole. This backfill shall be brought up evenly on each side of the structure to an elevation of 1 foot over the top of the pipe, or such greater elevation as directed by the Engineer. Backfilling shall be done in a manner to avoid injurious top or side pressures on the pipe and manhole. Backfill shall be compacted to 95% (min.) Standard Proctor Density. Unless otherwise directed by the Engineer or plans, excavation within street right of way shall be backfilled with flowable fill material (2-sacks of cement per cubic yard concrete mix) to 1-1/2 inches below the asphalt surface. The pipe shall be restrained so that during the pour the pipe shall not be displaced. Movement of construction machinery over a culvert, pipeline, or manhole shall be at the - Contractor's risk. Any damaged construction shall be removed and replaced at the expense of the Contractor. 7.11 TRENCH PROTECTION Trench excavations not exceeding five feet in depth shall be protected in accordance with applicable OSHA, state, and local requirements. Trench excavations greater than five feet in depth shall be protected in accordance with the following specifications. All work performed under this section shall also comply with OSHA Part 1926, Subpart P and all State and Local codes. The Contractor shall be responsible for complying writh all trench safety requirements, the requirements of the specifications, drawings and all applicable codes. 1 Trench protection shall be performed by forces having at least two years experience with similar types of trench safety systems. The manufacturer of prefabricated items used in trench safety systems shall have at least two years of experience in fabricating the items. The contractor shall provide detailed drawings for proposed trench safety systems. The drawings shall identify where each system is proposed for use and type of system to be used. Trench excavations shall not he started until trench safety systems have been submitted and approved by the Engineer. If trench boxes are to be used, the contractor shall submit manufacturer's standard data sheet and certificate of compliance stating the maximum allowable depth for the given design pressure for each type of trench box proposed for use. If alternative systems composed of steel, aluminum, wood or a combination of materials are proposed, the contractor shall submit design data demonstrating the ability of the proposed materials to provide the necessary trench protection. Materials used for trench safety shall be capable of withstanding imposed loads without excessive deflections. Materials shall be clean, free of rust, holes, knots and other defects, and shall conform to the following: Steel — Steel shall be of type and thickness as required and shall have a minimum yield stress of 36 ksi. Aluminum — Type 6061-T6, thickness as required. Wood in Contact with Earth — Pressure treated woods. Wood not in Contact with Earth — Soft or hardwood as required. 8.1 FENCES Unless otherwise indicated on plans, existing fences which must be adjusted or relocated shall be reconstructed using the same or equivalent materials, height, and construction in the proper location. The contractor shall remove existing fence and either store for reuse or legally dispose of the fence materials, whichever is appropriate. New fence construction shall be in accordance with specifications and details included on plan sheets. 30 9.1 SALVAGE OF ASPHALT PAVING All salvage asphalt material shall be broken into pieces not more than 1 inch in size and -. stockpiled at a location indicated in the plans. Any non -asphaltic materials, such as ... flexible base and soil, shall be kept separated from the salvaged asphalt. 10.1 BARRICADES Prior to starting work on any project covered by these specifications, the contractor shall submit a Traffic Control Plan for approval by the Engineer. The contractor shall have the sole responsibility for providing, installing, moving, replacing, maintaining, cleaning, and removing upon completion of work, all traffic control devices. The Traffic Control Plan and devices shall be in compliance with the Texas Manual of Uniform Traffic Control Devices (MUTCD) and the 1993 National Cooperative Highway Research Program Report 350 (NCHRP 350). The Traffic Control Plan approved by the Engineer shall be considered the minimum requirement for the project. The contractor shall provide additional devices as determined to be necessary during the project. If at any time during construction the approved plan does not accomplish the intended purpose, due to weather or other conditions affecting the safe handling of traffic, the contractor shall immediately make necessary changes to correct the unsatisfactory- conditions. The contractor shall maintain ingress and egress to private property at all times. All signing and barricading shall be in place before construction operations are started and during all times construction is in progress. All hazards shall be clearly marked and adequately protected. If pedestrian walkways are blocked, pedestrian control shall conform to "Typical Sidewalk and Curb -Lane Closure for Pedestrian Control" as indicated in Texas MUTCD. No separate payment will be made for traffic control. The required plan and devices shall be considered to be subsidiary to pay items. 31 11.1 PROSECUTION OF THE WORK AND WORKING DAYS During the period the contractor is directing traffic over the base, the surface shall be satisfactorily maintained by the use of sprinkling and blading as required, so that no hazard will result. The base course shall be maintained until the wearing surface is placed thereon. At no time during the period of construction shall driveways and/or alleys be left impassable between the night hours of 6:00 PM to 6:00 AM, except during the construction of curb and gutter for which the driveways and/or alley's shall remain closed not more than 4 days. No work will be performed after dark or before daylight. 11.2 WORKING DAYS DEFINITION City contracted paving projects will be based on working days allowed. No requests for extensions of time will be considered. A working day is defined as a calendar day, not including Saturdays, Sundays, or City of Lubbock designated holidays, in which weather or other conditions beyond control of the contractor will permit the performance of the principal unit of work for a continuous period of not less than 7 hours between 7:00 am and 6:00 pm. Work on Saturdays, Sundays, or City of Lubbock designated holidays must be authorized by the Engineer (see item 11.3). For each Saturday, Sunday, or City of Lubbock designated holiday on which the Contractor chooses to work and has authorization from the Engineer to work, 1 day will be charged against the contract working time when conditions will permit at least 7 hours of work as described above. Work on Sunday will not be authorized except in cases of extreme emergency, as determined by the Engineer. Working days will be considered to begin on the effective date stated in the Notice to Proceed, unless the contractor is unable to begin work on that date due to factors beyond his control as determined by the Engineer. In that event, time charged against the project will begin on the date the contractor could first work a minimum of 7 hours as described above. The Engineer will furnish the contractor a monthly statement showing the number of working days used and the working days remaining. The contractor shall be allowed 10 calendar days in which to protest the correctness of each statement. The protest shall be 32 0 l in writing, addressed to the Engineer, and shall indicate basis of the protest. The Engineer shall respond to the protest within 10 calendar days of receiving the protest. Failure to file a protest within the allotted 10 days for any statement shall indicate the I 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. 11,3 WORK BETWEEN NOVEMBER 1 AND JANUARY 2, AND ON OTHER HOLIDAYS If conditions are such that, in the opinion of the Engineer, construction will negatively affect local businesses during holiday periods, the Engineer may suspend construction operations from November 1 to January 2. The City of Lubbock observes specific holidays, and City staff is not required to work those days. As standard procedure, construction operations that require testing/inspection may not be performed on those holidays. If the contractor needs to perform construction operations that require City personnel on holidays, the contractor shall make a written request for authorization to work from the Engineer. The request shall state the reason the work is necessary, and shall state that the contractor agrees to pay the City for the related personnel expenses including salary, overtime, and benefits. If City personnel are available, the Engineer may approve the request. 12.1 MEASUREMENT AND PAYMENT The unit price bid on each item as stated in the bid proposal shall include furnishing all labor, superintendence, machinery, equipment, and materials, except as otherwise specified, necessary or incidental to complete the various items of work in accordance with the plans and specifications. Cost of work or materials shown on the plans or called for in the specifications and on which no separate payment is made shall be included in the bid prices on the various pay items. Payment will not be made for any item that is not complete, including all associated incidental work. All of the items covered by these standard specifications may not be included in a particular project. Only those items indicated on bid documents and plan sheets shall be included for construction. and payment. 33 R-` 12.2 CURB AND GUTTER 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, excavation, filling, backfilling, forming, finishing, and all incidentals necessary to complete the work. 12.3 CONCRETE FLAT SLABS - SIDEWALK, DRIVEWAY, ALLEY RETURN, ALLEY PAVING, AND VALLEY GUTTER Measurement will be made of the area, in square feet, of flat slab actually constructed. Flat slabs will be paid for at the unit price bid per square foot for each specific type of slab. Curb on alley returns shall be included in the area measured for the slab and will not be paid as a separate item. The unit price bid shall include furnishing and installing all materials, excavation, filling, backfilling, reinforcement, forming, finishing, joint cutting, joint sealing, and all incidentals necessary to complete the work. 12.4 CURB RAMPS !HANDICAP RAMPS Measurement will be made of the area, in square feet, of curb ramp actually constructed, excluding top surface area of any retaining wall. Curb ramps will be paid for at the unit price bid per square foot. The unit price bid shall include furnishing and installing all materials, excavation and filling within two feet of the ramp, back filling, reinforcement, forming, finishing, and all incidentals necessary to complete the work. 12.5 CONCRETE DRAINAGE CHANNEL Measurement will be made of the area, in square feet, of drainage channel actually constructed, including top surface area of any retaining wall or curb. Drainage channel will be paid for at the unit price bid per square foot. The unit price bid shall include furnishing and installing all materials, excavation and filling within two feet of the channel, backfilling, reinforcement, forming, finishing, and all incidentals necessary- to complete the work. 12.6 RETAINING WALL OR CURB ON DRAINAGE CHANNELS AND CURB RAMPS Measurement will be made of the height from bottom of footing or slab to top of wall, and Linear feet of wall or curb actually constructed. Retaining wall or curb will be paid for at the unit price bid per cubic foot. 34 1 The unit price bid shall include furnishing and installing all materials, excavation, filling, backfilling, reinforcement, forming, finishing, and all incidentals necessary to complete the work. 12.7 CONCRETE MEDIAN Measurement will be made of the area, in square feet, of median actually constructed. Median will be paid for at the unit price bid per square foot. The unit price bid shall include furnishing and installing all materials, excavation, filling, reinforcement, forming, finishing, and all incidentals necessary to complete the work. 12.8 CONCRETE STREET PAVING Measurement will be made of the area, in square yards, of concrete street paving actually constructed. Concrete street paving will be paid for at the unit price bid per square yard. The unit price bid shall include furnishing and installing all materials, excavation, filling, backfilling, reinforcement, forming, finishing, and all incidentals necessary to complete the work. Sawing and sealing of joints shall not be included and will be paid for as a separate bid item. 12.9 SAWING AND SEALING OF JOINTS IN CONCRETE STREET PAVING Measurement will be made of the linear feet of sawed and sealed joints actually constructed. Sawing and sealing of joints will be paid for at the unit price bid per linear foot. The unit price bid shall include furnishing and installing all materials, equipment, sawing, cleaning, seal components, and all incidentals necessary to complete the work. 12.10 STORM SEWER INLET SOX AND MANHOLES Storm sewer inlet boxes and manholes will be paid for at the unit price bid per each. The unit price bid shall include furnishing and installing all materials, excavation, filling (except flowable fill), floor, connection to pipes, reinforcement, forming, finishing, manhole rings and covers, and all incidentals necessary to complete the work. 12.11 HEADWALLS Storm sewer headwalls will be paid for at the unit price bid per each. The unit price bid shall include furnishing and installing all materials, excavation, tilling, reinforcement, forming, finishing, grates, and all incidentals necessary to complete the work. 35 1 12.12 STORM SEWER PIPE Measurement along the centerline of the pipe will be made of the actual length of pipe constructed, from face of structure to face of structure or to centerline of manhole, and will be paid for at the unit price bid for Storm Sewer. Depth of cut shall be considered to be from the top of the adjacent grade stake to the flowline of the pipe. The unit price bid shall include furnishing and installing all materials, pavement removal, excavation, filling, backf lling with compacted soil where applicable, and all incidentals necessary to complete the work. Flowable fill will be paid for as a separate pay item. 12.13 EXTRA VERTICAL FEET OF MANHOLE The actual constructed manhole will be measured from the top of the base to the top of the ring and cover. Any depth of manhole exceeding 6 feet in depth will be paid for at the unit price bid for extra vertical feet of manhole. The unit price bid shall include furnishing and installing all materials and all incidentals necessary to complete the work. 12.14 CURB AND GUTTER REMOVAL Measurement will be made of the linear feet of curb and gutter actually removed. Payment will be made at the unit price bid per linear foot of curb and gutter removed. The contractor shall ensure that the Engineer has the opportunity to measure the linear feet of curb and gutter prior to removal. If curb and gutter is removed without measurement by the Engineer, no payment will be made for that removal. The unit price bid shall include sawing, hauling, labor and equipment, and legal disposal for removal of the curb and gutter. 12.15 CONCRETE SLAB REMOVAL Measurement will be made of the area in square feet of concrete slab actually removed. Payment will be made at the unit price bid per square foot of concrete slab removed. The contractor shall ensure that the Engineer has the opportunity to measure the area of concrete slab prior to removal. If concrete slab is removed without measurement by the Engineer, no payment will be made for that removal. The unit price bid shall include sawing, breaking, hauling, labor and equipment, and legal disposal for removal of the concrete slab. 36 0 12.16 2 SACK FLOWABLE FILL Quantities of 2 sack flowable fill will be determined from tickets provided by the drivers of the delivery trucks. Payment will be made at the unit price bid per cubic yard of in place 2 sack flowable fill. The unit price bid shall include furnishing and placing the material and all incidentals necessary to complete the work. 12.17 ASPHALT PAVING Measurement will be made of the area, in square yards, of asphalt paving actually constructed. Payment will be made at the unit price bid per square yard. The unit price bid shall include furnishing and installing all materials, subgrade preparation, construction of caliche or asphalt stabilized base as specified, excavation, filling, tack and prime coats, HMAC surface, emulsion seal, and all incidentals necessary to complete the work. 12.18 ASPHALT PAVING REPAIR Measurement will be made of the area, in square yards, of in place asphalt paving repair. Payment will be made at the unit price bid per square yard of paving repair. The unit price bid shall include furnishing and placing all asphaltic materials, sawing of existing paving edges, smoothing and preparation of the existing base, flowable fill if required, tack and prime coats, compaction, and all incidentals necessary to complete the work. 12.19 EXCAVATION AND GRADING (OUTSIDE LIMITS OF CONSTRUCTION) Volume of excavation or fill, in cubic yards, will be determined by average end area method. Payment will be made at the unit price bid per cubic yard of completed excavation or fill. The unit price bid shall include all labor, equipment, and incidentals necessary to excavate or fill the site to the grades established by the Engineer. No separate payment will be made for disposing of excess material. 12.20 DITCH GRADING AND UNPAVED STREET SURFACE GRADING i The volume of ditch grading, in cubic yards, will be determined by average end area method. Measurement will be made of the area, in square yards, of completed surface grading of unpaved streets. Payment will be made at the unit price bid per cubic yard of 37 completed ditch grading per cubic yard, or surface grading per square yard. The unit price bid shall include all labor, equipment, and incidentals necessary to grade ditches or surface grade unpaved streets to the grades established by the Engineer. No separate payment will be made for disposing of excess material. 13.1 STANDARD DETAILS Construction shall be in accordance with the following standard details unless otherwise indicated on plans, or directed by the Engineer. The 24 inch curb and gutter details shall be considered to be standard. 30 inch curb and gutter details shall apply only if specifically indicated on plans or bid documents. STREET CROWN ELEVATIONS PAVEMENT WIDTH FINISHED PAVING SURFACE CURB FACE TO CURB FACE ABOVE GUTTER 22 feet 0.32 feet 24 feet 0.35 feet 26 feet 0.37 feet 28 feet 0.40 feet 30 feet 0.42 feet 32 feet 0.45 feet 36 feet 0.50 feet 42 feet 0.57 feet 46 feet 0.62 feet 52 feet 0.69 feet 64 feet 0.85 feet 66 feet 0.86 feet 86 feet 1.14 feet 88 feet 1.15 feet All street paving shall incorporate a centerline crown at the listed elevation unless otherwise indicated on plans, or as directed by the Engineer. The widths listed above refer to the total proposed future full width of street, 38 —'- 77r, 7, STRIP PAVING 24' TYP. — 1-1/2' H.M.A.C. surface. 'c= mmffio� —1 12' Typ. 6 ' Callthe accordance with spec I f I cat I am. In Subgrade In accordance with specifications. RESIDENTIAL / COLLECTOR W WIDTH VAR 1-1/2" H.M.A.C. surface. 6' Callthe base. JW 4m TYPE T-1 T-2 THOROUGHFARES WIDTH VARIES H.M.A.C. surface. Asphalt stabilized 77777MMU:� TYPICAL ASPHALT STREET CROSS -SECTIONS ILE.W. 6-16-99 .......... ..... 6" PLATE NO.11-99 2-8-218 No Scale M $6 TYPICAL 24" CURB AND GUTTER SECTIONS 4" a ° .• 2" R TYPE "A" C .4 .Q •. 3" R ?Down curb section. 6" (• 24 " 9„R ROLLOVER CURB TYPE "B" NOTEa This section may be used •Q•• '• �` . for residential applications only. Approval will depend j V• 4 .4 on traffic and drainage • , D.a considerations. 9 R r O a.4 �a•, �v'D,v .v.p.Q — 12" 12" TYPE "C" 1 ILI • 1: 1fi NOTE: Reinforced gutter section Type "C" will be constructed with three PLATE NO. 24--86(J) No. 3 bore running the entire length of the driveway section and the Revised 3-09-06 MW three horizontal bars will be supported with chairs. on a spacing to give accurate placement. (This section used at driveways only.) 4 ,w� 2 r R a .4 �• 3" R Down curb section. ! 12" 2'R 4 . 4 ,•Q !N TYPE "A" aoV • a .4 •° 6" •°•D ° a.4,V, .a 18" TYPE "B" A. •. — 4 .4'° ?Down curb section. NOM Contractor may use either of the above sections. !N TYPE "C" a. a ,•Q , �� 44 D c a•p ° 6" ° 3" a .a ' en 4 !l��a" ►�• 20 NOTES Reinforced gutter section will be constructed with three No. 3 bore running the entire length of the driveway section and the three horizontal bare will be supported with chairs. on a spacing to give accurate placement. TYPICAL 30 m CURB AND GUTTER SECTIONS PLATE NO. 7-99 6x6 - 10/10 Mire mesh centered in slab or fiber reinforcement. _ er.rri7 ro"Me urrrrrrr: rrerreru�------ �uerrerrrr- trrrrrre 0 trrrr�,�l�,�l' er� wm0 Conorete used for oortrtruotlon anall bet RESIDENTIAL.TWORM)OWARE t COLLECTOR (Clone--ftwt- G S.i60 tti#c -ftw 00" MOTE: FtotNabto fill shall be used to replace base material removed. PLAN VIEW SCALE: 1'-10' 6x6 - 10/10 Mire g10ri1 centered in DEPTus 6'- R..1 o«,r 1 o t St' r. SECTION A —A s i ab ar fiber re i nforce(sent . e'- Cot too!-* s TNx oupnfws F l n —h l e fill. 2 capoot.a wee. - - - - — - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - �+--- 2.5' 2.5'---+� CONCRETE VALLEY GUTTER DETAIL w 774711�1j%%%� SidevaIk Property LtM OR \ Li ♦ \ A 4, SECTION A -A No Scale TYPICAL ALLEY RETURN NOTE Curb and gutter. fillate and slab to be poured together. Concrete rS' GxG ' /10 wire rmor) .■f. fiber roinforo~t. !!r#or us #rr 1lrr## r##r. �r#r• arlrr!!r. �r•r•#•r# �w#r#rr• all 2.5' *' r 2.5' 't "Ol• pooP a)rb r fltlint 1• 3,,r BItuminous premolded Exp. Joint. v Cwb h41a1f trvl•Itlolt! frm 4 to 0 OtAtry contract t txt J of nth at •fr••t We point//.//. A. ///J�jaatt/pW r 1 HOrEu This point of alloy return 4' t0 be Ot some elevation 06 tap of orb on high stdo E.R. at street. 10' 2.5' 2.5' 0.20' INVERT • t :e a. 6x6 10/10 wire mesh or fiber reinforcement. V. '►:C v Dummy contraction Joint.-ti A 20, --10' S' 2' *' 6x6 10/10 wire mesh No. 6 rebor spaced 6' from edge of or fiber rs l of oroema'It. slab and 11,e from bottom of slab. Locate by means of ohalre or plastic etckee (not metal or wood). NOTEu M.R. MEADOWS 0150 OR SEALTIaHT SAFE -SEAL 3405 OR APPROVED EOUtYALENT. R a 3,,, 6x6 10/10 wire m#eh or fiber reinfaraement. TRAM l A �vER YT GROOVE 1116Wtrod of cold loth+* and .... every 13 feet of pay tna.I No Soots PLAN VIEW Scalot 1* a 5' * TO BE USED WHEN ALLEY R.O.M. WIDTH IS 15'. ■' See also attachment A (alloy apron paving) I SECTION B-B NOTEt CONSTRUCTION OF THIS TYPE IS ALLOW ONLY (MERE THE EXISTING ALLEY RETURN. ALLEY PAYING OR STREET CUTTER IS IN GOOD No Scot• CONDITION AND GRADE AND ALIGNIENT ARE SATISFACTORY. I ae�rr eKmrt rat«r .� ,a , 2' : on ( _ •;V,+ CONCRETE ALLEY SLAB. EXISTING ALLEY RETLftf(. ALLEY J Gxe 10/10 wire nosh O PAVING OR STREET GUTTER. or fiber r+infareene". z s• .�. �r N1 Notes All concrete shown t0 be 3.000 P.S.I. at 7 days. (Class 8) �5% Air t 1 1/2%. 5.5 sack/C.Y. tMin.). ll Q I 5.5 gal./C.Y. (Max. Water). 30 Slultp (Max. ),J N i N.E.t. 3�l6-03 I TYPICAL "T" ALLEY INTERSECTION W/ DUMMY CONTRACTION JOINTS 5' 10' 5' lot Q L a I lot �! p Q j N Q 4 .Q Property Line v 5' 20' 13' i Contraction a v Q G 4 •4 10, ! � Joints Q 4 , 4 •Q • } �► a Qv Property Line No soul• 10 AN • 3q i 4 . 4 `�: R ' m r m f_�Cr LLJ Q Axt 10 /10 wire mash or fiber rsinforanrnf. m e# TRANSVERSE DUMMY GROOVE r 5 ` a `t 1RoWired of *old joint* and .. 8 Ivry 13 feet of povIn0.1 NO seals { fji .t t i N LK t� t i 771 u 77 Tw ar tide N ,•q• A .e�1'. �. .vow'. f to�.•q• .v,,.v �.. IC �t'f,v p e�•. a :.•,!'• j W •;i� a' s s.q CD '� Max. 4' at afdw ',.. c • j ITypical I '. r •' �. a m&Y► GRDDVE 4011fie w,• �`r^ "••4• EACH SIDE 8F RAW, t;UTTER :,q. ti+ concrete pavers ith FLOMLINE,INTAIN �.t trunwtea some foc ad 1' c' over sand cue B ►Mar.) S. B1TWitN0U5 3,4' EXPANSION v.m,e ( JOINT I FIAL DEPTH) LOCATED .:Q . AS SHM. f ti, CURB TD RAMP DOWN ' m•e w;s,q •;r,q ►,� • IN 6' ON BOTH SIDES. �. • � • � • a STRAIGHT C•& SAME NOTES APPLY AS G. ..•. •• RADIUS PLAN VIEW AT k '•.a :s LEFT. A w'! Tax EDGE. rrs. '•:q si, . \` .}Y Concrete CONCRETE PAYERS WITH Dover with truncated TRUNCATED DOME SURFACE. Clau A Canarate- doss' surface. ��t IRED IN COLOR). PLACED OVER snail oonfdrm to rm to 1• SAND CUSNION )MAX. f appstcconfclose icatians. it Isthmus �� Expansion joint as reau:rea. RAMPS SHALL BE CENTERED IN C.d G. RADIUS TO THE MAXIMUM EXTENT PRACTICABLE. o'�•'�.e �' _ •�.,Min. thickMss • I N RAO I US so. 3 rebar atin.. placed In q' Min. thickness center of stab and spaced 19' on -center both ways. i' Sons Gush Ian 111ott.1 GENERAL NOTES Concrete Dover units shot) Met ail requirements of SECTION 0-8 A57M C-836. C-33 and shall be told In a two by two unit baoket wave pattern. untess shatsn ott+urwiso In the plans. Concrete Paver units shot$ have truncated daam& an the top surface for aetectabiq warning to peasetrtone. Truncated Gars oust Ggoply with Texas ACCessibllity ',. Standards. Is 4' win. ^---- S' i' Min. 4 Dosses stall be otigrnG In the direction of pedestrian travel, Concrete paver unit eater for ttw ramp shalt am o ''�•�•• i:r sits) ttm,T,i contrasting caior that provides a floht reflective �•— , �"' value that olgnlficantly contrasts with tt* adjacent Surfaces. Tno color of the concrete paver units �� — �.,',• slay a snow) sisswhgrs in the plans. (Adjacent— — i stm'faceo Inc,uM side fia-ea 1. Mfnfeum, finished Concrgts paver units shad saw Cut only W4 any cut thl"n ss w a'. Ilium.) 1' Sond cushion Imt.) '.. unit @Halt not be toss than 25 percent of a full unit. Alt Stop@& ors samiea•s Gil.nGato, Tie least possible Stop* fhot will Mo. 3 rebpr ai n.. DtaosO in enter a.? eiab and spaced SECTION A —A suae it drain property should be used. Ramp or oraof approach Is on -center both ways. f$dewatks may be odiusted us directed by the Engineer. Nos Isis) al lawabl■ arose elope on aldewo tk and ramp our focus to 2%. ANI Gancfsto Surfaces shall receive a light broom finish unless noted atherwiss In the plans. Rap tsmtur@S must consist of truncated OOM SurfaCee. temturog are reWlrad to be detectable underfoot. Surface& that wau►d allow water to °``"'"late are Prohibited. TYPICAL HANDICAP RAMP PLAN Additional information on curb ramp location. design. light reflective value NO SCALE and texture wry bw found in the current edition of "is Tomas Accessibility Stattdor•ds ITAS) prepared and aamtnlstered by the Tasae Departsent of PLATE NO. 4-99 '.. Licensing and Regulation ITDLe). ER 1 e rr rr r � rr (r r( ( 1 (r [ O ' Y •_ U U + t( rr 3 N— C Q _ N LID CJ L 1 �t All concrete curb. gutter. asphalt, sidewalk and ramps to be removed to limits shown in ed 1 / Strpkght Spwcut �•QQ_1 E OEO �� 3 P � ���, od E a s. N— »........•.. . 4/1/08 Sheet 1 of 19 ar O O E O C �OC • # t N+ •— U L L t f t i F t t" 6'--►i New concrete sidewalks and ramps to be Class >< "A" concrete as shown o; (gym in Ramp specification `- ^g details. o w C_ O t- C 1 1 2X Mox. Construct 6" thick retoinlnq Wol I. el 1 Slope. � I I I rav, ov s k 10 ^m t i, a tt f C t t Y_•QQ—U ac�•44—: i 3 U— =OEt t mLa v L i o O C t t V1+•— ;=+ gr s 1 i, f"'! .��=FNTE ER Sheet 1 -A of 19 C G. to i Sheet 2 of 19 5G;Qh-P sac.t Ui 77 7-7 7- -77 Concrete +Met and r inlet box to remain j in place. 7 -7 Z- -Z-/-/-/- 60, FIR All concrete driveway. asphalt. curb. gutter. IL L -Z -Z-/-/-/-.j sidewalk and ramps to 9.7, be removed to I i Mi is -10.2' shown in red. c C T L 0 C 0 c L r ?t3 Q T Ls Asphalt Repair I/ C G. to C. & G. to t New C.& G. to remain. mo;nto;n fiii i no. be constructed. Concrete fillet and inlet box to remain in place. New sidewalk to 9; Z be constructed in accordance with City specifications. 0 C,IC', .0. a J- 92.6'- c, & -a 0 0 000, RAMP New concrete sidewalks 1: 12 Max. and ramps to be Class stop "A" concrete as shown in Romp specification R details. 110.2, C C > " - 91, 04)Ln > L 0 C L 0 C C Sheet 2-A of 19 - - - - - - - - - - - - de 'mc r 4 r P See be I o- - - - - -- - - - - --- -- - - - - - - - - - Joint L - - - - - - - - - - 4 Sign Sign 0 4' E.P. joi— Concrete driveway. curb and sidewalk to HI 1 Lj Construct 4" thick be removed to limits concrete sidewalk. shown in red. S; gn Construct 4" thick concrete sidewalk. Construct 6" thick retaining wall. to match existing. Construct 4" thick concrete sidewalk. Reconstruct as G" thick a A commercial driveway section. Ar (See sidewalk const. det a ]Iscommercial --* UM '?/,P q10,6 Sheet 3 of 19 ` .. mO S C A F ` \\ -- - -___--____-_----_---__-- ``--- -__-----___--__-_----__ ' - | . | S T 9/p9/oC5 -�c������ ` o ` ----`— — - ----1 . . 22' �Remove 2'x 22' ox|s+|nu concrete a|dowo(x, rep|oce with 4'x 22 / | , l , �� , F\, ) concrete s|Uowo|k behind romp flWConstruct 4 thick �e4 ,eZ� concrete sidewalk. (See sidewalk const. details). um -Y / oylo 8 S,T 7/09/0-6 7 1� 1 777) 7-7 '1-7-7 7--7-7 7717 77 77", 71-77, 1 9-T-H <S/ T Remove existing concrete Remove existing concrete sidewalk. replace with Remove existing concrete sidewalk, replace with N, sidewalk at 4.5% Max. sidewalk. replace with sidewalk at 4.5% Max. longitude slope. sidewalkat2% slope. . longitude slope. j L 49t -Yz 2 30, kZ' q t�// / / / 4 32—Nd t Partial removal of driveways as shown. Replace with 2% max. slope driveway section. for min.of three feet. Tie to existing driveway in one foot. (See sidewalk const. details.) S C11 L11 10, A R K E I IN 103 0 POO COMP NY 0 i1. ' Z jjOqjob Sheet 7 of 19 N ROBFRTA. JETTER 9 'T 019 Remove and reconstruct 4" thick concrete sidewalk. . ... ... .... ---------------------------- r",WTR MTR 4' 24' Remove asphalt.Construct 4" thick concrete sidewalk. CAN Asphalt repair (6" thick behind driveway). AMER 1' wide. (See sidewalk const. details). i// D I'D S ` E Sheet 8 of 19 r--I �_�� ��~� r---� _--� __- wo su/xc ---- - - --- -`--- - - ----- -- --- --- - - -- - - - - - -- - -- -- - UM All concrete driveway, asphalt. curb and gutter to be removed to limits shown in red. Reconstruct with commercial driveway. (See Sidewalk Const. Details) Asphalt repair 1' wide. it g/Ogl 08 rwT Straight SowCUt 40, 8 � W T T/ / ? T T / / Maintain fiowiine. 2' 23.3' 4' f 4' 2' 4' Remove curb and construct A" thick concrete fillets and 6" curb to 4-•• match ex i ,t i ng. Sheet 10 of 19 77 777 i �` 1 8 r k > T H a T - ! All concrete driveway. asphalt. curb and gutter to be removed to limits ry" shown in red. Reconstruct with commercial driveway. (See Sidewalk Const. Details) Asphalt repair ASDhalt repair 1' wide. ¢ 1' wide. W 60' Straight So—t W W 60' Straignt S—t W •T�/ — T�1? %-' % �/ 'T % � J7 — 7 "' —•-7' .7 .7 ""_ 7 7 77 T% lwtmalnfioaiT- •" / ///// // //// / / //// / / /, r:. / / / // t d N K 36 4' // t 1�/ 2.5' 1 4 4,/ / ASi`xl./ ��tztiS'4i, / 4' "•!ff „�� �,76 f fvfll. d.i?J C. R@Rlave Curb and Strai t 5 t � 4 construct 4" thick - << concrete fillets !` — Remove curb and • and 6" curb to Ek P 4 construct 4" thick match existing. 11 concrete fillets ` �.. Asphalt repair and 6" curb to 1' .�1oe. match existing. TAC.0 Remove aspha 1 t and 4of Concrete V.G. Reconstruct '�o- OF .: t with 6" thick concrete. "� a6 L. Maintain V.G. flowline. at °"•�' "P� -3 4; v ra w c »r3 Sheet 10-A of 19 77506 910910,3 U) CD CD -+00 > 0 D c '1 0 a 0 M D I .27 CD LO cn -+ CD 0 0 a, —h D CD En 3Cl (D (D 0 0 CD < — FL CD 71 cl .. .. . ...... V, A -VA Map: MWERr A. JEfiER 7780r> \ ........ . Cur6 to 10 q 06 remc) n. N A < s . 4 S i w Curb to remain. NtlMr-.______.w R=15' RAMP 1:12 MOX. v slope —► D+. a 1CP •-- e ��/ _..- - -- - - EX P05,,17 ACGRECATE t 8 Q� io f:'EMA',i1 ' IN PLAC xo � All concrete sidewalks ( 0 m 1 dN $ and romps to be Class 2�N ER "A" concrete as shown in Romp specification details. q' Ito .....w.......... 4-C Sheet 1 1 -A of 19 m ..-. , . U L i kkk I� Asphalt repair �1' wide. z'V.G. Concrete fillet and curb section to be Class "B" concrete. 6" thicK as shown in Valley Gutter specification details. Fillet to be reinforced with *M bars. spaced at 18" O.C. both ways. centered in slob. M ' OF 14t1 �B F�ER R , , 778^° 1, qlo ql o & T H to --- - - - - - - - /v Jj,7 v % Straight sawcut. Construct 4" thicK Remove and replace Curb to break. concrete fillets and 18.5, t) retaining wall to match existing . E XPOSE6 i;`RE G a TE "03T A. J F P 12 Or —SC - �77806�-� LE B / // I \ IN \L ,. /A I [ D� ru- 4 A 7 F R Nr- IT didTE_- P S I N C-, r 0 q1O,11OC9 Sheet 12 of 19 ... . ..... _j [77-7 7777 =11 -77 -7 77771 7- 4 N C 7, fi 4.5' Qi -------------------------- -- ----------------- Construct 4" thick concrete flatwork and 6" retaining wall. Remove curb. - - - - -- - - - - - -- - - I - - - - - - - - - - - - - - - - - .onstruct 4" thick concrete flatwork. _a. "� ftft. ctlo?10-8 Sheet 13 of 19 Remove and reconstruct 4" thick concrete sidewalk. Remove and reconstruct 4" thick concrete sidewalk. (Metal pipe). remove and repair sidewalk. Ai ------------------- > Construct 4" thick r7 N L concrete flatwork. 28' ;%4 (D IA OL " I New L S K L E� S 0 I't N A 1 0 Now curb. New curb. L S 'NK L 7 RS ---------- -------- Joint Repair broken 4a - curb$. Partial removal of driveway as shown. slc>pe drReivpewalace section. f with 2% max. or min. y of three feet. Tie to existing driveway in one foot. 0 PUBERT A. JETTER (See sidewalk cons(. details.) Sheet 13-A of 19 '?/0 Y108 [-~-� �-~� ��-� �-~� �-~� � | / ! � - - NC SCALE' S I � c^�n' 'CO -___�__________ _________________ --'__-' -- _-_-_ W4LK -``�-4/| concrete sidewalk and ramp area to be removed to limits shown /n red. AO R -- i� & i -~ .' i6�`i s' i K]�' F\{� |� �� Sheet 14 of 19 v* ^ 0 5.3 rev U 5, New concrete sidewalks and ramp to be Class A. JFM.S "A" concrete as shown in Ramp specification details. E� AL (See sidewalk const. details). RjOcj/08 G // (See Typical Handicap Ramp Plan). i Sheet 14-A of 19 EGG OF42� i T & �t t d 7 ✓ Remove curb. Existing sidewalk 24' ` Construct 4" thick to be removed 111,41111ZI; concrete fillet. and replaced. Asphalt repair 1' wide. Remove aspholt.Construct 4" thick concrete sidewoIk, jr ; (6 " thick behind driveway) . ' `� � D, Y "J (See sidewalk const. details). Sheet 15 of 19 'i q T [-� N A Existing sidewalk to be removed and replaced to joint. .. .. .... .... .. . .. . .... ... ---------- ------- i'j 1 V, Relocate private sign iand shrubs outside proposed concrete. Remove% Remove curb. curb. ,,,,, 9-6, 28' cu4' 34' N K, Construct A" thick Construct 4" thick concrete slob. Construct 4" thick concrete slob. concrete slabs. 41 S S "S P I N K L E P"'� Remove concrete. Aspho I t Aspho I t Construct 6" thick repo i r repair Remove concrete. concrete driveway. 1' wide. Construct 6" thick (See sidewalk const. details). B U Pe, E R K I M-� 1' wide. concrete driveway. CW (See sidewalk const. details). Sheet 16 of 19 - - - --- ---- — -- - ----- - - - — - - -- - -- — - - - - -' -- - ---- - --- VE� � DR�4Y . ' ________4 4 _ cn�sS,/spe/wx!, ns _ � ~ � Remove existing concrete = om /+^ `n*�~e °"'s�/"n om�,o,a- '' ' "°m�° °"'"`'°v "o�'°`° � . � x 4r�`4����k��c�ete || � �|| SI�>'?nd--'~ ----itv .| � |� s/«" �d with o/um. "� �.` �'x *, 4^ t^/o^ opno,°~o �, �," � , �' �x'c* pu"c,o�o o/ov /.o " slob. x� �v ' ,v o, " u o " M/` A L | T S T[ [)S Sheet 17 of 19 TOP OF CURS A b a,. •a e OIA.IT fJiCOVE JOINTS •:°� EACH SIDE OF RAW. YpINTA D FLOWLI 9. sdwr ' e D BITUMINOUS JOINT (FUL AS SHOWN. / n•r va � S- + yr7 CURB TO RAMP sa ,: • 6 n IN 6' ON BOTI A • TOOL\ �•� �.o� Co". TIP. CONCRETE PAVERS WITH q TRUNCATED OOYE SURFACE. IRED IN COLOR). PLACED OVER T' SAND CUSHION IYAX.) RAIDS SHALL BE CENTERED IN C.6 D. RADIUS TO THE MAXIMUM EXTENT PRACTICABLE. IN RADIUS GENERAL NOTES conrJ•et. pave, units sMll met at reauiremsnfs of ASTM C-936. C-33 and shot be told In a too by t" unit bock * torte pattern. -less anon OtnorriM in the Plana. Concrete Pavar Wits shalt Mve tr.mat.O 00ma on the tap surface far dofOCtOp Is mr.4.0 to Pedestrians. Truncated dams. Curt oamiy vitn Texas ACC... toil ity Stewards. a' e Roma ah011 be dl{gHd {n the direction of Pmeatr ion travel. Concrete Dare, unit cO1W son ton ram atoll ba a confroat imp c01 er Tnat Pray ides a Iignt refleetiw value thot sl0:Ificantty controate .tth ton adjacent surfaces. TM cot or of the cawrets p— units my be ah0.dl a se.Mr. in the Plana. /Adjocent aea inc. aurfalude aide flares i. Concfet. Darer Wifa tn011 Doaa. cut Only and ale cut .� OF unit atoll ewt be Ices than 2$ percent of a full Wit. , 4! V All •lopes are mxiwat tamable. Tne least passible slea still e,aln ape ftlat .111 co proctor adi shells b. read. Rem Ienptn no arada Of appfoacn aicera rka my De dj-fad as directed by the EMiMK. Mo.l.um .110.001. cross slope an aid e..IK and romp surface. 1. 2%. may. eF.-L•.�P All concrete surfaces snatI receive a Iignt broom finish unless Aar- � CrTi A. JE tg oth.r.{ee in the Plana. Rasp texturea oust caneiat of truncated dams surfaces. Textures are / r Neu ad fa be cetectnbl. uncerfact. Surface. that rauld alive .Otar YYY to OCcumul OT. or. Draniaitec. Additional Inf-mfion an curb ram location. design. light selective value ® c ono te.ture my be found in the current ad rtia+ of the Tex �I Oa Au°asibillty �$'Afh4L STOMoraa (TAS) prepared and oAministerod by the Texas Departmnt 04 Teg,tyrdaa`kd 7 •;s.v Mo.. all siau (TyDi cotI ee �° 'ER u, Concrete Rovers .1m �;p•otrunopte0 dome surface m Over In color). Placed arar i• sorb wsnial •.ev•, B = B IMax, I v ;v• 7 ANSION I LOCATED . av STRAIGHT C.& G. SAME NOTES APPLY As RADIUS PLAN VIEW AT LEFT. Conar.t. pave, Clara A Concr.ea- to frWc0led confordome snail m eurfOp. mD1iCOD 1. aD.CIii COti Ona. — r /j�'—+r-•,� a` Yin. fnrcknsee NO. 3 robot min .. placed in �• Yin. -im— NneK of al o0@Id'•aPYc9aes I• Sand c-hlw IMax.l la• a+ -tense, bdtn . SECTION B—B —►� S'-6' Y7n. F� 6' 1 loon[ lasx.l 1 Mint— finish.d thiC.nesa ..•. t• Send c—nian (M.." NO. 3 rebon min.. Placed in Bituminous %, Expansion CentK Of .1.D One spaced Jdrnt as reautred behind Curb. IS--Ceht.r DOtn aaya. SECTION A —A ICAP RAMP PLAN NO SCALE _ _ _ TYPICAL SIDEWALK CONSTRUCTION DETAILS 1; INO SC ALE �. SEE iagNTAI vlEe .. �. : �. �:: �Fl p11N1. POWER POLE • ETC. OIMT sxEN B NOTEt Maintain Constant ESICLOSEO IN�CONCRETE,APOSION putter flowllne. Expansion joints Spaced 36' Inox. NOYEt All s>tOanaim Jbints along sidewalk run. NpTE; See other plates for to be j thick. curb ram "tails. SECTION A —A Expansion joint. Contraction marking$ I•T way through slab of 6' Intervals. 4' Sitin. thickness of .In. SECTIONS s-s IBESIOENTIALI varies -r{ 3' Min. I + e tX t Curb removed. ( Max. i i I e' min. thickness. /BUSINESS) t. varies 3' Min. � I'--- • 2X iMax. Slaps NOTES 6" In. thickness an Cartmarclot driveway InewSr curb 6.6 10/10 wire eseh and sldewolk of drivawoy. as required. centered In slob. curb p and gutter cryletely sawed and red et —St CPeIKOi eI orivewty Oultarr . Stara r—,ng antmre length of no: suffer.